VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

Similar documents
BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

BID ON ALUMINUM SULFATE

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

City of Beacon Beacon, New York 12508

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

City Of Oneida. Invitation for Bids

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Chapter 132 STREETS AND SIDEWALKS. ARTICLE I Street Openings and Excavations

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CHAPTER 11. Streets, Sidewalks and Public Property

CITY OF ENID RIGHT-OF-WAY AGREEMENT

CITY OF NORTH LAS VEGAS 2250 Las Vegas Boulevard North, Suite 200, North Las Vegas, Nevada (702) Fax(702) TDD(800)

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

OSWEGO COUNTY PURCHASING DEPARTMENT

REINFORCED CONCRETE PIPE ROUND (CLASS III & IV) ELLIPTICAL (CLASS III & IV)

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

BOND FOR FAITHFUL PERFORMANCE

NOTICE TO BIDDERS 2015-SAND, STONE & GRAVEL

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

SECTION INSTRUCTIONS TO BIDDERS

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

Sunnyside Valley Irrigation District

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

McCRACKEN COUNTY BOARD OF EDUCATION

Bid #15-15 Goodyear Tires

Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA

FLORIDA DEPARTMENT OF TRANSPORTATION

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

INFORMATION PACKET FOR: REQUEST FOR PROPOSAL for DEBT COLLECTION SERVICES

INSTRUCTIONS TO BIDDERS Medical Center

Sealed Bid, Sweeper Brooms & Parts Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Request for Proposal 2019 Calendar Year

ORDINANCE NO

Cherokee County Board of Commissioners

BLDG. CONSTR. & FIRE PREV. LOCAL LAW BUILDING CONSTRUCTION AND FIRE PREVENTION

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

ATTENTION ALL BIDDERS

ARTICLE 905 Street Excavations. EDITOR S NOTE: Resolution , passed February 3, 2009, established street excavation fees.

SIDEWALK CONSTRUCTION PARTICIPATION AGREEMENT

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

ORDINANCE NO

NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF WEST PLAINS, MISSOURI, AS FOLLOWS:

County of Curry. Invitation to Bid No. 2018/ Chip Seal Aggregate for the Curry County Road Department. Issue Date: December 21, 2018

INVITATION TO BID. Sealed Bid, Stone, Gravel & Washed Sand

For a permit to work within the County Highway Right-of-way (ROW), please provide the following:

Land Trust Agreement. Certification and Explanation. Schedule of Beneficial Interests

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

RETRO REFLECTIVE GLASS BEADS

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

WATER RATES. An Ordinance Establishing Water Rates and Connection Charges for Water Districts of the Town of Kirkwood, New York. Adopted April 6, 1965

Rutherford County Board of Education

PRECAST CONCRETE BOX CULVERT FOR DAYTON CULVERT No. 11

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

Home Foundation Subcontractor Services Agreement

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

SOURCE ONE SURETY, LLC.

ORDINANCE NO. 14,346

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY

EXHIBIT C FACILITIES MASTER PLAN CONSTRUCTION MANAGEMENT SERVICES AGREEMENT

BOND FOR FAITHFUL PERFORMANCE

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

COMMONWEALTH OF PENNSYLVANIA POSTING AUTHORITY EXCESS MAINTENANCE AGREEMENT

FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and

City of Hoboken Hudson County, New Jersey. Notice to Bidders Specifications, Proposal and Contract. For ANIMAL CONTROL SERVICES BID OPENING

GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS FORM

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDITION

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

REGISTRATION AND PAYING AGENT AGREEMENT. between CITY AND COUNTY OF BROOMFIELD, COLORADO. and. UMB BANK, n.a. DENVER, COLORADO

BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS

PART I - GENERAL INFORMATION

CITY OF RENTON and KING COUNTY WATER DISTRICT NO. 90 INTERLOCAL AGREEMENT FOR PROVISION OF WATER SERVICE BY DISTRICT WITHIN CITY

Transcription:

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS SEALED PROPOSALS for Proposed Sidewalk construction at various locations throughout the Village of Allegany, NY will be received at the office of the Village Clerk until 3:00 PM on May 21, 2012, and will be publicly opened and read by the Board of Trustees at 6:55 PM on May 21, 2012. Bid packets may be obtained from the Village Clerk s Office, 106 E. Main Street, Allegany, NY 14706 or on the Allegany website: www.allegany.org. A Bond for the $5,000 will be required of the successful bidder to secure faithful performance of the contract and for the payment of all persons performing labor or furnishing materials in connection therewith. A bond in a similar amount will be required as guarantee of the work from one year upon completion. Bids must be quoted using the Prevailing Wage Rate. An executed Non-Collusive Bidding Certification shall accompany each proposal. Failure to provide this will result in not having the bid read. The Village of Allegany reserves the right to reject any and all bids, to waive technicalities, or to re-advertise for bids, if the best interest of the Village of Allegany will be served thereby. Lance Jobe Code Enforcement Officer

CONCRETE SIDEWALK This item will be employed in the construction and/or reconstruction of concrete driveways as well as concrete sidewalks only as such are ordered and laid out by the Code Enforcement Officer. Payment will be made for the actual number of square feet of sidewalk or driveway constructed and will include all labor (prevailing wage rate), materials, tools and equipment and also excavation and grading necessary to complete the work to the required specifications, including complete restoration. Tree roots to be removed and walks put in straight and level. Cut or sawed joints at least every 4 feet. All blacktop or concrete driveway crossings are to be saw cut. All construction must comply with A.D.A. laws.

GENERAL SPECIFICATIONS The Standard Specifications for Construction and Materials of the New York State Department of Transportation Design and Construction Division, Dated January 2, 1985 are hereby made a part of these specifications are hereby amended or modified. 1.1 Definition and Terms In addition to the definition set forth in Section 101 of the New York State Department of Transportation Standard Specifications, whenever the following abbreviations or terms are used, the intent and meaning shall be interpreted as follows: NYSDOT New York State Department of Transportation. Certificate of Compliance A certificate provided by the manufacturer, producer, or supplier of a product that the product as furnished to the contractor complies with the pertinent specifications or contract requirements. Certificate Report of Test or Analysis A test report provided by a manufacturer, producer, or supplier of a product indicating actual results of test or analysis covering elements of the specification requirements and validated by certification. Completion Date The calendar date shown in the proposal on or before which the work contemplated under the contract shall be completed. Contract Time The number of calendar days shown in the proposal representing the time allowed for the completion on the work contemplated in the contract. Village The Village of Allegany, its officers and employees. Board The Board of Trustees of the Village of Allegany Code Enforcement Officer. Code Enforcement Officer of the Village of Allegany 1.2 Bidding Requirements 1. Examination of Plans, Specifications, Special Provisions and Site of Work. The bidder is required to examine carefully the work site, the proposal form, plans, specifications, supplemental specifications, special provisions and contract forms for the work contemplated. The submission of a proposal shall be considered conclusive as to all the conditions and contingencies.

2. Preparation of the Proposal The bidder shall submit his proposal on the form furnished by the Village. The proposal shall be executed properly, and shall specify a unit price in dollars and cents, in numerals, for each item listed therein, and shall also show in numerals in the column for that purpose the products of the respective unit prices and quantities, and the total amount of the bid obtained between a unit bid price and the corresponding extended amount, or in the absence of an extended amount, the unit bid price shall govern. All writing shall be with ink or typewriter, except the signature of the bidder which shall be written with ink. 3. Delivery of Proposals Each proposal shall be, together with the proposal guaranty, in a sealed envelope, so marked as to indicate the name of the project to which it applies, and the name and address of the contractor. Proposals will be received at the place and until the hour on the date designated in the advertisement. When sent by mail, the sealed proposal marked as indicated above shall be enclosed in an additional envelope. Proposals sent by mail, submitted in person or otherwise delivered must be in the hands of the official conducting the letting by the hour on the date designated in the advertisement. Proposal received after the time designated will be returned to the bidder unopened. 4. Public Opening of Proposals Proposal will be opened and read publicly at the time and place indicated in the advertisement. Only the grand total amount of each proposal will be read. Bidders or their authorized agents are invited to be present. 5. Competency of Bidders Each bidder shall furnish, if requested by the Board satisfactory evidence of his financial ability, adequacy of plant, equipment and organization, prior experience, and any other pertinent and material facts requested. 6. Disqualification of Bidders Any one or more of the following causes may be considered as sufficient for rejection of the bid or bids: More than one proposal for the same work from an individual, partnership, or corporation under the same name or different names. Evidence of collusion among bidders. Lack of responsibility as shown by past work for the Village.

Noncompliance with terms of previous or existing contracts. Uncompleted work which, in the judgment of the Board, might hinder or prevent the prompt completion of additional work if awarded. Uncompleted work on which the actual time used has exceeded the contract time set therefore, or on which the performance or progress is not satisfactory in the judgment of the Board. 7. Award of Contract The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements necessary to render it formal. 8. Cancellation of Award The Board reserves the right to cancel the award of any contract at any time before the execution of said contract by all parties without liability against the Village. 9. Requirement of Contract Bond The Contractor shall guarantee the work for a period of one year from the date of its completion. He shall obtain a bond for $5,000 as well as a bond for $5,000 as guarantee for the work from one year of completion in order for the contractor to, at his own cost and expense, replace any work which has become defective. The Contractor shall replace any work during said guarantee as directed by the Code Enforcement Officer whenever and wherever required, and in the manner specified within five (5) days after written notice to that effect is served upon him, and in event the Contractor fails or refused to comply with such notice, legal action will be served personally or mailed to the last known address. The Contractor shall notify the Board at least one day before making such corrections. 10. Increased or Decreased Quantities It is agreed and understood that the quantities of any items of work shown on the plans or in the proposals are subject to increase or decrease during the progress of the work. The Code Enforcement Officer reserves the right to increase or decrease the quantities of any items of work as may be considered necessary or desirable to satisfactorily complete the construction. The quantity of any time or items may vary without limitation or revision in the contract unit price due to such variation, and the actual quantity will be paid for at the contract unit price, or as otherwise specifically provided in the specifications, special provisions, or contract change order.

11. Extra Work In connection with the work covered by the contract, the Code Enforcement Officer may, at any time during its progress, order other work or materials incidental thereto. All such work and materials that do not appear in the proposal or contract as a specified item, accompanied by a unit price, and which are not included under the price bid for other items in the contract, shall be designated as Extra Work. The Contractor hereby agrees to perform Extra Work whenever it is deemed necessary or desirable by the Board to complete the project as originally contemplated or as subsequently altered. 12 Barricades, Warning Signs, and Flagmen The contractor shall furnish, erect, and maintain traffic control devices and facilities, including flagging and guidance service. The contractor will be held responsible for all damages to the work due to failure of barricades, signs, lights, flagmen and watchmen to protect it and, whenever evidence of such damage is found prior to acceptance, the Code Enforcement Officer may order the damaged portion immediately removed and replaced by the contractor at the contractor s own cost and expense. 13. Final Cleanup Upon completion of the work and before acceptance and final payment will be made, the contractor shall remove from the right-of-way, and to the extent he is responsible therefore from the adjacent property, all surplus and discarded materials, rubbish and temporary structures and leave the right-of-way in a neat and presentable condition. The contractor shall restore, at his own cost and expense, all existing work or work completed under previous contracts which has been damaged by his operations, in conformity with the specifications for the item or items involved. 14. Authority of the Code Enforcement Officer Work shall be done to the satisfaction of the Code Enforcement Officer. He shall decide questions which arise as to the quantity and acceptability of the materials furnished, work performed, rate of progress of the work, interpretation of the plans and specifications, acceptable fulfillment of the contract, compensation, and disputes and mutual rights between contractors under the specifications. He shall determine the amount and quantity of work performed and materials furnished, and his decision and estimate shall be final. The Contractor shall be responsible for compliance with pertinent local, state and federal regulations.

15. Inspection All materials and each part of detail of the work shall be subject at all times to inspection by the Code Enforcement Officer or his authorized representative. Such inspection may include mill, plant, field, or shop inspection. The Code Enforcement Officer or his representatives shall be allowed access to all parts of the work, and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. 16. Removal of Unacceptable Work Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause, found to exist prior to the final acceptance of the work, shall be immediately removed and acceptably replaced or otherwise satisfactorily corrected by and at the expense of the Contractor. 17. Final Acceptance The Code Enforcement Officer will make an inspection of the work included in the contract as soon as practical after notification by the Contractor that such work has been completed and final cleaning up performed. After corrections if any are needed, are made, the Code Enforcement Officer will make a final inspection. After this final inspection, the Code Enforcement Officer will, if fully satisfied with the work, notify the Contractor in writing of his final acceptance. The final acceptance shall in no way reduce or absolve the obligations of the Contractor under his one year guarantee as provided in Subsection 9. 18. Character of Workmen The Contractor shall at all time employ sufficient supervision and labor for prosecuting the several classes of work to full completion in the manner and time required by the contract. Any person employed by the Contractor or by any subcontractor who, in the opinion of the Code Enforcement Officer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Code Enforcement Officer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the Code Enforcement Officer.

19. Insurance Requirements Prior to award of contract the successful bidder shall supply copies of insurance certificates as follows: a) Workers Compensation and Employer s Liability, including coverage required by the laws of the State of New York and including coverage for all proprietors, partners and executive officers. b) Contractor s General Liability insurance as follows: Bodily Injury & Property Damage limits of $1,000,000 Combined Single Limit and $1,000,000 Aggregate c) Contractor s Business Automobile Liability insurance as follows: Bodily Injury & Property Damage limit of $1,000,000 Combined Single Limit d) Contractor s Umbrella Liability insurance as follows: Each Occurrence and Aggregate limit of $1,000,000 e) Owner s protective liability insurance in the name of the Owner, all employees or other representatives of each of them, both officially and personally with respect to all operations under the contract including omissions and supervisory acts of the Owner, and their employees or other representatives, as insured with the following limits: Bodily Injury & Property Damage limits of $1,000,000 Combined Single Limit and $1,000,000 Aggregate f) Contractor will name the Village of Allegany, its officers, elected/appointed Board members, employees, authorized volunteers, agents and representatives as an Additional Insured on its Commercial General Liability and Umbrella/Excess policy for the term of this agreement g) Cancellation notification Written notification shall be provided to Owner sixty (60) days in advance of any change, non-renewal or lapse of coverage. 20. Control of Material To ascertain if materials comply with contract requirements, samples shall, at the discretion of the Code Enforcement Officer, be taken at the source or at the job destination, and as often as the Code Enforcement Officer deems it advisable or necessary. The Contractor shall furnish without charge all samples required by the Code

Enforcement Officer and shall afford such facilities as may be required for collection and forwarding them. 21. Defective Material All materials which are not in conformity with the requirements of the specifications shall be considered defective and shall be rejected. Rejected materials shall be removed from the site of the work unless otherwise permitted by the Code Enforcement Officer. 22. Legal Relations and Responsibility to the Public Laws to be Observed The Contractor shall at all times observe and comply with all Federal and State Laws and administrative rules, local laws, ordinances and regulations which in any manner affect the conduct of the work and the safety of all workers, inspectors and the public at large.

NON-COLLUSIVE BIDDING CERTIFICATION REQUIRED BY SECTION 139-D OF THE STATE FINANCE LAW 1. Every bid hereafter made to the state or any public department, agency or official thereof, where competitive bidding is required by statute, rule or regulation, for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed by the bidder and affirmed by such bidder as true under the penalties of perjury: Non-collusive bidding certification. (a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. (b) A bid shall not be considered for award nor shall any award be made where (a) (1) (2) and (3) above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (a) (1) (2) and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the state, public department or agency to which the bid is made, or his designee determines that such disclosure was not made for the purpose of restricting competition. The fact that a bidder (a) has published price lists, rates, or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items to other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph one (a).

(2) Any bid hereafter made to any political subdivision of the state or any public department, agency or official thereof by a corporate bidder for work or services performed or to be performed or goods sold or to be sold, where competitive bidding is required by statute, rule, regulation, or local law, and where such bid contains the certification referred to in subdivision one of this section, shall be deemed to have been authorized by the board of directors of the bidder, and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. Dated 20 Legal name of Person, Firm or Corporation BY Signature Title Notary Public State of New York County of Date 20

GROUND FOR CANCELLATION OF CONTRACT BY MUNICIPAL CORPORATIONS 1. Every contract made or awarded by a municipal corporation or any public department, agency, or official thereof for work or services performed or to be performed, or goods sold or to be sold, shall provide that upon the refusal of a person, when called before a grand jury, head of a state department, temporary state commission or other state agency, the organized crime task force in the department of law, head of a city department, or other city agency, which is empowered to compel the attendance of witnesses and examine them under oath, to testify in an investigation concerning any transaction or contract had with the state, political subdivision thereof, a public authority or with any public department, agency or official of the state or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, a. such person, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation, or any public department, agency or official thereof, for goods, work or services, for a period of five years after such refusal, and to provide that, b. any and all contracts made with any municipal corporation or any public department, agency or official thereof on or after the first day of July, nineteen hundred fifty-nine or with any agency or official thereof on or after the first day of September, nineteen hundred sixty, by such person, and by any firm, partnership, or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid.

STATE OF NEW YORK VILLAGE OF ALLEGANY, NEW YORK This agreement made and executed this day of, 20 by and between, party of the first part, hereafter called the Contractor and the Village of Allegany, New York, hereinafter called the Village, party of the second part. Witnessed that said Contractor by these presents does agree, for and in consideration of the covenants and payments to be made and hereinafter provided, to furnish all materials, tools and labor required for the work and to construct same in the most substantial and workmanlike manner in accordance with the plans and specifications hereinafter referred to for the amount named in the proposal hereto attached and made a part of this contract. The Contractor further agrees that he is fully informed regarding all of the conditions affecting the work to be done and labor and material to be furnished and that his information was secured by personal investigation and research and that he will make no claim against the Village by reason of the representations made by any officer or agent of the Village. It is further agreed that the Village may make such additions, deductions or changes as may be deemed necessary making an allowance or deduction therefore at the unit prices named in the proposal and that contract shall in no way be invalidated thereby and no claim shall be made by the Contractor for any loss of anticipated profits because of any such change or by reason of any variation between the quantities as given and the work actually done. The Contractor further agrees to assume all responsibility, liabilities and indemnify the Village for any and all damages to person or property that may accrue during the prosecution of the work, through the negligence of himself, his agent or employees, or from any other cause, and to save the Village harmless there from. The Contractor further agrees that all damages of whatever nature resulting from the work or resulting to the work during its progress from whatever cause shall be borne and sustained by him, and that all work shall be solely at his own risk until it has been finally inspected and approved by the Code Enforcement Officer and accepted by the Village. The Contractor agrees that he will comply in every respect with the provisions of the Labor Law of the State of New York regarding employment on public work, as well as with all laws of the Village. On the faithful performance of the work herein embraced as set forth in the foregoing contract and the accompanying proposals, specifications, and plans which are a part thereof, and its acceptance by the Code Enforcement Officer, the Village hereby agrees to pay the contractor the amount named in the proposal hereto attached and made part of this contract.

It is further agreed that so long as any lawful or proper direction concerning the work or materials given by the Code Enforcement Officer or his representative shall remain uncomplied with, the Contractor shall not be entitled to have any estimate made for the purpose of payment, nor shall any estimate be rendered on account of work done or materials furnished until such lawful and proper direction have been fully and satisfactorily complied with. The Contractor agrees not to assign, transfer, convey, sublet or otherwise depose of this Contract or his right, title or interests therein, or his power to execute such contract, to any other person, company or corporation without the previous consent in writing of the Village. Witness our hand and seals on the day and year first above mentioned. By Contractor By Village of Allegany, Mayor By Witness Village Clerk

ITEMIZED PROPOSAL For completion of the proposed sidewalk construction at various locations throughout the Village of Allegany, NY. Said work to commence after issuance by the Board of Trustees of a Notice to Proceed. Completion Date ITEM DESCRIPTION UNIT PRICE Construct concrete sidewalk 4 deep ---- per square foot. (Including cost of gravel backfill, topsoil, seeding, mulch, and necessary root removal) 3500 psi concrete must be used $ Construct concrete sidewalk 6 deep ---- per square foot. (Including cost of gravel backfill, black top for cut Blacktop Driveways, topsoil, seeding, mulch, and necessary root removal.) (Plus restoration of concrete or blacktop driveways back to original condition.) 3500 psi concrete and 4 X 4 wire for reinforcement must be used $ The undersigned having familiarized him or themselves with the existing conditions of the project area affecting cost of the work and with the Contract Documents and Plans hereby submit the above bid for Proposed Sidewalk Construction at various locations throughout the Village of Allegany, NY. Dated Legal Name of Person, Firm or Corporation By Title Address