CAMBRIA/INDIANA SCHOOLS JOINT FUEL PURCHASING CONSORTIUM. c/o PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania 16630

Similar documents
PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

INVITATION TO QUOTE. Line item bid entries are to be entered on-line as directed (same due date) in the you received with these documents.

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

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

Centennial School District

Centennial School District

COUNCIL ROCK SCHOOL DISTRICT Administration & Business Office 30 North Chan.cellor Street Newtown., PA

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

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

Centennial School District

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK

Sunnyside Valley Irrigation District

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

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

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

INVITATION TO BID (ITB) FOR FOOD PRODUCTS ISSUE DATE: NOVEMBER 2, 2018 DUE DATE: NOVEMBER 30, 2018

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

00400 BID FORMS AND SUPPLEMENTS

CITY OF RICHMOND PERFORMANCE BOND

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

Montgomery County Intermediate Unit 2 West Lafayette Street Norristown, Pa 19401

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

CITY OF HOPKINSVILLE

CONTRACT AND BOND FORMS FOR

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

OHIO DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME

Proposal for Bidding Purposes

Cherokee County Board of Commissioners

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

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

BIDDING DOCUMENTS FOR. Supplemental Planting-Vegetative Berms. Contract No (717)

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE

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

CONTRACT FORM CONTRACT #

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

NORTH TEXAS MUNICIPAL WATER DISTRICT

Alaska Railroad Corporation

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

INVITATION TO BID (ITB) LARIMER COUNTYCOLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

LAND IMPROVEMENT AGREEMENT

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

OSWEGO COUNTY PURCHASING DEPARTMENT

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

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

Public Notice Advertisement for Bids

LEGAL NOTICE - ADVERTISEMENT FOR BID

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

ATTENTION ALL BIDDERS

RULES OF DEPARTMENT OF REVENUE VEHICLE SERVICES DIVISION CHAPTER TITLE BONDS TABLE OF CONTENTS

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

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

DATE: June 7,

Document Conversion/Migration

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

Tulsa Community College

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

City of Mexico Beach Replacement of Fire Department Roofing Shingles

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS

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)

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS FORM

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

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

Saddles for Sale RFSB # N

INSTRUCTION TO BIDDERS SPECIFICATIONS PROPOSAL BLANKS LUZERNE COUNTY COURT HOUSE FOR FILE CABINETS #REF # B1CH

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

Getty Realty Corp. (Exact name of registrant as specified in charter)

Landscaping Surety. All Required Materials Shall Meet Minimum Specifications! Types of Surety. Surety Materials to Submit

State of Florida PUR 1001 General Instructions to Respondents

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

Michigan Department of Natural Resources and Environment, Environmental Resource Management Division

INVITATION TO BID THE CITY OF ARDMORE FEDERAL ID # ARDMORE PUBLIC WORKS AUTHORITY FEDERAL ID #

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

RETRO REFLECTIVE GLASS BEADS

EQUIPMENT RENTAL PROPOSAL AND CONTRACT (WHEN EXECUTED) DRUMORE, PA ADDRESS Proposals will be opened and read at approximately 1:00 P.M.

ATTENTION ALL BIDDERS

Transcription:

To assure the Board of Directors that all bidders are being offered an equal opportunity to bid and that all bidders are bidding on equal materials and conditions, the following must be adhered to. Any deviations shall be considered sufficient cause for rejection. 1. This is a joint bid comprising the Penn Cambria and Northern Cambria School Districts, participants in the Cambria/Indiana Schools Joint Fuel Purchasing Consortium (hereinafter Consortium ). This bid will be administered by the Penn Cambria School District on behalf of the Consortium. 2. Under no circumstances shall these specifications be altered. The number and brand names used are to indicate a minimum of acceptable quality, and if not stated or equal shall be implied. However, if a bidder bids an item(s) other than what is specified, he shall so indicate. The responsibility of proving that a substituted item is equal to that specified in the bid specifications shall be the duty of the bidder, not the Consortium. Proof of an item(s) as being equal shall accompany the bid and be indexed to the item(s) as contained in these specifications. 3. No bids shall be permitted to be withdrawn after the time set for the opening of bids. All bids shall remain valid for a period of sixty-five (65) days after the date set for opening bids. The Consortium shall have a maximum of sixty-five (65) days from the date of opening bids for issuing notice of acceptance and the awarding of contract. 4. All bids must be either typewritten or printed in ink on the enclosed forms and signed by an authorized representative of the bidder with the authority to bind the bidder. Unsigned bids will not be considered. 5. Bid prices shall be F.O.B. the locations indicated herein. Bid prices shall include placing the coal in the bins as provided in each building. No help will be provided by the school district s employees in placing the coal in the bins. For each load delivered the contractor shall furnish a certified weighmaster s slip showing that the coal has been weighed by a licensed weighmaster. Each order shall be placed into bins no later than 1:00 PM on the day of delivery. For each hour after 1:00 PM, the vendor will pay the District liquidated damages at a rate of $30.00 per hour as a reasonable and fair measure of the damages the District would suffer from both the increased risk and actual occurrence of school building shutdowns due to being unable to safely operate the school buildings. 6. Should the bidder fail to deliver acceptable coal under this bid within three days after receiving an order for such coal from the school district said school district shall be at liberty to buy in the open market and to charge against the bidder any excess in price of coal so purchased over the contract price thereof, plus an additional $500 administrative fee to cover the District s costs associated with obtaining another supplier of coal. 7. No interest may be charged by the bidder, nor will any interest charges be paid by the school district. Coal 2018-19 Page 1 of 8

8. Each bidder must submit a certified copy of an analysis of the coal to be furnished through this bid. This analysis shall be taken not more than 30 days prior to the date of bidding. This analysis must be certified by the laboratory which made the analysis and shall show fuel sizing, proximate analysis including the percentage of moisture, fixed carbon, volatile matter, ash, sulfur, the heating value on the as received basis, and the fusion temperature of the ash. In addition, this analysis must show the ASTM free swelling index. This information shall be made part of the bid. Failure to include this analysis with the bid will result in the bid s rejection. 9. The quality of coal delivered during the period of this contract shall at all times be equal to or better than the quality of coal shown by the certified copy of the analysis, as received basis, that the bidder submits as part of this contract, and which quality he proposed to furnish under this bid. The school district reserves the right to analyze the coal delivered under this contract, at its own expense. If the analysis shows the coal to be deficient in relation to the minimum quality standards and the specified sizing required the Agreement, as set by the certified analysis submitted by the bidder at the time of proposal, then the school district may consider the contract cancelled and buy coal elsewhere. Further, the District shall be able to charge against the bidder any excess price absorbed by the District in purchasing coal on the open market where the bidder has failed to supply coal of requisite quality. Any and all deficient coal delivered to the District shall be removed within 24 hours upon written notice from the District at the sole expense of the contractor. 10. Both Northern Cambria School District and Penn Cambria School District require a copy of an analysis of all coal deliveries be provided to the District prior to or at the time of each delivery, 11. The bidder SHALL NOT SUBSTITUTE the coal named in the bid and in the agreement with or for any other kind or quality of coal without the consent of the school district. In case any substitute is permitted by the school district, the school district reserves the right to have a special analysis performed on any substituted coal at the Bidder s expense. 12. Samples may be tested monthly or more often in case it should be deemed necessary to determine the quality of the coal received. It shall be understood, however, that all analyses of coal made under this specification shall be made by a disinterested party, selected by the school district, which analysis shall be considered final and shall be the basis for determining compliance with the terms of the Agreement entered into with the Successful Bidder. At the discretion of the school district, representative samples of the delivered coal may be taken. These samples will be taken by representatives of the school district at the school district s expense. The bidder may be present at the taking of the samples, but the school district shall be under no obligation to notify the bidder to be present. The method of quality testing shall be that adopted by the American Society of Testing Materials. Quality tests shall include ash, volatile, fixed carbon, sulfur, ASTM free-swelling index, heating value, and ash softening temperature in a reducing atmosphere. If the samples tested meet the specifications for quality, the cost of the tests will be borne by the school district; if not, they shall be paid by the bidder. Coal 2018-19 Page 2 of 8

13. In the event that a bidder should be awarded bids for multiple buildings or school districts, a separate bill must be prepared for coal delivered to each building in order to facilitate the keeping of the accounting records of the school district. No bill for coal delivered to more than one building will be accepted for payment. Each invoice must be accompanied by a copy of the delivery ticket signed by the District employee receiving the delivery. 14. All of the School Districts of the joint bid are exempt from all federal, state and local taxes; therefore, the bid price shall be net of any taxes. All taxes imposed on any party other than the retail purchaser MUST be included and accounted for in any and all bid amounts. There will be no allowances provided to compensate or reimburse any party for any increase or decrease in any tax imposed upon any party other than the retail purchaser. 15. Each bid shall include any and all charges, including delivery, calculated into the bid price. 16. All deliveries shall be made as ordered, and bidders shall acquaint themselves with local conditions at the several locations where delivery is to take place so that note can be made of any circumstances which may affect their bids. No exceptions shall be given, or release from, bid amounts due to the conditions existing at each local site. 17. The District shall award the contract for the performance of this Project to the lowest responsible bidder. The District shall not arbitrarily or capriciously award the contract for the performance of this Project. 18. The bidder recognizes that it is handling hazardous substances and agrees in the handling and delivering for use, bidder, will in all respects exercise the strictest care required by law, and bidder or bidder s designated carriers will comply with any and all applicable federal, state and local laws. Bidder shall upon request from the Joint Purchasing Consortium Board, or any of its Participants, within seven calendar days from receipt of written request, produce evidence of bidder or bidder s designated carrier the following applicable information: a. Federal hazardous material identification registration b. Carrier s certificate of insurance c. Proof of Pennsylvania Service Commission common or contract authority in the event common or contract carrier is utilized. 19. The totals of each bid shall be firm and irrevocable. This total shall appear on the Bid Form included herein. The bid price shall remain firm as bid for a period of one (1) year from July 1, 2018 thru June 30, 2019. 20. No minimum purchase requirement shall be included in any bid or applied to any school district participating in the consortium, either individually or collectively. Any attempt to insert an addendum or additional language providing for a minimum purchase requirement shall be proper grounds for the Consortium to reject the bid. 21. No rights shall accrue to any party until written contracts have been executed by duly authorized officers of each member entity and the Successful Bidder. Coal 2018-19 Page 3 of 8

22. No additional terms will be recognized beyond those listed in these bid documents unless they are included in the express written and duly authorized Agreement to be completed by the parties after the award of the bid. 23. The Consortium requires that all bidders submit a properly and completely filled out Non-Collusion Affidavit and bid bond. 24. The Consortium reserves the right to request references from any bidder, as it deems necessary, in order to assist in determining which bidder has submitted the lowest responsible bid. 25. The Consortium reserves the right to accept any bid or portion thereof and to reject any bid, either in its entirety or any portion thereof. The Consortium reserves the right to reject any and all bids where the Consortium determines such action to be in its members best interests. Any proposal which contains items not specified, or which does not complete all the items required, shall be considered informal and may be rejected on this basis. 26. At its discretion, the Consortium may waive any immaterial irregularity, formality, or technicality in any Proposal where it is in the Consortium s best interest to do so. 27. The bidder agrees, through submission of any bid, that in the event its bid is rejected by the Consortium for any reason and such rejection is contested by the bidder through the commencement of legal proceedings, whether in law or in equity, the Consortium shall be entitled to an award of reasonable attorney s fees and costs if the Consortium s rejection of the contested bid is upheld, affirmed, or otherwise not set aside. 28. The Successful Bidder will knowingly, willingly, and voluntarily indemnify and hold harmless each member District, and shall assume any and all risks of accident, personal injury, death or property damage to itself, its successors, agents, or any other person entering each Member District s facilities on behalf of the Successful Bidder resulting from the performance of the Successful Bidder, its employees, and its agents under the Agreement. The Successful Bidder will agree to now and forever release, acquit, discharge, defend, indemnify and hold harmless the each Member District and its officers, officials, directors, representatives, agents, and employees, from and against any and all claims, loss, causes of action, suits, costs, or expense for any and all personal injury, death, or property damage arising directly or indirectly from performance of the Successful Bidder s obligations under the terms of the Agreement. 29. The Successful Bidder shall be solely responsible for any violations of Local, State, or Federal laws and regulations resulting from the Successful Bidder s performance under the terms of the Agreement. The Successful Bidder shall agree to defend, indemnify, and hold harmless each Member District from any and all fines, claims, causes of actions, suits, cost, or expense resulting from the Successful Bidder s failure to properly equip and train its employees in compliance with all applicable Local, State, or Federal laws and regulations. Coal 2018-19 Page 4 of 8

30. The Successful Bidder shall be responsible for any damage to property caused by the Successful Bidder or their agents and employees in the performance of the duties awarded to the Successful Bidder. 31. The Successful Bidder may not assign their performance obligations without the express written consent of the Consortium. Any assignment without the express written consent of the Consortium will provide the Consortium with a right of rescission, which shall be exercised within twenty (20) days of the Consortium s notification of the assignment or the effective date of the assignment, whichever is later. 32. Bids shall be received at the Business Office of Penn Cambria School District, 201 6th Street; Cresson, Pennsylvania, 16630, until 10:00 AM, Wednesday, May 23, 2018, at which time bids will be publicly opened in the Penn Cambria Pre-Primary Conference Room. All bid envelopes shall be properly sealed and appropriately marked on the outside of the envelope, JOINT COAL BID. 33. If further information is needed please contact or schedule an appointment with any of the participating school districts. Questions regarding this bid document may be directed to Penn Cambria School District at (814) 886-8121 x1002 between 9:00 A.M. and 3:00 P.M. Monday through Friday. No oral interpretation will be made to any bidder as to the meaning of the specifications and drawings. Interpretations, if made, shall be written in the form of an email and sent to all bidders to whom specifications have been issued. Coal 2018-19 Page 5 of 8

BIDDER MAY BID ON ANY OR ALL OF THE FOLLOWING Supply, delivery and place coal in bin Terms specific to Penn Cambria School District: The coal bin at the Penn Cambria Middle School will accommodate a total of approximately 75 tons of coal. Said coal shall be placed inside the coal bin either by shoveling or via vendor-supplied conveyor. The coal bin at the Penn Cambria High School will also accommodate a total of approximately 75 tons of coal. This bin will accommodate medium and large (tri-axle) size dump trucks. All deliveries shall be tarped to prevent further moisture from absorbing into the coal. Penn Cambria School District requires a copy of an analysis of all coal deliveries be provided to the District prior to or at the time of each delivery. Questions may be directed to Mr. Dave Beck, Facilities Manager, (814) 886-8121 x1011. Terms specific to Northern Cambria School District: Northern Cambria School District requires a copy of an analysis of all coal deliveries be provided to the District prior to or at the time of each delivery. Questions may be directed to Mr. Roland Paronish, Business Manager, (814) 948-5481 x2602. School District/Billing Address Delivery Address Approximate Tons of Stoker-Pea Coal Price per Ton Penn Cambria School District Administration Office 201 6th Street Cresson, PA 16630 Phone (814) 886-8121 x1006 Penn Cambria High School 401 Linden Avenue Cresson, PA 16630 Contact: Mr. Dave Beck (814) 886-8121 x1011 250 * Washed $ Penn Cambria School District Administration Office 201 6th Street Cresson, PA 16630 Phone (814) 886-8121 x1006 Penn Cambria Middle School 401 Division Street Gallitzin, PA 16641 Contact: Mr. Dave Beck (814) 886-8121 x1011 200 * Washed $ Northern Cambria School District 601 Joseph Street Northern Cambria, PA 15714 Phone (814) 948-5481 x2602 Northern Cambria High School 813 35th Street Northern Cambria, PA 15714 Contact: Mr. Roland Paronish (814) 948-5481 x2602 200 * Washed $ Northern Cambria School District 601 Joseph Street Northern Cambria, PA 15714 Phone (814) 948-5481 x2602 Northern Cambria Middle School 601 Joseph Street Northern Cambria, PA 15714 Contact: Mr. Roland Paronish (814) 948-5481 x2602 250 * Washed $ * Additional cost per ton to treat washed coal with an anti-icing material $ Coal 2018-19 Page 6 of 8

The Vendor is responsible for delivering coal sized as noted. No changes in coal size shall be allowed without written permission from the Owner. Specifications for screened, Kentucky Bituminous Stoker (or approved equal) Coal. Tri-Fuel Boilers Size 2 x 0 with pieces 1/4 and smaller not exceeding 10% Caloric Value as Received 13,000 Minimum BTU/LB Volatile Matter 37% Minimum Fixed Carbon 55% Maximum Ash 8% Maximum Moisture Content 7% Maximum Sulfur 1.0% Maximum Ash Fusion Point 2700º F Minimum Softening Temperature Coke Button Index 4.5 Maximum Hardgrove Index 50 Maximum Other Items 1. At this time, the Owner is not considering an escalation clause. If the Vendor feels a clause would be in the best interest of both parties, please submit a sample for consideration, prior to bid date for approval. 2. The Owner may ask for several loads of various specimens as samples (at bid price) to test boiler. 3. The intent of this specification is to provide a continuous supply of satisfactory coal at the lowest possible price to the Owner. 4. Prior to bid date, Notice to Bidder may be issued with corrections, additions, or further information; these notices must be acknowledged on each bid proposal. NOTE: Vendor to supply customer references in relationship to similar furnace equipment (Tri-Fuels Units). Coal 2018-19 Page 7 of 8

Please print all information. Company Name Company Representative Address Address City, State, Zip Telephone & extension Fax Email Original Written Signature Date Name of Mine Location of Mine Analysis by Date of Analysis Coal 2018-19 Page 8 of 8

INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid. According to the Pennsylvania Antibid-Rigging Act, 73 P.S. 1611 et seq., governmental agencies may require Non-Collusion Affidavits to be submitted together with bids. 2. This Non-Collusion Affidavit must be executed by the member, officer or employee of the bidder who makes the final decision on prices and the amount quoted in the bid. 3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in connection with the submission of bids are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit should examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibilities for the preparation, approval or submission of the bid. 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an Affidavit must be submitted separately on behalf of each party. 5. The term complementary bid as used in the Affidavit has the meaning commonly associated with that term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or non-competitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition. 6. Failure to file an Affidavit in compliance with these instructions will result in disqualification of the bid.

NON-COLLUSION AFFIDAVIT CONTRACT/BID NO. STATE OF COUNTY OF I state that I am of (Title) (Name of Firm) and that I am authorized to make this affidavit on behalf of my firm and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: 1. The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening. 3. No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid. 5. (name of firm), its affiliates, subsidiaries, officers, directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: I state that (name of firm) understands and acknowledges that the above representations are material and important, and will be relied on by the CAMBRIA/INDIANA SCHOOLS (name of public entity) in awarding the contract(s) for which this bid is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from CAMBRIA/INDIANA SCHOOLS JOINT FUEL PURCHASING CONSORTIUM (name of public entity) of the true facts relating to the submission of bids for this contract. Sworn to and subscribed before me this day of, 2018 (Typed Name & Company Position) (Notary Public) (Signature) My commission expires:

BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,, as Principal; and INSERT BIDDER S NAME, as Surety INSERT NAME OF SURETY INSERT ADDRESS OF SURETY TELEPHONE NUMBER (SURETY) FAX NUMBER (SURETY) are hereby held and firmly bound unto the Cambria/Indiana Schools Joint Fuel Purchasing Consortium in the penal sum of Dollars and Cents ($ ) for the payment of which, well and truly to be made, we hereby, jointly and severally, bind ourselves, our heirs, executors, administrators, successors, and assigns. Signed this day of, 20. The condition of the above obligation is such that whereas the Principal has submitted a certain bid attached hereto and made a part hereof, to enter into agreement, in writing, for the purchasing of the 2018-2019 BID. NOW, THEREFORE, (a) if said bid shall be rejected, or in the alternative, (b) if said bid shall be accepted, and the Principal shall execute and deliver an agreement hereto (properly completed in accordance with said bid) and shall furnish a bond for their faithful performance of said agreement and for the payment of all persons performing labor or furnishing materials in connection therewith and shall in all other respects, perform the agreement created by the acceptance of said bid, then this obligation shall be void. Otherwise, the same shall remain in full force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated. The Surety for value received hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by an extension of the time within which the Principal may accept such bid; and said Surety does hereby waive notice of any such extension. CONTINUED NEXT PAGE

BID BOND CONTINUED IN WITNESS WHEREOF, the Principal and Surety have hereunto set their hands and seals and such of them as are corporations have caused their corporate seals to be hereto affixed, and by these presents to be signed by their proper officers, the day and year set forth above. IN THE PRESENCE OF: (Individual Principals sign here) (SEAL) (SEAL) (SEAL) ATTEST: (Corporate Principals sign here) By: (SEAL) WITNESS: (Surety sign here) By: (SEAL) as to Surety Attorney-in-Fact