49
·J .. ' Wt:i? VIRGINIA VU TECH.. May 30, 2019 Extrema Concrete & Construction fne. Attn: Travis Echols PO Box 2867 Radford, VA 24143 Dear Mr. Echols: Subject Contract Renewal Leiter Y1T9inla Tech Contract#: Commodity/Service: Renewal Period: Renewal#: VTS-131-2016 Concrete Installation and Replacement Services October 1, 2019 - Sept.ember 30 1 2020 (4 of4) one-year renewal Procurement 300 Turner Street NW North End Center, Ste 2100 Blru:ksburg, Virginia24061 P: (540) 231-6221 F: (540)231-9628 www.procurement.vt.edu Jn accordance with the renewal provision of1he original contract, 1he university would fire to renew the contr:actfor an additional term. Please advise concaming you_r intention by Signing in the appropriate space b~Jow. A signed copy of this lefter should be received in Procurement by june 14, 2019. If. allowed by !he contract, prlce adjustments must be requested at 1heiime of renewal in accordance with the contract documents. Price 9djustrnents ere.not automatic or retroactive and are only implemented upon request by the vendor at the time of renewal. ln addition, review the attached form which. shows. yourrompany information as listed In the ;university's vendor database. If any of. this infonnation has changed, make corrections directly on 1he fonn, and retum with this letter. lt is essential this Information be acpurate for payments to be processed in a timely manner. Virglnia T.ecil recommends that our vendors utilize the Wells One AP Cont'r61 Payment System for payment of au invoices and stroqg\y encourages all vendors under contract with the university to participate In this program. If yo·ur firm ·is not enrolled In the program, refer to ourwebsite: httQ://wyfw.procurement vt..eduNendorANellsOne.htmT or contact me directly for more infonnation. Slocerely,df.S'i ReedNagP Team Lead forf.acili!ies.Support Telephone: (540) 231-5240 Extreme Concrete & Consbuction Inc.. ag~ lo ~new the ·contract Urut!3r the terms a~ .condltions of the sub]ect contract. ,O,Uthorizad Slgnature: !>lame: - Tfti v.'t; Ee (,,,9 I~ {please print) · Date:--""-/:J__,- /_,_/"...,./~CJ~~ Tille: ...... ,l __ r_.e"-'tj'-,,:J.e,,.. __ ,.. __ We currentlypal1/c/pa1e In tile Wells One Program. __ RN/sr Apj>roved; Date: ·tfWel/S qne Program __ VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY An equal opport1..1nity, affirmative action institution

Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

·J .. '

Wt:i? VIRGINIA VU TECH..

May 30, 2019

Extrema Concrete & Construction fne. Attn: Travis Echols PO Box 2867 Radford, VA 24143

Dear Mr. Echols:

Subject Contract Renewal Leiter

Y1T9inla Tech Contract#: Commodity/Service: Renewal Period: Renewal#:

VTS-131-2016 Concrete Installation and Replacement Services October 1, 2019 - Sept.ember 301 2020 (4 of4) one-year renewal

Procurement 300 Turner Street NW North End Center, Ste 2100 Blru:ksburg, Virginia24061 P: (540) 231-6221 F: (540)231-9628 www.procurement.vt.edu

Jn accordance with the renewal provision of1he original contract, 1he university would fire to renew the contr:actfor an additional term. Please advise concaming you_r intention by Signing in the appropriate space b~Jow. A signed copy of this lefter should be received in Procurement by june 14, 2019.

If. allowed by !he contract, prlce adjustments must be requested at 1heiime of renewal in accordance with the contract documents. Price 9djustrnents ere.not automatic or retroactive and are only implemented upon request by the vendor at the time of renewal.

ln addition, review the attached form which. shows. yourrompany information as listed In the ;university's vendor database. If any of. this infonnation has changed, make corrections directly on 1he fonn, and retum with this letter. lt is essential this Information be acpurate for payments to be processed in a timely manner.

Virglnia T.ecil recommends that our vendors utilize the Wells One AP Cont'r61 Payment System for payment of au invoices and stroqg\y encourages all vendors under contract with the university to participate In this program. If yo·ur firm ·is not enrolled In the program, refer to ourwebsite: httQ://wyfw.procurement vt..eduNendorANellsOne.htmT or contact me directly for more infonnation.

Slocerely,df.S'i ReedNagP Team Lead forf.acili!ies.Support Telephone: (540) 231-5240

Extreme Concrete & Consbuction Inc.. ag~ lo ~new the ·contract Urut!3r the terms a~ .condltions of the sub]ect contract.

,O,Uthorizad Slgnature:

!>lame:

-Tfti v.'t; Ee (,,,9 I~

{please print) ·

Date:--""-/:J__,-/_,_/"...,./~CJ~~ Tille: ......,l __ r_.e"-'tj'-,,:J.e,,.. __ ,.. __

We currentlypal1/c/pa1e In tile Wells One Program. __

RN/sr

Apj>roved;

Date:

·tfWel/S qne Program __

VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY An equal opport1..1nity, affirmative action institution

Page 2: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

CONTRACT MODIFICATION AGREEMENT

Date: October 23, 2018

Contract No.: VTS-131-2016

Modification No.: One (1)

Issued By:

Contractor:

Virginia Polytechnic Institute and State University (Virginia Tech)

Extreme Concrete and Construction, Inc.

Commodity: Concrete Installation· and Repair Services

This Supplemental Agreement is entered into pursuant to the provisions of the basic contr ct.

Description of Modification:

Change of Address from: 7870 Blacksburg Rd Catawba, VA 24070

To: P.O. box 2867 Radford, VA 24143

Except as provided herein, all terms and conditions of Contract Number VTS-131-20 6, as heretofore changed, remain unchanged and in full force and effect.

Mary W. Helmick Director of Procurement

Page 3: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)
Page 4: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)
Page 5: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

!IIVirginiaTech I

July 25, 2017

Extreme Concrete and Construction Inc. Attn: Travis Echols 7870 Blacksburg Road Catawba, VA 24070

Dear Mr. Echols:

Subject: Virginia Tech Contract #VTS-131-2016

Procurement Department (MC 0333) North End Center, Suite 2100, Virg inia Tech 300 Turner Street NW Blacksburg , Virg inia 24061 540/231 -6221 Fax: 540/231 -9628 www.procurement.vt.edu

Commodity/Service: Concrete Installation and Replacement Services

Thank you for responding to my letter of June 19, 2017 and agreeing to renew the contract. The contract will now expire September 30, 2018.

The attached form shows your company information as listed in the university's vendor database. If any of this information changes, please make corrections directly on the form, and return to me. It is essential that this information be accurate in order for payments to be processed in a timely manner.

We look forward to working with you for an additional year.

Sincerely,

Gregory A. Pratt, VCCO, VCO, CUPO Assistant Director of Procurement Telephone: (540) 231-7852

GAP/sr

c: F.M. Pro Anthony Watson

'-------------- - - ------- Invent the Future

VIRGINIA POL Y TECHNIC INST IT U TE AND STATE UN I VERS I TY An equa l oppo rt un ity, affirma tive action ins titu ti on

Page 6: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

!l!VirginiaTech I

Extreme Concrete and Construction Inc. Attn: Travis Echols 7870 Blacksburg Road Catawba, VA 24070

Dear Mr. Echols:

Subject: Virginia Tech Contract # VTS- I 31-20 I 6

Procurement Department (MC 0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg , Virginia 24061 540/231-6221 Fax: 540/231-9628 www.procurement.vt.edu

June 19, 2017

Commodity/Service: Concrete Installation and Replacement Services

This is to inform you that the subject contract expires September 30, 2017. Since the university would like to renew the contract for an additional year, please advise concerning your intention by signing in the appropriate space listed below. A signed copy of this letter should be received in Procurement by July 5, 2017.

In addition , review the attached form, which shows your company information as listed in the university's vendor database. If any of this information has changed, make corrections directly on the form, and return with this letter. It is essential this information be accurate for payments to be processed in a timely manner.

Virginia Tech recommends that our vendors uti lize the Wells One AP Control Payment System for payment of all invoices and strongly encourages all vendors under contract with the university to participate in this program. If your firm is not enrolled in the program, refer to our website: http ://www.procurement.vt.edu/Vendor/WellsOne.html or contact me directly for more information.

Sincerely,

Gregory A. Pratt, VC , VC , CUPO Assistant Director of Procurement Telephone: (540) 231-

Extreme Concrete and Construction Inc. agrees to renew the contract for an additional year under the terms and conditions of the subject contract.

ame:

~=:;? /dJ&s Z, £c#tPL->

Authorized Signature:

(please print)

We currently participate in the Wells One Program. ___ We would like to participate in the Wells One Program __ _

Extreme Concrete and Construction Inc. does not agree to renew the contract for an additional year.

Authorized Signature: Date: _ ________ _

Name:

GAP/sr

Approved:

Date:

Titl e: ----------

Invent the Future

VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY

An equal opportunity , affirmative action institution

Page 7: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

!l!VirginiaTech I

Extreme Concrete and Construction Inc Attn: Travis Echols 7870 Blacksburg Road Catawba, VA, 24070

Dear Travis Echols:

Procurement Department (MC 0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg, Virginia 24061 540/231 -6221 Fax: 540/231 -9628 www.procurement.vi. edu

May 24, 2016

Subject: Virginia Tech Contract #VTS-131-2016 Commoclity/Service:Concrete Installation and Replacement Services

Thank you for respond ing to my letter or May 09, 2016 and agreeing to renew the contract. The contract will now expire September 30, 2017.

The attached form shows your company information as li sted in the university's vendor database. Jr any or this information changes, pleilse make corrections directly on the form, and return to me. It is essential that this information be accurate in order for payments to be processed in a timely manner.

We look rorward to working with you for an additional year.

AS13/kjb

c: F.M. Pro Anthony Wal on

Sincerely ,

Anthony S. 13eeken, VCO, CUPO Buyer Senior/Contracts Officer T elephone: (540) 231-5240

Invent the Future

VIRGINIA POLYTECHN I C IN S TITUTE AND STATE UNIVER S ITY

An equal opportunity , affirmative a ction institution

Page 8: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

VENDOR INFORMATION FORM 5/9/2016

VTS 131 2016 ------- for office use -------

Extreme Concrete and Construction Inc

FULL LEGAL NAME (Company Name as it appears with your Federal Taxpayer Number)

BUSINESS NAME/ OBA NAME/TA NAME

(If different than Full Lega l Name)

Extreme Concrete and Construction Inc

BILLING NAME (Company name as it appears on your invoice)

PURCHASE ORDER ADDRESS:

P 0 BOX ADDRESS 1

7870 Blacksburg Road

STREET ADDRESS 2

Catawba

CITY

VA 24070

STATE ZIP CODE

Travis Echols

CONT ACT PERSON

techols79@gmail .com EMAIL

Tony Uoel<on

FEDERAL TAXPAYER NUMBER

FEDERAL TAXPAYER NUMBER (If different than ID# above)

FEDERAL TAXPAYER NUMBER (if different than ID# above)

PAYMENT ADDRESS:

PAYM ENT P 0 BOX ADDRESS 1

7870 Blacksburg Road

PAYM ENTSTREET ADDRESS 2

Catawba

CITY

VA 24070

STATE ZIP CODE

540-838-1373

PHONE NUM BER

540-384-6566

TOLL FREE NUMBER

540-980-1549

FAX NUMBER

Page 9: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

li!V1rginiaTech I

Extreme Concrete and Construction Inc Attn : Travis Echols 7870 Blacksburg Road Catawba, VA 24070

Dear Travis Echols:

Subject: Virginia Tech Contract # VTS-131-2016

Procurement Department (MC 0333) North End Center, Suite 2100, Virgin ia Tech 300 Turner Street NW Blacksburg, Virginia 24061 540/231 -6221 Fax: 540/231 -9628 www.procurement.vt.edu

May 09, 2016

Commodity/Service: Concrete Installation and Replacement Services

This is lo inform you th at the subject contract expires September 30, 2016. Since the university wo uld like to renew the contract fo r an additional year, please advise concerning your intention by signing in the appropriate space listed below. A signed copy of this letter should be received by Procurement by May 24, 2016.

In add ition, review the attached fo rm, which shows your company in fo rmation as listed in the un iversity's vendor database. If any of this information has changed, make corrections directl y on the form , and return with this letter. It is essential this info rmation be accurate fo r payments to be processed in a timely manner.

Virgi nia Tech recommends that our vendors utilize the Well s One AP Control Payment System fo r payment of all invoices and strongly encourages all vendors under contract with the university to participate in this program. If your firm is not enrolled in the program, refer to our website : htlp ://www. procurement.vt.edu/Yendor/We llsOne. html or contact me directly for more information.

Sincerely,

~d.~ Anthony S. Beeken, VCO, CUPO Buyer Senior/Contracts Officer Telephone: (540)-231-5240

Extreme Concrete and Construction Inc agrees to renew the contract fo r an additional yea r under the terms and conditions of the subject contract.

Authorized Signature:

Name:

~ -~/~ f I\ l'tN\"\. 5-; l G! M ""' -L

(please prin t)

Date: ~ ~ I '6- °"l.()/j, ~~~~~~~~~~-

Title: Pr-. 8-( ,.,~ ~~~~~~~~~~-

We currently participate in the Wells One Program. ___ We would like to participate in the Wells One Program __ _

Extreme Concrete and Construction Inc does not agree to renew the contract for an additional year.

Authorized Signature:

Name:

Approved:

Date:

(please print)

Invent the Future

VIRGINIA POL YT ECHNIC IN S T I TUTE AND STA TE UN I VER SI TY

A n e qu a l opportun i ty , a ffirm a ti ve ac tion institu ti on

Page 10: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

VENDOR INFORMATION FORM 5/9/2016

VTS 131 2016 ------- for office use -------

Extreme Concrete and Construction Inc

FULL LEGAL NAME (Company Name as it appears with your Federal Taxpayer Number)

BUSINESS NAME/ OBA NAME/TA NAME (If different than Full Legal Name)

Extreme Concrete and Construction Inc

BILLING NAME (Company name as it appears on your invoice)

PURCHASE ORDER ADDRESS:

P 0 BOX ADDRESS 1

7870 Blacksburg Road

STREET ADDRESS 2

Catawba

CITY

VA 24070

STATE ZIP CODE

Travis Echols

CONT ACT PERSON

techols 79@g mail. com EMAIL

Tony Beeken

FEDERAL TAXPAYER NUMBER

FEDERAL TAXPAYER NUMBER (If different than ID# above)

FEDERAL TAXPAYER NUMBER (if different than ID# above)

PAYMENT ADDRESS:

PAYMENT P 0 BOX ADDRESS 1

7870 Blacksburg Road

PAYMENT STREET ADDRESS 2

Catawba

CITY

VA 24070

STATE ZIP CODE

540-838-1373

PHONE NUMBER

540-384-6566

TOLL FREE NUMBER

540-980-1549 FAX NUMBER

Page 11: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

COMMONWEALTH OF VIRGINIA

STANDARD CONTRACT

Contract Number: VTS-131-2016

This contract entered into this 24th day of September 2015, by Extreme Concrete and Construction, Inc., hereinafter called the "Contractor" and Commonwealth of Virginia, Virginia Polytechnic Institute and State University called "Virginia Tech."

WITNESSETH that the Contractor and Virginia Tech, in consideration of the mutual covenants, promises and agreements herein contained, agree as follows:

SCOPE OF CONTRACT: The Contractor shall provide the concrete installation and replacement services to Virginia Tech as set forth in the Contract Documents.

PERIOD OF CONTRACT: From October 1, 2015 through September 30, 2016.

COMPENSATION AND METHOD OF PAYMENT: in accordance with the Contract Documents.

The Contractor shall be paid by Virginia Tech

CONTRACT DOCUMENTS: The Contract Documents shall consist of this signed contract, Invitation For Bid number 0040320 dated August 14, 2015, together with Addendum Number 1 To Bid dated August 27, 2015, and the bid submitted by the Contractor dated September 8, 2015, and the Contractor's response dated September8, 2015 to Addendum Number 1 To Bid, all of which Contract Documents are incorporated herein.

In WITNESS WHEREOF, the parties have caused this Contract to be duly executed intending to be bound thereby.

Vir~· Tee I By~Jup.£ny~

M ry W . elmick Director of Procurement

Page 12: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

DATE

INVITATION FOR SEALED BID# 0040320 THIS IS NOT AN ORDER

VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY PROCUREMENT DEPARTMENT (MC 0333)

NORTH END CENTER, SUITE 2100, VIRGINIA TECH, 300 TURNER STREET NW BLACKSBURG, VIRGINIA 24061

BID RETURN DATE AND HOUR BID OPENTNG DATE AND HOUR

August 14, 2015 August 31, 2015 3PM

BIDDERS ADDRESS

ADDRESS ALL TNQUIRIES AND CORRESPONDENCE TO: Anthony S. Beeken, VCO, CUPO Contracts Officer/Buyer Senior

E-MAIL ADDRESS: [email protected]

TELEPHONE NUMBER (540) 231-5240

FAX NUMBER (540) 231-9628

AFTER HOUR MESSAGES (540) 231-6221

COMMODITY: Concrete Installation and Replacement Services SEE ATTACHED SPECIAL TNSTRUCTIONS 1. SEALED BID responses should be returned in the furnished envelope. 2. Faxed responses to Sealed Bids cannot be sent directly to the Procurement Department, see "Facsimile Bids" of the attached General Terms and

3. 4. 5.

Conditions. Responses must be submitted on this form and the attachment (s) provided. Responses should be signed below. Responses will be received in the Virginia Polytechnic Institute and State University, Procurement Department (MC 0333),North End Center, Suite 2100, Virginia Tech, 300 Turner Street, NW, Blacksburg, VA 24061 until the bid opening date and hour or, if specified, the bid return date and hour shown above.

6. Contact the buyer listed above for bid award information. Enclose a self-addressed stamped envelope if you wish to obtain price information. 7. DELIVERY IS F.O.B. DESTINATION UNLESS OTHERWISE NOTED IN THE BODY OF THE BID. 8. Any ADDENDUM issued for this solicitation may be accessed at htUJ://www.procurement.vt.edu/html.docs/bids.php. Since a paper copy of the

addendum will not be mailed to you, we encourage you to check the web site regularly. 9. Bidders must take cognizance of the fees associated with the eVA Business-To-Government Vendor Registration requirement described

herein and at http://www.eva.state.va.us/ and submit prices accordingly. CERTIFICATION: TN ACCORDANCE WITH THIS TNVITATION FOR SEALED BID AND SUBJECT TO ALL TERMS AND CONDITIONS CONT ATNED HERElN INCLUDlNG THE GENERAL TERMS AND CONDITIONS SHOWN AT http://www.procurement.vt.edu/html.docs/tenns/GTC BID 07012015.pdf THE UNDERSIGNED OFFERS AND AGREES TO FURNISH THE GOODS OR SERVICES FOR THE PRICE(S) OFFERED.

FULL LEGAL NAME (PRINT) FEDERAL TAXPAYER NUMBER (ID#) DELIVERY DATE (Company name as it appears with your Federal Taxpayer Number)

BUSlNESS NAME/OBA NAME/TA NAME FEDERAL TAXPAYER NUMBER (If different than the Full Lilgal Name) (If different than ID# above)

BILLlNG NAME FEDERAL TAXPAYER NUMBER (Company name as it appears on your invoice) (If different than ID# above)

PURCHASE ORDER ADDRESS PAYMENT ADDRESS

CONTACT NAME/TITLE (PRINT) SIGNATURE (lN lNK) DATE

E-MAIL ADDRESS TELEPHONE NUMBER TOLL FREE TELEPHONE NUMBER FAX NUMBER

*BUSlNESS CLASSIFICATION ID LARGE I D SMALL I D MlNORITY-OWNED I D WOMEN-OWNED

*Business Classification definitions can be viewed at httn://www.nrocurement.vt.edu/Yendor/class.hnnl

*Is your Classification certified by the Virginia Department of Small Business and Supplier Diversity I If yes, provide Certification Number: (SBSD)? D Yes D No

*For assistance with certification questions, please visit: hnn://www.dmbe.viroinia.gov/

Page 13: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

' Is any member of the firm an employee of the Commonwealth of Virginia who has a personal interest in this contract pursuant to the Code of Virginia? YES NO _____ _

SIGNATURE _____________ Date: ______ _

(IN INK)

THIS IS NOT AN ORDER ·~;..io110 1 no15

2

Page 14: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY (VIRGINIA TECH)

INVITATION FOR SEALED BID NUMBER 0040320

Concrete Installation and Replacement Services

I. PURPOSE:

The intent and purpose of this Invitation or Sealed Bid is to establish a term contract with one or more qualified sources that can provide concrete installation and replacement services for Virginia Polytechnic Institute and State University (Virginia Tech), an agency of the Commonwealth of Virginia.

II. EVA BUSINESS-TO-GOVERNMENT ELECTRONIC PROCUREMENT SYSTEM:

The eVA Internet electronic procurement solution streamlines and automates government purchasing activities within the Commonwealth of Virginia. Virginia Tech, and other state agencies and institutions, have been directed by the Governor to maximize the use of this system in the procurement of goods and services. We are, therefore, requesting that your firm register as a trading partner within the e VA system.

There are registration fees and transaction fees involved with the use of eVA. These fees must be considered in the provision of quotes, bids and price proposals offered to Virginia Tech. Failure to register within the eVA system may result in the quote, bid or proposal from your firm being rejected and the award made to another vendor who is registered in the eVA system.

Registration in the eVA system is accomplished on-line. Your firm must provide the necessary information. Please visit the eVA website portal at http://www.eva.virginia.gov/register/vendorreg.htm and register both with eVA and Ariba. This process needs to be completed before Virginia Tech can issue your firm a Purchase Order or contract. If your firm conducts business from multiple geographic locations, please register these locations in your initial registration.

For registration and technical assistance, reference the eVA website at: [email protected], or call 866-289-7367 or 804-371-2525.

Ill. CONTRACT PARTICIPATION:

College of Wilham and Mary George Mason University James Madison Universit')' Old Dominion University

Radtord University

The University of V1rgm1a

Virginia Commonweatth Universit)' Virginia Military Institute Virginia Tech

It is the intent of this solicitation and resulting contract to allow for cooperative procurement. Accordingly, any public body, public or private health or educational institutions, or Virginia Tech's affiliated corporations and/or partnerships may access any resulting contract if authorized by the contractor.

Participation in this cooperative procurement is strictly voluntary. If authorized by the Contractor, the resultant contract may be extended to the entities indicated above to purchase at contract prices in accordance with contract terms. The Contractor shall notify Virginia Tech in writing of any such entities accessing the contract. No modification of this contract or execution of a separate contract is required to participate. The Contractor will provide semi-annual usage reports for all entities accessing the Contract. Participating entities shall place their own orders directly with the Contractor and shall fully and independently administer their use of the contract to include contractual disputes, invoicing and payments without direct administration from Virginia Tech. Virginia Tech shall not be held liable for any costs or damages incurred by any other participating entity as a result of any authorization by the Contractor to extend the contract. It is understood and agreed that Virginia Tech is not responsible for the acts or omissions of any entity, and will not be considered in default of the contract no matter the circumstances.

Use of this contract does not preclude any participating entity from using other contracts or competitive processes as the need may be.

3

Page 15: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

IV. . SCOPE OF SERVICE:

A. Overview: The contractor shall provide all labor, tools, equipment, materials, transportation and all incidentals required and/or implied for the complete and satisfactory performance of the concrete installation and replacement services. All work shall be performed on a unit price and/or hourly rate basis. Virginia Tech reserves the right to bid separately any concrete installation work for single projects estimated to cost over $10,000.

B. Work Required:

1. Unit Price Items: The contractor shall provide all labor, equipment, transportation and materials (except as specified in Section IV.B.5., Coordination of Work by Others), to place and finish concrete, to place welded steel wire fabric, to place and prepare stone sub base, to construct concrete formwork and to perform fine grading work associated with concrete installation and replacement work. The costs for all fine grading work shall be included in the unit prices for this work.

The following methods will be used to determine the quantities of all unit price work:

a. The linear foot (LF) measurement of curb work will be field measured along the face of the curb.

b. The linear foot (LF) measurement of curb and gutter work will be field measured along the face of the curb.

c. The square foot (SF) measurement of sidewalk/slab on grade work will be field measured from the outside width and length dimensions of the sidewalk/slab sections.

d. The square foot (SF) measurement of aggregate sidewalk work will be field measured from the outside width and length dimensions of the sidewalk section.

e. The square foot (SF) measurement of integral curb and sidewalk will be field measured from the outside of the curb section to the outside of the sidewalk section. For an integral curb and sidewalk where the width is greater than eight feet, the sidewalk portion greater than eight feet wide will be considered a sidewalk/slab section in the computation of the square foot quantity.

f. The square foot (SF) measurement of steps will be field measured with the length designated as the diagonal dimension across the flight of steps from the outside corner of the top stair to the opposite outside corner of the bottom stair. The width of the step will be field measured from the outside of the step section.

2. Hourly Price Concrete Labor: The contractor shall provide concrete finishers, concrete helpers and concrete watchman on an as needed hourly labor rate basis for concrete installation work not included in the unit price items. Hourly price concrete labor shall include labor required for foundations, footings, walls and other concrete construction work. All concrete materials (concrete, stone, lumber for forms, expansion joint material, curing compound and reinforcing steel) required for work performed by the contractor under hourly labor rates will be provided by Virginia Tech.

3. Hourly Price Equipment: The contractor shall provide equipment on as needed hourly equipment rate basis for equipment required in the performance of the concrete installation and replacement work. The hourly rate for equipment shall include a qualified operator, fuel, oil and maintenance of the equipment. The contractor shall submit evidence of property insurance on equipment while it is being used at Virginia Tech.

4. Description of Work: The contractor shall be provided sketches, plans, descriptions and/or other instructions by Virginia Tech indicating the location of work, finish grades, general reference points, benchmarks and dimensions of the work and other pertinent information requested by the contractor as required in order to perform the work. The contractor shall be responsible for verifying all field conditions prior to commencing work.

5. Coordination of Work by Others:

a. Ready Mixed Concrete: The contractor shall arrange for the delivery of all ready-mix concrete required during the performance of the concrete installation work from a Virginia Tech ready-mix concrete supplier. The contractor shall ensure that delivery of the concrete is timely, quantities are correct and

4

Page 16: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

that the concrete meets the project specifications. Virginia Tech will be responsible for the cost of the ready-mix concrete. The contractor shall be prepared to provide sump/air entrainment tests on site. The contractor shall be responsible for excessive waste of concrete, defined as over eight percent. The cost of concrete waste over the waste allowance will be deducted from the contractor's payment for this work. All delivery tickets for the ready-mix concrete shall be promptly submitted to Virginia Tech upon delivery of the concrete.

b. Excavation Work: Excavation of work areas designated to receive concrete installation work by the contractor will be performed by others. Virginia Tech will be responsible for coordinating this work and notifying the contractor when the excavation and grading work has been completed. The contractor shall be responsible for inspecting the graded earth sub base and notifying Virginia Tech prior to fine grading and placement of stone sub base if: the earth upgrade is not close to grade, the excavation is not of proper dimensions, the sub grade is not compacted properly, or the sub grade is otherwise unacceptable. The contractor shall be allowed compensation at the hourly labor and equipment rates for lost time while unacceptable conditions are being corrected.

C. Technical Requirements:

1. Quality of Work: All work performed under this contract shall be quality work performed in a professional manner according to the standards of the industry and according to the plans, directions or instructions as provided by Virginia Tech for each project. Unless otherwise requested, concrete work shall meet applicable standard as stated in the Virginia Department of Transportation (VDOT) Standards Specifications and subsequent editions.

2. Concrete Labor Personnel Qualifications: To be used for all concrete work not included in the unit price bid items, including footers, walls and other concrete construction.

a. Concrete Finisher: Shall be journeyman level concrete finisher; able to work independently from rough drawings and blueprints and from general instructions given by Virginia Tech personnel and able to supervise one or more concrete helpers. Must have a general knowledge of the standard practices, materials and processes of the concrete trade; ability to efficiently use the tools, equipment and materials of the trade; ability to perform all types of concrete work, such as constructing forms, mixing concrete, setting reinforcement and other concrete accessories and pouring and finishing concrete.

b. Concrete Helper: Performs the routine preparatory tasks for concrete finisher, (such as carrying materials and equipment, mixing concrete, loading and unloading of materials, performing concrete demolition, clean-up work) and preparatory work for other trades as required . The concrete helper shall independently perform unskilled tasks with general instruction.

c. Concrete Watchman: Performs the routine task of watching concrete during the setting period; perform clean-up work and preparatory work for other trades as required and to independently perform unskilled tasks with general instruction.

3. Grading:

a. Earth Sub grade: Fine grading of the earth sub grade will be required during the performance of the unit price work. Fine grading shall be limited to grading of plus or minus one (1) inch to bring the earth sub grade to its required grade. Fine grading shall not include excavation work of any kind and shall not include grading where the amount to be removed or added exceeds one (1) inch in depth.

b. Stone Sub base: Stone sub base shall be true and will be compacted at the required grades. Spongy and otherwise unsuitable material shall have been removed and replaced with suitable material. Concrete walks, curbs, and steps shall be placed upon six (6) inch compacted stone fill.

c. Compaction shall be performed by rolling or tamping with approved compacting equipment. The degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTMD 1557-70, using Method A for material passing a No. 4 sieve and Method D for larger material. The minimum compaction required shall be as follows:

1) Compaction under structures or adjacent to structures: 95 percent of maximum density.

5

Page 17: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

2) Compaction under exterior concrete slabs and under walks and curbs: 90 percent of maximum density.

d. In case of concrete replacement, stone sub base shall be repaired after demolition has taken place. Stone sub base shall be brought to grade by adding stone if necessary, fine-graded and compacted as specified.

4. Curb Construction:

a. Formwork: Forms shall be straight, free from warp and of such construction that there will be no interference with the inspection of grade and alignment. All forms shall extend for the entire depth of the curb and shall be braced and secured sufficiently so that no deflection from alignment of grade will occur during the placing of the concrete. When radial curbing is constructed, the forms shall be sufficiently flexible or otherwise designated to provide a smooth uniform curved surface of the required radius. Forms shall be cleaned of all foreign matter and oiled with non-staining form oil before the concrete is placed. Steel forms shall be coated with rust-preventive form oil. Rust-stained steel formwork is not acceptable.

b. Control Joints: Transverse joints for crack control shall be provided at approximately 30-foot intervals spaced as evenly as possible between expansion joints. Crack control joints shall be tooled (unless Virginia Tech requests sawed) for a depth of not less than 1-1/2". If sawed, it will be as soon as the concrete is hard enough not to cause raveling. Where curb or curb and gutter are adjacent to concrete pavement or sidewalks, control joints shall correspond to those of the adjacent construction.

c. Expansion Joints: Expansion joints shall be formed at intervals of approximately 90 feet. Where stationary structures such as catch basins, drop inlets, etc., are within the limits of the curb and gutter an expansion joint shall be placed between the structure and the curb and gutter. Expansion joints shall be placed at all returns. Expansion joints shall be doweled with 3/4" smooth, 18" long steel reinforcing rods, sleeved on one end only. When the curb or curb and gutter are constructed adjacent to or on grid pavements, sidewalks, etc., the location and width of joints shall coincide with those in the adjacent construction.

d. Integral Curb: When integrals curb is specified, the curb shall be placed simultaneously with the sidewalk slab to produce a monolithic pour, unless otherwise directed by Virginia Tech. Wire mesh reinforcing shall be extended from the sidewalk down into the curb. The location and width of expansion joints shall coincide with those in the slab.

e. Placing and Finishing: Concrete shall be placed in such a way to consolidate the concrete without segregating and produce a surface free of honeycombs. Curb face forms, if used, shall be removed as soon as the concrete has attained sufficient set for the curb to stand without slumping. The exposed surface shall then be given a smooth finish with a suitable finishing tool. Horizontal alignment of curb and curb and gutter shall be in reasonable close conformity to the lines shown on the plans. Local irregularities in the face of curbs shall not exceed 3/8 inch to 10 feet. Vertical alignment shall be sufficiently uniform and regular to insure complete drainage.

5. Sidewalks, Steps and Other Construction:

a. Formwork: Forms shall be straight, free from warp and shall extend the full depth of the concrete. Bracing and staking of forms shall be such that the forms remain in both horizontal and vertical alignment until their removal. The forms shall be cleaned of all foreign matter and oiled before the concrete is placed.

b. Reinforcements: Steel reinforcements shall be placed in accordance Attachment C. All reinforcements, at the time concrete is placed, shall be free of mud, oil or other materials which may adversely affect or reduce the bond. All reinforcements shall be supported and fastened together to prevent displacement by construction loads or the placing of concrete.

c. Expansion Joints for Flatwork: Expansion joints shall be installed at intervals of approximately 30 feet and against all stationary structures such as walls, columns, manholes, utility poles, and buildings. Joint filler shall be securely fastened to prevent displacement during placement of concrete. Expansion joints shall be doweled on 18" centers with 3/4" smooth 18 " long steel reinforcing rods, sleeved on one end only.

6

Page 18: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

d. Control Joints for Flatwork: Control joints shall be tooled (unless Virginia Tech requests sawed) 1/5 the depth of the concrete. Control joints shall be placed between expansion joints and intervals of 5 feet (or as directed by Virginia Tech) spaced as evenly as possible. Where slabs are more than 7 feet wide, control joints shall be formed longitudinally to concrete uniform squares. Control joints shall be sawed as soon as the concrete is hard enough to prevent raveling.

e. Placing and Finishing: Concrete shall be placed in the forms by methods which will prevent segregation and honeycombing, spread to the full depth and brought to grade. The surface shall be floated to produce a surface free from irregularities and a uniform surface texture. A light broom fin ish shall be applied to flatwork surfaces perpendicular to the direction of traffic. Outside edges and joints of flatwork shall be edged with an approximately 1/4" radius edging tool. Any honeycombs revealed after removal of forms shall be patched after inspection and approval by Virginia Tech.

6. Curing and Protection of Concrete:

a. Curing: Immediately after placing and finishing concrete, concrete slabs, curbs , and all other exposed surfaces, and those surfaces from which forms have been removed before 7 days, the contractor shall apply these surfaces with a curing compound according to manufacturer's recommendations.

b. Cold Weather Protection: Whenever the air temperature is expected to reach the freezing point, a protective blanket shall be spread over the concrete to a sufficient depth to prevent the temperature at the surface of the concrete from falling below 40 degrees F during the first 72 hours following the placement of the concrete.

7. Aggregate Finish:

a. Samples: Prior to construction of any sidewalks or slabs with exposed aggregate finish , the contractor shall construct a 4' x 4' sample panel, and all exposed aggregate concrete constructed shall match the sample. It is advised that the same finishing crew be used to finish all exposed aggregate concrete in order to achieve the same finish in all cases.

b. Finishing Method: The following method has been used in the past, and is recommended in order to achieve the exposed aggregate finish desired by Virginia Tech. After placing and screeding aggregate concrete, lightly float just sufficiently to remove screed marks. Spray immediately with a retardant spray which will be supplied by Virginia Tech. When directly by Virginia Tech, (approximately 4 to 24 hours after placement), hose off concrete to remove surface cement and fines . When an acceptable fin ish is achieved , protect and cure as specified. (Method of curing shall be liquid membrane curing process only).

8. Guarantee: All work covered under th is contract shall be guaranteed against defect resulting from the use of substandard materials, equipment, or workmanship for one year from the date of final acceptance by Virginia Tech. Any work which has to be corrected due to the contractor's faulty workmanship, equipment, tools , or materials shall be done at no additional cost to Virginia Tech.

9. Weather Conditions: The contractor shall not perform exterior concrete work during adverse weather conditions, including temperatures below 40 degrees F, or when other frozen conditions as encountered, such as frozen sub grade or materials, without the approval and direction of Virginia Tech .

D. Material Specifications:

1. Reinforcing Steel : Welded steel wire fabric shall conform to ASTM A185. Wire mesh shall be 6 x 6 x 10/10.

2. Joint Filler: Joint filler shall be performed bituminous joint filler conforming to Section 213. The materials shall be approximately 1/2" thick and shall have a width and depth equal to that of the incidental structure. Acceptable manufacturers for joint fillers are W.R. Meadows, Sonneborn, J & P Petroleum Projects, Inc., or equal.

3. Curing Materials: Curing materials shall be a liquid membrane seal conforming to ASTM C-309. Acceptable curing products are: Clear Bond by Guardian Chemical Company, MB-429 by Master Builders, Gard 5 AC by Old North Manufacturing Company, or equal.

7

Page 19: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

4. Metal Control Joints: Metal control joints shall be screed key type of depth 1/2" less than concrete. Stakes shall be 18" for 6" slab, and shall be placed 18" on center.

5. Chemical Retardant: Retardant required for exposed aggregate concrete shall be provided by Virginia Tech, but shall be applied by the contractor according to manufacturer's or Virginia Tech's recommendations.

6. Stone: Stone shall be VDOT #57 aggregate.

E. Other Requirements:

1. Parking Policy: All contractor vehicles parked on the Virginia Tech campus must display a parking permit. Contractors shall note that vehicles parked on the Virginia Tech campus without a parking pass or permit are subject to ticketing and fines.

For overnight parking, the contractor's company owned vehicles shall use the parking lot in front of Virginia Tech Printing Services and Surplus Property offices at 1411 South Main Street also known as the old K-Mart parking lot. Privately owned vehicles (POV) may park at the location. No overnight (24 hours) parking is allowed on campus. If parking POV's on campus, Parking Services will identify which lot the POV shall park; currently the Track/Soccer, Overflow or East Cassell lot. To be entitled to park in these lots the contractor shall be required to buy a daily, weekly, monthly or annual permit from Parking Services. It shall be the responsibility of the contractor to shuttle employees to the job site.

If the need arises, Virginia Tech may direct that contractor owned vehicles be parked in a location or locations other than 1411 South Main Street, Blacksburg, VA.

2. Turf Permits: These permits are issued by Parking Services to all vehicles requiring temporary parking on the grass except for construction equipment, loaders, graders, etc. Parking Services' management shall decide who can obtain a Turf Permit. This permit does not allow parking on sidewalks and plazas. As a courtesy please do not park under trees. Refer to University Policy 5000, Section 2.9.12, point 6 on the internet for more details. There will be a $50 charge per permit for all non-state vehicles.

3. Sidewalk Policy: Sidewalk access to land-locked buildings is only allowed along designated routes. Vehicle pull-offs are designed at land-locked building sites to move parked vehicles off sidewalks (but not onto turf). Parking an unattended vehicle on a sidewalk is strictly prohibited by State Law and shall be subject to fines. The vehicle operator shall be made aware that extreme caution shall be used to operate the vehicle in a way that will not be a hazard or hindrance to pedestrians using the sidewalk. The contractor shall be responsible for any damage to the turf and anything that is located adjacent to the sidewalk.

The procedure to obtain a permit to operate vehicles on a sidewalk is the same as outlined for Turf Policy. Any vehicle parked illegally on a sidewalk shall be subject to ticketing, fines and towing if necessary.

4. Barricades: The contractor shall erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. Barricades shall not be removed from site until approval from Virginia Tech.

5. Traffic Control: The contractor shall coordinate with the Virginia Tech Police Department where roadways must be blocked or where vehicular traffic must be restricted during the performance of the services included herein. Except for emergencies, the contractor shall not block or otherwise restrict vehicular traffic without the prior approval of the Virginia Tech Police Department..

6. Quality and Discipline of Employees: The contractor shall continuously maintain adequate protection of all his work from damage and shall protect all other property from damage, injury, or loss arising in connection with the work of any unfit person or anyone not skilled in the work assigned to him.

7. Uniforms: All employees of the contractor and subcontractor shall wear uniforms or other appropriate Virginia Tech approved attire at all times to designate their affiliation with the contractor.

8. Work schedule: Hourly rate work shall normally be performed according to Virginia Tech's work schedule which at present is 8:00 a.m. to 4:30 p.m. with Y:i hour for lunch. The work schedule may be adjusted as agreed upon by Virginia Tech and the contractor. The work schedule for unit price work shall be as agreed upon for each project by Virginia Tech and the contractor.

9. Time Paid: For hourly rate personnel and equipment (used during project use) shall start upon arrival and sign­in at Virginia Tech and end upon sign-out and shall not include travel time, lunch breaks, or other breaks. Time shall be rounded to the nearest Y:i hour.

10. Overtime Rates: Shall be paid for time worked over forty hours in a single week for Virginia Tech, (week ending Friday), and Saturdays and Sundays, except when the work schedule has been changed in agreement with

8

Page 20: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

Virginia Tech and the contractor. Overtime rate shall be 1.5 times the regular rate as bid for hourly rate personnel only. Overtime rates shall not apply to equipment.

11. Safety Precautions: The contractor shall comply with the rules and regulations of OSHA and the Department of Labor. The contractor alone shall be responsible for the safety, efficiency and adequacy of his plant, appliances, and methods, and for any damage which may result from their improper construction, maintenance or operation. The contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, proper safeguards for the protection of workers and the public and shall post danger warnings against any hazards created by the construction operations. The contractor shall designate a responsible member of his organization on the work whose duty shall be the prevention of accidents. In the absence of notice to the contrary, filed with Virginia Tech in writing with copy to Virginia Tech Police, this person shall be the Superintendent of the contractor.

12. Asbestos: The contractor is contracted by Virginia Tech to perform work in buildings where asbestos­containing materials (ACM) may be located. The contractor will be informed by the Virginia Tech project coordinator/manager of the location of suspect and known ACM in the work area(s) to which the contractor is assigned. The contractor shall under no circumstances damage or disturb suspect or known ACM's unless the contractor has been specifically retained to perform this work as a part of the contract and the contractor holds a valid Virginia Asbestos Contractor License. The contractor shall provide his/her employees with asbestos awareness and other training or activities required by 29 CFR 1926.1101 for the safe performance of their work. Prior to commencement of work, the contractor shall submit to Virginia Tech Facilities Safety (FS), for review and approval, his written work practices, precautions, procedures, and engineering controls to be used during work that may disturb ACM. Work shall not proceed until the proposed work practices have been approved by FS.

No asbestos containing materials, including floor materials or flooring adhesives, roofing materials or roof mastics, are permitted for new installations.

13. Lead: The contractor is contracted by Virginia Tech to perform work in buildings where lead-containing materials such as lead-based paint may be located. Work performed under this contract may impact these lead materials (for example, during building renovations), but does not include lead abatement or de-leading operations. The contractor will be informed by Virginia Tech project coordinator/manager of the location of suspect and known lead containing materials in the work area(s) to which the contractor is assigned. The Contractor shall provide all employees on site with training and equipment required by 29 CFR 1926.62 for the safe performance of the work. The contractor may not perform de-leading or lead abatement unless the contractor holds a valid Virginia Lead Contractor License and has been specifically retained to perform this work as a part of the contract. Prior to commencement of this work the contractor shall submit to Virginia Tech FS Department, for review and approval, all his written work practices, precautions, procedures, and engineering controls to be used during work that may disturb Lead Containing Materials. Work shall not proceed until the proposed work practices have been approved by Facilities Safety (FS).

No lead containing products shall be permitted for new installations.

14. Schedule of Tests: The contractor should schedule tests which may cause disruption of activities on campus during school breaks. Tests which are not expected to cause disruption of campus activities may be performed during normal work hours. The contractor shall coordinate all tests with the Physical Plant.

15. Check-in and out Procedures: During the University's normal working hours, the contractor personnel shall check-in with the designated Physical Plant representative immediately upon arrival to the University. Contractor personnel shall sign-in and pick up any keys they will need for access. Check out during University's normal working hours shall include sign out, and return of any keys issues. Outside the University's normal working hours, the contractor shall report to the Virginia Tech Police Department for check in and out. Additionally, contractor personnel may be asked to check in and out with a building contact person.

16. Duty to Protect Property: The contractor shall continuously maintain adequate protection of all his work from damage and shall protect all other property from damage, injury, or loss arising in connection with the work. The contractor shall make good any such damage, injury, or loss except such as may be directly the result of errors in the Contract Documents or such as shall be caused directly by Virginia Tech.

17. Safety Precautions: The contractor shall comply with the rules and regulations of OSHA and the Department of Labor. The contractor alone shall be responsible for the safety, efficiency and adequacy of his plant, appliances, and methods, and for any damage which may result from their improper construction, maintenance or operation. The contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, proper safeguards for the protection of workers and the public and shall post danger warnings against any hazards created by the construction operations. The contractor shall designate a responsible member of his organization on the work whose duty shall be the prevention of accidents. In the

9

Page 21: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

absence of notice to the contrary, filed with Virginia Tech in writing with copy to Virginia Tech Police, this person shall be the Superintendent of the contractor.

18. Disposal of Debris: The contractor shall transport all waste off Virginia Tech property and dispose of it in a manner that complies with Federal, state, and local requirements unless otherwise indicated by Virginia Tech.

19. Fire Protection and Prevention: The contractor shall perform work in a fire-safe manner. The contractor shall supply and maintain adequate firefighting equipment capable of extinguishing fires in the early stages.

20. Temporary Utilities: Virginia Tech will provide temporary water and electric service to the job site for each project. The contractor shall provide and install all equipment, such as hoses, extension cords, connections, etc., necessary to provide temporary hook-ups to the utilities.

21. Existing Utilities: Verity with Virginia Tech's representative that the location of existing underground utilities in the area of work has been performed. If utilities are to remain in place, the contractor shall provide adequate means of protection during earthwork operations. Should uncharted or incorrectly charted piping or other utilities be encountered during excavation, consult Virginia Tech immediately for directions. The contractor shall cooperate with Virginia Tech and utility companies in keeping respectable services and facilities in operation. The contractor shall be responsible to contact Miss Utilities.

22. Permits: The contractor shall secure all the necessary permits for their work in the Town of Blacksburg, Virginia and the Virginia Tech Campus and comply with all applicable town, University and State laws, ordinances, policies, procedures/etc.

23. Key Control :

a. No person shall knowingly possess an unauthorized key to property owned by Virginia Tech. Physical Plant's Key Control Office is the only authorized vendor for University key requests. All keys remain the property of Virginia Tech. Keys which are no longer needed must be returned to the Key Control Office.

b. Stolen or lost keys must be reported immediately to the Virginia Tech Police Department & Key Control Office.

c. The installation, changing or removal of locks shall be performed only by contractor or an authorized Key Control Office designate.

d. Unauthorized locks are prohibited on doors and if found will be removed and discarded. Any damage or repairs necessitated by the removal of unauthorized locks will be the responsibility of the contractor found in violation of this section.

e. Keys should at no time be left unattended (hanging in a door lock, lying on a desk, etc.).

f. Each contractor will be responsible for developing and enforcing a key return policy. All contractors must surrender all University keys issued to them upon termination or completion of project.

g. Keys are not to be transferred from their assigned carrier to another without proper documentation.

h. The contractor shall be responsible for the total cost of keys requested and for work done to re-secure an area whenever a key is lost or stolen.

i. The contractor shall return any existing hardware removed from a project to the Key Control Office.

j. No area outside of the project scope will be accessed by the contractor for an individual without the approval of Virginia Tech's representative designated as responsible for the area. Said designate will be responsible for verifying authority and identity of the individual requesting access.

24. Smoking Policy: Please refer to the Virginia Tech webpage http://www.policies.vt.edu/101 O.pdf for Policies on Smoking

25. Identification of Equipment: Identification of Equipment shall be made by the contractor to Virginia Tech's satisfaction immediately upon award of contract, and may include alphanumeric identification of equipment, lists, equipment labels, and other measures as deemed necessary by Virginia Tech. All identification information and measures shall be kept strictly up to date at all times

26. Submission of Lists: As soon as possible, after notice of Work Order and in any event not later than three days prior to the time fixed in the Work Order, the contractor will submit in writing to Virginia Tech, a list of the names of subcontractors the contractor shall employ on the work. The list is to include all emergency contract phone/pager/cell-phone numbers of contractor and subcontractor. The list of subcontractors is for the purpose of establishing what trades and portions of the work are to be performed under the Work Order.

27. Purchasing Documentation: All orders picked up or delivered shall be accompanied by a receipt or packing slip indicating date of sale, work order number and items/quantities received . A separate receipt or packing

10

Page 22: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

slip must be provided for each work order number (to be supplied by Virginia Tech). No back-orders shall be allowed, except as agreed to in advance by Virginia Tech.

Invoices for items ordered and delivered shall be submitted by the contractor directly to the payment address shown on the Contract or Purchase Order. Invoices shall be submitted on a bi-monthly basis during the week after receipt, and shall indicate the receipt or packing slip numbers, items and quantities received, date items were received, and verifiable pricing information including commodity, catalogue number, list price, discount, and discounted price. Invoices shall be identified by the Virginia Tech work order number and/or Purchase Order number. Invoices shall also show the Virginia Tech Contract Number and payment remit-to address.

All buying shall be done by approved personnel, identified in advance by Virginia Tech. Facilities shall not be responsible for any purchases made by unauthorized personnel. Contractor shall require a legible signature from all Virginia Tech personnel on orders picked up or delivered.

The contractor shall indicate pricing and expected delivery date at time of order.

Virginia Tech reserves the right to request supporting documentation on discounts, services charges, or other pricing provided by the contractor at any time during the contract period.

28. Fixed Price Work: Upon request by Virginia Tech and for work with adequate plans and specifications or written directions, the contractor shall prepare and submit to Virginia Tech a written fixed price (quantity of each contract billable unit) required to perform the work specified under this contract. This work may then be performed by the contractor only with Virginia Tech's written authorization.

29. Estimates of Work: Virginia Tech reserves the right to make or obtain other estimates prior to authorizing the contractor to proceed in order to comply with the requirements of state regulations to . determine price reasonableness. If the estimate is considered not to be reasonable, the contractor will be asked to review his estimate and resubmit. If the revised estimate is still considered to be unreasonable, Virginia Tech reserves the right to obtain the work from another source

V. METHOD OF PAYMENT:

Virginia Tech will authorize payment to the contractor after each satisfactory completion of concrete installation and replacement services and receipt of the contractor's invoice.

Payment can be expedited through the use of the Wells One AP Control Payment System. Virginia Tech strongly encourages participation in this program. For more information on this program please refer to Virginia Tech's Purchasing website: http://www.procurement.vt.edu/Vendor/WellsOne.html or contact the person in Procurement Department identified in the IFB.

VI. INVOICES:

Invoices for goods or services provided under any contract resulting from this solicitation shall be submitted to:

Virginia Polytechnic Institute and State University Accounts Payable North End Center, Suite 3300, Virginia Tech 300 Turner Street NW Blacksburg, Virginia 24061

VII. CONTRACT ADMINISTRATION:

A. Jim McCoy, Contracts Manager, University Design & Construction, at Virginia Tech or his designee, shall be identified as the Contract Administrator and shall use all powers under the contract to enforce its faithful performance.

B. The Contract Administrator, or his designee, shall determine the amount, quantity, acceptability, fitness of all aspects of the services and shall decide all other questions in connection with the services. The Contract Administrator, or his designee, shall not have authority to approve changes in the services which alter the concept or which call for an extension of time for this contract. Any modifications made must be authorized by the Virginia Tech Procurement Department through a written amendment to the contract.

11

Page 23: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

\1111. PRICE SCHEDULE: (TO BE COMPLETED BY BIDDER):

A. UNIT PRICE ITEMS

1. Standard Curb: $ /LF

2. Radial Curb: $ /LF

3. Standard Curb and Gutter: $ /LF

4. Radial Curb and Gutter: $ /LF

5. Sidewalk/Slab on Grade: $ /SF

6. Integral Curb and Sidewalk: $ /SF

7. Steps: $ /SF

8. Aggregate Sidewalk: $ /SF

B. HOURLY PRICE CONCRETE LABOR

1 . Concrete Finisher: $ /HR

2. Concrete Helper: $ /HR

3. Concrete Watchman: $ /HR

C. HOURLY PRICE EQUIPMENT

1. Tamper: $ /HR

2. Backhoe: $ /HR

IX. Any ADDENDUM issued for this solicitation may be accessed at http://www.procurement.vt.edu/html.docs/bids.php. Since a paper copy of the addendum will not be mailed to you, we encourage you to check the web site regularly.

X. CONTROLLING VERSION OF SOLICITATION:

The PDF version of the solicitation and any addenda issued by Virginia Tech Procurement Services is the mandatory controlling version of the document. Any modification of/or additions to the solicitation by the Offeror shall not modify the official version of the solicitation issued by Virginia Tech Procurement Services. Such modifications or additions to the solicitation by the Offeror may be cause for rejection of the proposal; however, Virginia Tech reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a proposal .

XI. TERMS AND CONDITIONS: This solicitation and any resulting contracUpurchase order shall be governed by the attached terms and conditions.

XII. ATTACHMENTS:

Attachment A - Terms and Conditions Attachment B - Standard Contract Form Attachment C - Concrete Slab Detail - Version 1.0 Dated 10/17/11

12

Page 24: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

Bid General Terms and Conditions

ATTACHMENT A TERMS AND CONDITIONS

See http://www.procurement.vt.edu/html.docs/terms/GTC BID 07012015.pdf

Special Terms and Conditions

1. AUDIT: The Contractor hereby agrees to retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. Virginia Tech, its authorized agents, and/or State auditors shall have full access to and the right to examine any of said materials during said period.

2. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that Virginia Tech shall be bound · hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement.

3. AWARD OF CONTRACT: Virginia Tech will make the award on a grand total price basis to the lowest responsive and responsible bidder. The Virginia Tech Procurement Department also reserves the right to reject any or all bids, in whole or in part, to waive informalities and to delete items prior to making the award, whenever it is deemed in the sole opinion of Virginia Tech to be in its best interest.

Virginia Tech reserves the right to award more than one contract as a result of this solicitation.

4. CANCELLATION OF CONTRACT: Virginia Tech reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the Contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the Contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation.

5. CONTRACT DOCUMENTS: The contract entered into by the parties shall consist of the Invitation for Bids, the signed Bid submitted by the Contractor, the Commonwealth Standard Contract Form (copy attached), the General Terms and Conditions, Special Terms and Conditions, the specifications including all modifications thereof, all of which shall be referred to collectively as the Contract Documents.

6. CONTRACT PERIOD: The contract shall be for a perioof one (1) year.

7. CONTRACTOR/SUBCONTRACTOR LICENSE REQUIREMENT: By my signature on this solicitation, I certify that this firm/individual and/or subcontractor is properly licensed for providing the goods/services specified

Contractor Name: _________ _ Subcontractor Name: _________ _

License#: ____________ _ Type: _______________ _

8. FINAL INSPECTION: At the conclusion of the work, the Contractor shall demonstrate to the authorized owner's representatives that the work is fully operational and in compliance with contract specifications and codes. Any deficiencies shall be promptly and permanently corrected by the Contractor at the Contractor's sole expense prior to final acceptance of the work.

9. IDENTIFICATION OF SEALED BID ENVELOPE: If a special envelope is not furnished, or if return in the special envelope is not possible, the signed bid should be returned in a separate envelope or package, sealed and addressed as follows: VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY Procurement Department (MC 0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg, Virginia 24061 Reference the opening date and hour, and Bid Number in the lower left corner of the envelope or package.

13

Page 25: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

If a bid not contained in the special envelope is mailed, the bidder takes the risk that the envelope, even if marked as described above, may be inadvertently opened and the information compromised which may cause the bid to be disqualified. No other correspondence or other bids should be placed in the envelope. Bids may be hand delivered to the Virginia Tech Procurement Department.

1 O. INSURANCE: By signing and submitting a bid under this solicitation, the Bidder certifies that if awarded the contract, it will have the following insurance coverages at the time the work commences. Additionally, it will maintain these during the entire term of the contract and that all insurance coverages will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. During the period of the contract, Virginia Tech reserves the right to require the Contractor to furnish certificates of insurance for the coverage required . INSURANCE COVERAGES AND LIMITS REQUIRED: A. Worker's Compensation - Statutory requirements and benefits. B. Employers Liability- $100,000.00 C. General Liability - $500,000.00 combined single limit. Virginia Tech and the Commonwealth of Virginia shall be

named as an additional insured with respect to goods/services being procured. This coverage is to include Premises/Operations Liability, Products and Completed Operations Coverage, Independent Contractor's Liability, Owner's and Contractor's Protective Liability and Personal Injury Liability.

D. Automobile Liability - $500,000.00

The contractor agrees to be responsible for, indemnify, defend and hold harmless Virginia Tech, its officers, agents and employees from the payment of all sums of money by reason of any claim against them arising out of any and all occurrences resulting in bodily or mental injury or property damage that may happen to occur in connection with and during the performance of the contract, including but not limited to claims under the Worker's Compensation Act. The contractor agrees that it will, at all times, after the completion of the work, be responsible for, indemnify, defend and hold harmless Virginia Tech, its officers, agents and employees from all liabilities resulting from bodily or mental injury or property damage directly or indirectly arising out of the performance or nonperformance of the contract.

11.NOTICES: Any notices to be given by either party to the other pursuant to any contract resulting from this solicitation shall be in writing, hand delivered or mailed to the address of the respective party at the following address:

If to Contractor: Attention:

If to Virginia Tech:

Address Shown On Bid Cover Page Name Of Person Signing Bid

Virginia Polytechnic Institute and State University Attn: Anthony S. Beeken Procurement Department (0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg, Virginia 24061

and

Virginia Polytechnic Institute and State University Attn: Jim McCoy University Design and Construction Department Sterrett Facilities Complex, Ste. 90 230 Sterrett Drive Blacksburg, Virginia 24061

12.PRICE ESCALATION/DEESCALATION: Price adjustments for changes in the contractor's price of materials, labor, and transportation may be permitted. Request for price adjustments for any other reasons will not be granted. No price increases will be authorized for 365 calendar days after the effective date of the contract. Upward price adjustments may be permitted only at the end of this period and each 365 days thereafter and only where verified to the satisfaction of the Virginia Tech Procurement Department. However, "across the board" price decreases are subject to implementation at any time and shall be immediately conveyed to Virginia Tech. Contractor shall give not less than 30 days advance notice of any desired price increase to the Virginia Tech Procurement Department. Any approved price changes will be effective only at the beginning of the calendar month following the end of the full 30 day notification period. The Contractor shall document the amount and proposed effective date of any general change in the price of materials, labor, and transportation. Only general "across the board" price increases will

14

Page 26: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

be considered and must affect all suppliers of the commodities or goods. Documentation shall be supplied with the Contractor's request for increase which will: (1) verify that the requested price increase is general in scope and not applicable just to Virginia Tech; and (2) verify the amount or percentage of increase which is being passed on to the Contractor by the Contractor's suppliers. Failure by the Contractor to supply the aforementioned verification with the request for price increase will result in a delay of the effective date of such increase. The Virginia Tech Procurement Department may verify such change in price independently. The Virginia Tech Procurement Department may make such verification as it deems adequate. However, any increase which the Virginia Tech Procurement Department determines is excessive, regardless of any documentation supplied by the Contractor, may be cause for cancellation of the contract by the Virginia Tech Procurement Department. The Virginia Tech Procurement Department will notify the contractor in writing of the effective date of any increase which is approved. However, the Contractor shall fill all purchase orders received prior to the effective date of the price adjustment at the old contract prices. The contractor is further advised that price decreases which affect the price of materials, labor, and transportation are required to be passed on to Virginia Tech immediately. Failure to do so will result in action to recoup such amounts.

13. RENEWAL OF CONTRACT: This contract may be renewed by Virginia Tech upon written agreement of both parties for four successive one year periods, under the terms of the current contract, and at a reasonable time (approximately 90 days) prior to the expiration.

14.SAFETY: The Contractor bears sole responsibility for the safety of its employees. The Contractor shall take all steps necessary to establish, administer, and enforce safety rules that meet the regulatory requirements of the Virginia Department of Labor and Industry (VOLi) and the Occupational Safety and Health Administration (OSHA). The contractor shall take steps as necessary to protect the safety and health of university employees, students, and visitors during the performance of their work. In addition, the contractor must also provide the university with a written safety program that it intends to follow in pursuing work under this contract. By entering into a contract with Virginia Tech, the contractor and its subcontractors agree to abide by the requirements described in Safety Requirements for Contractors and Subcontractors located on Virginia Tech's Environmental, Health and Safety Services (EHSS) web site at this URL http://www.ehss.vt.edu/programs/contractor safety.php. A copy of the publication may also be obtained by contacting EHSS at 540/231- 5985. No work under this contract will be permitted until the university is assured that the contractor has an adequate safety program in effect.

15. WARRANTY (COMMERCIAL): The Contractor agrees that the supplies or services furnished under any award resulting from this solicitation shall be covered by the most favorable commercial warranties the contractor gives any customer for such supplies or services and that the rights and remedies provided therein are in addition to and do not limit those available to Virginia Tech by any other clause of this solicitation. A copy of this warranty must be furnished with the bid.

16. WORK SITE DAMAGES: Any damage to existing utilities, equipment or finished surfaces resulting from the performance of this contract shall be repaired to the Owner's satisfaction at the Contractor's expense.

15

Page 27: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

ATTACHMENT B

Standard Contract form for reference only Bidders do not need to fill in this form

COMMONWEAL TH OF VIRGINIA STANDARD CONTRACT

Contract Number: _________ _

This contract entered into this __ day of 20_, by , hereinafter called the "Contractor" and Commonwealth of Virginia, Virginia Polytechnic Institute and State University called "Virginia Tech".

WITNESSETH that the Contractor and Virginia Tech, in consideration of the mutual covenants, promises and agreements herein contained, agrees as follows:

SCOPE OF CONTRACT: The Contractor shall provide the ______ to Virginia Tech as set forth in the Contract Documents.

PERIOD OF CONTRACT: From ___________ through _________ _

COMPENSATION AND METHOD OF PAYMENT: The Contractor shall be paid by Virginia Tech in accordance with the contract documents.

CONTRACT DOCUMENT: The Contract Documents shall consist of this signed contract, Invitation For Bid Number ____ dated , together with all written modifications thereof and the bid submitted by the Contractor dated , all of which Contract Documents are incorporated herein.

In WITNESS WHEREOF, the parties have caused this Contract to be duly executed intending to be bound thereby.

Contractor: Virginia Tech

By: _____________ _ By: ____________ ~

Title: _______________ Title: ______________ _

16

Page 28: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

u E-< z µ.:) :a: :r:: u i::C E-i E-i i::C

-----------····-----····-·-·--····1

R- 6' Min or as noted on plan s~

#4 REBAR; 2" CLEAR AT 4-5" EACH RADIUS TIE-IN---- '

NEW CONCRETE-­

DOWELS 4' O.C. AS NOTED

NEW TO OLD WORK RADIUS TIE-IN NIS

J_ 2" T-

NOTES: 1. CONCRETE MIX SHALL USE NATURAL SAND. MANUFACTURED SAND IS NOT ACCEPTABLE. 2. IF INTEGRAL COLORED IS SPECIFIED ON PLANS IT SHALL BE SOLOMON 'CANVAS', DAVIS

'PEBBLE' OR APPROVED ALTERNATE. 3. CONTROL JOINTS ARE TOOLED OR SAW CUT 'V' TO 1" DEPTH X 3/B- 1/2" WIDE;

LOCATIONS PER PLANS. 4. EDGES ARE TOOLED. 5. FINISH IS MEDIUM BROOMED USING MEDIUM STIFFNESS, ANGLED NYLON RESIN CONCRETE

BRUSH SUCH AS MARION 16 THOUSANDTH DIAMETER BRISTLE (ORANGE) OR EQUAL. BRUSH FOLLOWING JOINT AND EDGE TOOLING.

6. EXPANSION JOINTS ARE 3/4" ASPHALT SATIJRATED FIBER JOINT OR APPROVED EQUAL; 1 /2" BELOW CONCRETE SURF ACE.

7. EXPANSION JOINT SEALANT SHALL BE SONNEBORN SONOLASTIC NPl OR EQUAL APPLIED APPROX. 1/2" THICK OVER FIBER JOINTS. COLOR TO GENERALLY MATCH FINISHED CONCRETE.

8. ADJACENT POURS TO BE DOWELED AT 4' O.C. WITH /14 X 2' BARS 2" CLEAR.

,-----EXPANSION JOINTS WITH SEALANT LOCATED AS NOTED ON PLANS

DOWELS; 4' O.C.

REINFORCING CHAIRS- J' 0 .C.

6" CLASS A3 CONCRETE

6"X6" W2.9XW2.9 WWF

~rA::~~lfjj~~~~{.f)l~~~~ffjj,~~~~~~-4· 21A BASE STONE COMPACTED TO 95% AASHTO T99

""'-sUBGRADE COMPACTED TO 90% AASHTO T99

VIRGINIA TECH CONCRETE SLAB DETAIL- VERSION 1.0

10-1 7-2011 NOTTO SCALE

I ______________________ ___}

! I

I'-..-

Page 29: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

ADDENDUM # 1 TO SEALED BID # 0040320

VIRGINlA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY PROCUREMENT DEPARTMENT (MC 0333)

NORTH END CENTER, SUITE 2100, VIRGINIA TECH, 300 TURNER STREET NW

DATE

August27 , 2015

BIDDERS ADDRESS

BLACKSBURG, VIRGINIA 24061 BID RETURN DATE AND HOUR ORIGINAL BID OPENING DATE AND HOUR

Auaust 31 , 2015 3PM

ADDRESS ALL INQUIRIES AND CORRESPONDENCE TO:

Anthony S. Beeken, VCO, CUPO, Contracts Officer/Buyer Senior

E-MAIL ADDRESS : [email protected]

TELEPHONE NUMBER (540) 231-5240 FAX NUMBER (540) 231-9628

AFTER HOUR MESSAGES (540) 231-6221

Concrete Installation and Replacement Services

1. Section IV. A. , Overview: Add the following statement. Contractor shall provide concrete installation and replacement services for Virginia Tech in any quantity required. There are no minimum quantities .

2. Section IV. 8 . 5., Coordination of Work by Others: Add the following statement. Concrete ordered for aggregate finish shall include aggregate as specified by Virginia Tech.

3. Section IV. B. 4. e., Finishing Method: Add the following statement. Backfill and pavement patching if required will be provided by Virginia Tech .

4. Replace Attachment C., Concrete Slab Detail Version 1.0 dated 10-17-11 with the latest drawing attached .

5. All other terms , conditions and descriptions remain the same.

6. The due date and hour is changed from August 31, 2015 3PM to September 8, 2015 3PM .

FULL LEGAL NAME (PRINT) FEDERAL TAXPAYER NUMBER (ID#) DELIVERY D.ATE (Company name as It appears with your Federal Taxpayer Number)

BUSINESS NAME/DBA NAME/TA NAME FEDERAL TAXPAYER NUMBER {If different than the Ful l Legal Name) (tt different than ID# above )

BILLING NAME FEDERAL TAXPAYER NUMBER

{Company name as it appears on your invoice) (tt different than ID# above)

PURCHASE ORDER ADDRESS PAYMENT ADDRESS

CONT ACT NAME.!TITLE (PRINT) SIGNATURE (IN INK) DATE

E-MAIL ADDRESS TELEPHONE NUMBER TOLL FREE TELEPHONE NUMBER FAX NUMBER

' BUSINESS CLASSIFICATION [ 0 LARGE I O SMALL I D MINORITY-OWNED I D WOMEN-OWNED

•susiness Ciassification definitions can be viewed at htto://wwwiorocurement.vt.edu/html.docs/class.html

!

I

Page 30: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

u 8 z µ:i :a: ::i:: u ~ 8 8 ~

OLD CONCRETE

R- 6' MIN OR AS NOTED ON PLANS

#4 REBAR; 2" CLEAR AT EACH RADIUS TIE-IN

NEW CONCRETE

DOWELS 4' O.C. AS NOTED

-

NEW TO OLD WORK RADIUS TIE- IN NTS

NOTES: 1. CONCRETE MIX SHALL USE NATURAL SAND UNLESS NOTED AS COLORED CONCRETE ON

PLANS. MANUFACTURED SANO IS NOT ACCEPTABLE. 2. CONTROL JOINTS ARE TOOLED OR SAW CUT 'V' TO 1" DEPTH X 3/8- 1/2" WIDE;

LOCATIONS PER PLANS. 3. EDGES ARE TOOLED. 4. FINISH IS MEDIUM BROOMED USING MEDIUM STIFFNESS, ANGLED NYLON RESIN CONCRETE

BRUSH SUCH AS MARION 16 THOUSANDTH OIAME1ER BRISTLE (ORANGE) OR EQUAL. BRUSH FOLLOWING JOINT ANO EDGE TOOLING.

5. EXPANSION JOINTS ARE 3/4" ASPHALT SATURATED FIBER JOINT OR APPROVED EQUAL; 1 /2" BELOW CONCRETE SURFACE.

6. EXPANSION JOINT SEALANT SHALL BE SONNEBORN SONOLASTIC NPl OR EQUAL APPLIED APPROX. 1 /2" THICI< OVER FIBER JOINTS. COLOR TO GENERALLY MATCH FINISHED CONCRETE.

7. ADJACENT POURS TO BE DOWELED AT 4' O.C. WITH fj4 X 2' BARS 2" CLEAR.

~---EXPANSION JOINTS WITH SEALANT LOCATED AS NOTED ON PLANS

~REINFORCING CHAIRS- 3' O.C.

6" CLASS A3 CONCRE1E

· .1'-- 6" X6" W2.9XW2.9 WWF

~ -4" 21A BASE STONE COMPACTED TO 95% AASHTO T99

SUBGRADE COMPACTED TO 95% AASHTO T99

CONCRETE SLAB DETAIL- VERSION 1.0 8-24- 15 NOTTO SCALE

Page 31: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

DATE

INVITATION FOR SEALED BID # 0040320 THIS IS NOT AN ORDER

VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY PROCUREMENT DEPARTMENT (MC 0333)

NORTH END CENTER, SUITE 2100, VIRGINIA TECH, 300 TURNER STREET NW BLACKSBURG, VIRGINIA 24061

BID RETURN DATE AND HOUR BID OPENJNG DATE AND HOUR

August 14, 2015 September 8, 2015 3PM

August 31 , 2015 3PM

BIDDERS ADDRESS

Extreme Concrete and Construction, Inc.

7870 Blacksburg Road Catawba, VA 24070

ADDRESS ALL INQUIRIES AND CORRESPONDENCE TO: Anthony S. Beeken, VCO, CUPO Contracts Officer/Buyer Senior E-MAIL ADDRESS: [email protected] TELEPHONE NUMBER (540) 231-5240 FAX NUMBER (540) 231-9628 AFTER HOUR MESSAGES (540) 231-6221

COMMODITY: Concrete Installation and Replacement Services SEE ATTACHED SPECIAL INSTRUCTIONS 1. SEALED BID responses should be returned in the furnished envelope. 2. Faxed responses to Sealed Bids cannot be sent directly to the Procurement Department, see "Facsimile Bids" of the attached General Terms and

3. 4. 5.

Conditions. Responses must be submitted on this form and the attachment (s) provided. Responses should be signed below. Responses will be received in the Virginia Polytechnic Institute and State University, Procurement Department (MC 0333),North End Center, Suite 2100, Virginia Tech, 300 Turner Street, NW, Blacksburg, VA 24061 until the bid opening date and hour or, if specified, the bid return date and hour shown above.

6. Contact the buyer listed above for bid award information. Enclose a self-addressed stamped envelope if you wish to obtain price information. 7. DELIVERY IS F.O.B. DESTINATION UNLESS OTHERWISE NOTED IN THE BODY OF THE BID. 8 . • Any ADDENDUM issued for this solicitation may be accessed at http://www.orocurement.vt.edu/html.docs/bids.php. Since a paper copy of the

addendum will not be mailed to you, we encourage you to check the web site regularly. 9. Bidders must take cognizance of the fees associated with the eVA Business-To-Government Vendor Registration requirement described

herein and at http://www.eva.state.va.us/ and submit prices accordinglv. CERTIFICATION: IN ACCORDANCE WITH THIS INVITATION FOR SEALED BID AND SUBJECT TO ALL TERMS AND CONDITIONS CONTAINED HEREIN INCLUDING THE GENERAL TERMS AND CONDITIONS SHOWN AT http://www.procurement. vt.edu/html.docslterms/GTC BID 0701201 5.pdf THE UNDERSIGNED OFFERS AND AGREES TO FURNISH THE GOODS OR SERVICES FOR THE PRICE(S) OFFERED.

FULL LEGAL NAME (PRINT) FEDERAL TAXPAYER NUMBER(ID#) DELIVERY DA TE (Company name as it appears with your Federal Taxpayer Number)

Extreme Concrete and Construction Inc. September 8. 2015

BUSINESSNAME/DBANAME/TANAME FEDERAL TAXPAYER NUMBER (I f different than the Full Legal Name) (If different than ID# above)

n/a n/a

BILLING NAME FEDERAL TAXPAYER NUMBER (Company name ns it appears on your invoice) (I f different than ID# above)

Extreme Concrete and Construction Inc. n/a

PURCHASE ORDER ADDRESS PAYMENT ADDRESS

7870 Blacksburg Road 7870 Blacksburg Road

Catawba, VA 24070 Catawba, VA 24070 CONTACT NAME/TITLE (PRINT) SI :ZINK) DATE

Travis Echols, authorized agent L---- =- q ... ~-Zot5 E-MAIL ADDRESS TELEPHONE NUMBER TOLL FREE TELEPHONE NUMBER FAX NUMBER

techols [email protected] 540-838-1373 n/a 540-384-6566 • BUSINESS CLASSIFICA TJON I OLARGE I~ SMALL I D MlNORITY-OWNED I ~WOMEN-OWNED *Business Classification definitions can be viewed at httn:/iwww.orocurement.vt.eduNendor/class.html • Is your Classificae!jn certified by the Virginia Department of Small Business and Supplier Diversity (SBSD)? D Yes No

I If yes, provide Certification Number:

*For assistance with certification questions, please visit: hnn :/1www.dmbe.vir2inia. gov/

Page 32: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

Is any member of the firm an employee of the Commonwealth of Virg~ who has a personal interest in this contract pursuant to the Code of Virginia? YES NO _ _,~------

SIGNATURE--~-- ---~~_;:::=__..,--,_..-~~-----Date: °!' f6- 2°15 (IN INK)

THIS IS NOT AN ORDER •~""'""'/20"

2

Page 33: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY (VIRGINIA TECH)

INVITATION FOR SEALED BID NUMBER 0040320

Concrete Installation and Replacement Services

I. PURPOSE:

The intent and purpose of this Invitation or Sealed Bid is to establish a term contract with one or more qualified sources that can provide concrete installation and replacement services for Virginia Polytechnic Institute and State University (Virginia Tech), an agency of the Commonwealth of Virginia.

II . EVA BUSINESS-TO-GOVERNMENT ELECTRONIC PROCUREMENT SYSTEM:

The eVA Internet electronic procurement solution streamlines and automates government purchasing activities within the Commonwealth of Virginia. Virginia Tech, and other state agencies and institutions, have been directed by the Governor to maximize the use of this system in the procurement of goods and services. We are, therefore, requesting that your firm register as a trading partner within the eVA system.

There are registration fees and transaction fees involved with the use of eVA. These fees must be considered in the provision of quotes, bids and price proposals offered to Virginia Tech. Failure to register within the eVA system may result in the quote, bid or proposal from your firm being rejected and the award made to another vendor who is registered in the eVA system.

Registration in the eVA system is accomplished on-line. Your firm must provide the necessary information. Please visit the eVA website portal at http://www.eva.virginia.gov/register/vendorreg.htm and register both with eVA and Ariba. This process needs to be completed before Virginia Tech can issue your firm a Purchase Order or contract. If your firm conducts business from multiple geographic locations, please register these locations in your initial registration.

For registration and technical assistance, reference the eVA website at: [email protected] .gov, or call 866-289-7367 or 804-371-2525.

Ill. CONTRACT PARTICIPATION:

• ColltrQt of W1lh1m snd Mary

George Matan Unwe1Mv ' Jamn Mad1nn Urnvmlfty

'.i. • Old OomuTion Umveranv Radt01d Urnvers1ty The Umvennv of Vwpinia V1rgin11 CommonwHtth Unrvers1tv

Vttgmia Military tn1firute Virgin11 Tech

It is the intent of this solicitation and resulting contract to allow for cooperative procurement. Accordingly, any public body, public or private health or educational institutions, or Virginia Tech 's affiliated corporations and/or partnerships may access any resulting contract if authorized by the contractor.

Participation in this cooperative procurement is strictly voluntary. If authorized by the Contractor, the resultant contract may be extended to the entities indicated above to purchase at contract prices in accordance with contract terms. The Contractor shall notify Virginia Tech in writing of any such entities accessing the contract . No modification of this contract or execution of a separate contract is required to participate. The Contractor will provide semi-annual usage reports for all entities accessing the Contract. Participating entities shall place their own orders directly with the Contractor and shall fully and independently administer their use of the contract to include contractual disputes, invoicing and payments without direct administration from Virginia Tech. Virginia Tech shall not be held liable for any costs or damages incurred by any other participating entity as a result of any authorization by the Contractor to extend the contract. It is understood and agreed that Virginia Tech is not responsible for the acts or omissions of any entity, and will not be considered in default of the contract no matter the circumstances .

Use of this contract does not preclude any participating entity from using other contracts or competitive processes as the need may be.

3

Page 34: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

IV. SCOPE OF SERVICE:

A. Overview: The contractor shall provide all labor, tools, equipment, materials, transportation and all incidentals required and/or implied for the complete and satisfactory performance of the concrete installation and replacement services. All work shall be performed on a unit price and/or hourly rate basis. Virginia Tech reserves the right to bid separately any concrete installation work for single projects estimated to cost over $10,000.

B. Work Required:

1. Unit Price Items: The contractor shall provide all labor, equipment, transportation and materials (except as specified in Section IV.8.5., Coordination of Work by Others), to place and finish concrete, to place welded steel wire fabric, to place and prepare stone sub base, to construct concrete formwork and to perform fine grading work associated with concrete installation and replacement work. The costs for all fine grading work shall be included in the unit prices for this work.

The following methods will be used to determine the quantities of all unit price work:

a. The linear foot (LF) measurement of curb work will be field measured along the face of the curb.

b. The linear foot (LF) measurement of curb and gutter work will be field measured along the face of the curb.

c. The square foot (SF) measurement of sidewalk/slab on grade work will be field measured from the outside width and length dimensions of the sidewalk/slab sections.

d. The square foot (SF) measurement of aggregate sidewalk work will be field measured from the outside width and length dimensions of the sidewalk section.

e. The square foot (SF) measurement of integral curb and sidewalk will be field measured from the outside of the curb section to the outside of the sidewalk section. For an integral curb and sidewalk where the width is greater than eight feet, the sidewalk portion greater than eight feet wide will be considered a sidewalk/slab section in the computation of the square foot quantity.

f. The square foot (SF) measurement of steps will be field measured with the length designated as the diagonal dimension across the flight of steps from the outside corner of the top stair to the opposite outside comer of the bottom stair. The width of the step will be field measured from the outside of the step section.

2. Hourly Price Concrete Labor: The contractor shall provide concrete finishers, concrete helpers and concrete watchman on an as needed hourly labor rate basis for concrete installation work not included in the unit price items. Hourly price concrete labor shall include labor required for foundations, footings, walls and other concrete construction work. All concrete materials (concrete, stone, lumber for forms, expansion joint material, curing compound and reinforcing steel) required for work performed by the contractor under hourly labor rates will be provided by Virginia Tech.

3. Hourly Price Equipment: The contractor shall provide equipment on as needed hourly equipment rate basis for equipment required in the performance of the concrete installation and replacement work. The hourly rate for equipment shall include a qualified operator, fuel, oil and maintenance of the equipment. The contractor shall submit evidence of property insurance on equipment while it is being used at Virginia Tech.

4. Description of Work: The contractor shall be provided sketches, plans, descriptions and/or other instructions by Virginia Tech indicating the location of work, finish grades, general reference points, benchmarks and dimensions of the work and other pertinent information requested by the contractor as required in order to perform the work. The contractor shall be responsible for verifying all field conditions prior to commencing work.

5. Coordination of Work by Others:

a. Ready Mixed Concrete: The contractor shall arrange for the delivery of all ready-mix concrete required during the performance of the concrete installation work from a Virginia Tech ready-mix concrete supplier. The contractor shall ensure that delivery of the concrete is timely, quantities are correct and

4

Page 35: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

that the concrete meets the project specifications. Virginia Tech will be responsible for the cost of the ready-mix concrete. The contractor shall be prepared to provide sump/air entrainment tests on site. The contractor shall be responsible for excessive waste of concrete, defined as over eight percent. The cost of concrete waste over the waste allowance will be deducted from the contractor's payment for this work. All delivery tickets for the ready-mix concrete shall be promptly submitted to Virginia Tech upon delivery of the concrete.

b. Excavation Work: Excavation of work areas designated to receive concrete installation work by the contractor will be performed by others. Virginia Tech will be responsible for coordinating this work and notifying the contractor when the excavation and grading work has been completed. The contractor shall be responsible for inspecting the graded earth sub base and notifying Virginia Tech prior to fine grading and placement of stone sub base if: the earth upgrade is not close to grade, the excavation is not of proper dimensions, the sub grade is not compacted properly, or the sub grade is otherwise unacceptable. The contractor shall be allowed compensation at the hourly labor and equipment rates for lost time while unacceptable conditions are being corrected.

C. Technical Requirements:

1. Quality of Work: All work performed under this contract shall be quality work performed in a professional manner according to the standards of the industry and according to the plans, directions or instructions as provided by Virginia Tech for each project. Unless otherwise requested, concrete work shall meet applicable standard as stated in the Virginia Department of Transportation (VDOT) Standards Specifications and subsequent editions.

2. Concrete Labor Personnel Qualifications: To be used for all concrete work not included in the unit price bid items, including footers, walls and other concrete construction.

a. Concrete Finisher: Shall be journeyman level concrete finisher; able to work independently from rough drawings and blueprints and from general instructions given by Virginia Tech personnel and able to supervise one or more concrete helpers. Must have a general knowledge of the standard practices, materials and processes of the concrete trade; ability to efficiently use the tools, equipment and materials of the trade; ability to perform all types of concrete work, such as constructing forms, mixing concrete, setting reinforcement and other concrete accessories and pouring and finishing concrete.

b. Concrete Helper: Performs the routine preparatory tasks for concrete finisher, (such as carrying materials and equipment, mixing concrete, loading and unloading of materials, performing concrete demolition, clean-up work) and preparatory work for other trades as required. The concrete helper shall independently perform unskilled tasks with general instruction.

c. Concrete Watchman: Performs the routine task of watching concrete during the setting period; perform clean-up work and preparatory work for other trades as required and to independently perform unskilled tasks with general instruction.

3. Grading:

a. Earth Sub grade: Fine grading of the earth sub grade will be required during the performance of the unit price work. Fine grading shall be limited to grading of plus or minus one (1) inch to bring the earth sub grade to its required grade. Fine grading shall not include excavation work of any kind and shall not include grading where the amount to be removed or added exceeds one (1 ) inch in depth.

b. Stone Sub base: Stone sub base shall be true and will be compacted at the required grades. Spongy and otherwise unsuitable material shall have been removed and replaced with suitable material. Concrete walks, curbs, and steps shall be placed upon six (6) inch compacted stone fill .

c. Compaction shall be performed by rolling or tamping with approved compacting equipment. The degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTMD 1557-70, using Method A for material passing a No. 4 sieve and Method D for larger material. The minimum compaction required shall be as follows:

1) Compaction under structures or adjacent to structures: 95 percent of maximum density.

5

Page 36: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

2) Compaction under exterior concrete slabs and under walks and curbs: 90 percent of maximum density.

d. In case of concrete replacement, stone sub base shall be repaired after demolition has taken place. Stone sub base shall be brought to grade by adding stone if necessary, fine-graded and compacted as specified.

4. Curb Construction:

a. Formwork: Forms shall be straight, free from warp and of such construction that there will be no interference with the inspection of grade and alignment. All forms shall extend for the entire depth of the curb and shall be braced and secured sufficiently so that no deflection from alignment of grade will occur during the placing of the concrete. When radial curbing is constructed, the forms shall be sufficiently flexible or otherwise designated to provide a smooth uniform curved surface of the required radius. Forms shall be cleaned of all foreign matter and oiled with non-staining form oil before the concrete is placed. Steel forms shall be coated with rust-preventive form oil. Rust-stained steel formwork is not acceptable.

b. Control Joints: Transverse joints for crack control shall be provided at approximately 30-foot intervals spaced as evenly as possible between expansion joints. Crack control joints shall be tooled (unless Virginia Tech requests sawed) for a depth of not less than 1-1/2". If sawed, it will be as soon as the concrete is hard enough not to cause raveling. Where curb or curb and gutter are adjacent to concrete pavement or sidewalks, control joints shall correspond to those of the adjacent construction.

c. Expansion Joints: Expansion joints shall be formed at intervals of approximately 90 feet. Where stationary structures such as catch basins, drop inlets , etc., are within the limits of the curb and gutter an expansion joint shall be placed between the structure and the curb and gutter. Expansion joints shall be placed at all returns. Expansion joints shalt be doweled with 3/4" smooth, 18" tong steel reinforcing rods, sleeved on one end only. When the curb or curb and gutter are constructed adjacent to or on grid pavements, sidewalks, etc., the location and width of joints shall coincide with those in the adjacent construction.

d. Integral Curb: When integrals curb is specified , the curb shall be placed simultaneously with the sidewalk slab to produce a monolithic pour, unless otherwise directed by Virginia Tech. Wire mesh reinforcing shall be extended from the sidewalk down into the curb. The location and width of expansion joints shall coincide with those in the slab.

e. Placing and Finishing: Concrete shall be placed in such a way to consolidate the concrete without segregating and produce a surface free of honeycombs. Curb face forms, if used, shall be removed as soon as the concrete has attained sufficient set for the curb to stand without slumping. The exposed surface shall then be given a smooth finish with a suitable finishing tool. Horizontal alignment of curb and curb and gutter shall be in reasonable close conformity to the lines shown on the plans. Local irregularities in the face of curbs shall not exceed 3/8 inch to 10 feet. Vertical alignment shall be sufficiently uniform and regular to insure complete drainage.

5. Sidewalks, Steps and Other Construction:

a. Formwork: Forms shall be straight, free from warp and shall extend the full depth of the concrete. Bracing and staking of forms shall be such that the forms remain in both horizontal and vertical alignment until their removal. The forms shall be cleaned of all foreign matter and oiled before the concrete is placed.

b. Reinforcements: Steel reinforcements shall be placed in accordance Attachment C. All reinforcements , at the time concrete is placed, shall be free of mud, oil or other materials which· may adversely affect or reduce the bond. All reinforcements shall be supported and fastened together to prevent displacement by construction loads or the placing of concrete.

c. Expansion Joints for Flatwork: Expansion joints shall be installed at intervals of approximately 30 feet and against all stationary structures such as walls, columns, manholes, utility poles , and buildings. Joint filler shall be securely fastened to prevent displacement during placement of concrete. Expansion joints shalt be doweled on 18" centers with 3/4" smooth 18 • long steel reinforcing rods, sleeved on one end only.

6

Page 37: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

d. Control Joints for Flatwork: Control joints shall be tooled (unless Virginia Tech requests sawed) 1/5 the depth of the concrete. Control joints shall be placed between expansion joints and intervals of 5 feet (or as directed by Virginia Tech) spaced as evenly as possible. Where slabs are more than 7 feet wide, control joints shall be formed longitudinally to concrete uniform squares. Control joints shall be sawed as soon as the concrete is hard enough to prevent raveling .

e. Placing and Finishing : Concrete shall be placed in the forms by methods which will prevent segregation and honeycombing, spread to the full depth and brought to grade. The surface shall be floated to produce a surface free from irregularities and a uniform surface texture. A light broom finish shall be applied to flatwork surfaces perpendicular to the direction of traffic. Outside edges and joints of flatwork shall be edged with an approximately 1/4" radius edging tool. Any honeycombs revealed after removal of forms shall be patched after inspection and approval by Virginia Tech.

6. Curing and Protection of Concrete:

a. Curing: Immediately after placing and finishing concrete, concrete slabs, curbs, and all other exposed surfaces, and those surfaces from which forms have been removed before 7 days, the contractor shall apply these surfaces with a curing compound according to manufacturer's recommendations.

b. Cold Weather Protection: Whenever the air temperature is expected to reach the freezing point, a protective blanket shall be spread over the concrete to a sufficient depth to prevent the temperature at the surface of the concrete from falling below 40 degrees F during the first 72 hours following the placement of the concrete.

7. Aggregate Finish :

a. Samples: Prior to construction of any sidewalks or slabs with exposed aggregate finish, the contractor shall construct a 4' x 4' sample panel, and all exposed aggregate concrete constructed shall match the sample. It is advised that the same finishing crew be used to finish all exposed aggregate concrete in order to achieve the same finish in all cases.

b. Finishing Method: The following method has been used in the past, and is recommended in order to achieve the exposed aggregate finish desired by Virginia Tech. After placing and screeding aggregate concrete, lightly float just sufficiently to remove screed marks. Spray immediately with a retardant spray which will be supplied by Virginia Tech. When directly by Virginia Tech, (approximately 4 to 24 hours after placement), hose off concrete to remove surface cement and fines. When an acceptable finish is achieved, protect and cure as specified. (Method of curing shall be liquid membrane curing process only).

8. Guarantee: All work covered under this contract shall be guaranteed against defect resulting from the use of substandard materials, equipment, or workmanship for one year from the date of final acceptance by Virginia Tech. Any work which has to be corrected due to the contractor's faulty workmanship, equipment, tools , or materials shall be done at no additional cost to Virginia Tech.

9. Weather Conditions: The contractor shall not perform exterior concrete work during adverse weather conditions, including temperatures below 40 degrees F, or when other frozen conditions as encountered , such as frozen sub grade or materials, without the approval and direction of Virginia Tech .

D. Material Specifications:

1. Reinforcing Steel: Welded steel wire fabric shall conform to ASTM A185 . Wire mesh shall be 6 x 6 x 10/10.

2. Joint Filler: Joint filler shall be performed bituminous joint filler conforming to Section 213. The materials shall be approximately 1 /2" thick and shall have a width and depth equal to that of the incidental structure. Acceptable manufacturers for joint fillers are W.R. Meadows, Sonneborn, J & P Petroleum Projects, Inc., or equal.

3. Curing Materials: Curing materials shall be a liquid membrane seal conforming to ASTM C-309. Acceptable curing products are: Clear Bond by Guardian Chemical Company, MB-429 by Master Builders, Gard 5 AC by Old North Manufacturing Company, or equal.

7

Page 38: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

4. Metal Control Joints: Metal control joints shall be screed key type of depth 1/2" less than concrete. Stakes shall be 18" for 6" slab , and shall be placed 18" on center.

5. Chemical Retardant: Retardant required for exposed aggregate concrete shall be provided by Virginia Tech , but shall be applied by the contractor according to manufacturer's or Virginia Tech's recommendations.

6. Stone: Stone shall be VDOT #57 aggregate .

E. Other Requirements:

1. Parking Policy: All contractor vehicles parked on the Virginia Tech campus must display a parking permit. Contractors shall note that vehicles parked on the Virginia Tech campus without a parking pass or permit are subject to ticketing and fines.

For overnight parking , the contractor's company owned vehicles shall use the parking lot in front of Virginia Tech Printing Services and Surplus Property offices at 1411 South Main Street also known as the old K-Mart parking lot. Privately owned vehicles (POV) may park at the location. No overnight (24 hours) parking is allowed on campus. If parking POV's on campus, Parking Services will identify which lot the POV shall park; currently the Track/Soccer, Overflow or East Cassell lot. To be entitled to park in these lots the contractor shall be required to buy a daily, weekly, monthly or annual permit from Parking Services. It shall be the responsibility of the contractor to shuttle employees to the job site.

If the need arises, Virginia Tech may direct that contractor owned vehicles be parked in a location or locations other than 1411 South Main Street, Blacksburg, VA.

2. Turf Permits: These permits are issued by Parking Services to all vehicles requiring temporary parking on the grass except for construction equipment, loaders, graders, etc. Parking Services' management shall decide who can obtain a Turf Permit. This permit does not allow parking on sidewalks and plazas. As a courtesy please do not park under trees. Refer to University Policy 5000, Section 2.9.12, point 6 on the internet for more details. There will be a $50 charge per permit for all non-state vehicles.

3. Sidewalk Policy: Sidewalk access to land-locked buildings is only allowed along designated routes. Vehicle pull-offs are designed at land-locked building sites to move parked vehicles off sidewalks (but not onto turf) . Parking an unattended vehicle on a sidewalk is strictly prohibited by State Law and shall be subject to fines . The vehicle operator shall be made aware that extreme caution shall be used to operate the vehicle in a way that will not be a hazard or hindrance to pedestrians using the sidewalk. The contractor shall be responsible for any damage to the turf and anything that is located adjacent to the sidewalk.

The procedure to obtain a permit to operate vehicles on a sidewalk is the same as outlined for Turf Policy. Any vehicle parked illegally on a sidewalk shall be subject to ticketing, fines and towing if necessary.

4. Barricades: The contractor shall erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. Barricades shall not be removed from site until approval from Virginia Tech.

5. Traffic Control: The contractor shall coordinate with the Virginia Tech Police Department where roadways must be blocked or where vehicular traffic must be restricted during the performance of the services included herein. Except for emergencies, the contractor shall not block or otherwise restrict vehicular traffic without the prior approval of the Virginia Tech Police Department. .

6. Quality and Discipline of Employees: The contractor shall continuously maintain adequate protection of all his work from damage and shall protect all other property from damage, injury, or loss arising in connection with the work of any unfit person or anyone not skilled in the work assigned to him.

7. Uniforms: All employees of the contractor and subcontractor shall wear uniforms or other appropriate Virginia Tech approved attire at all times to designate their affiliation with the contractor.

8. Work schedule: Hourly rate work shall normally be performed according to Virginia Tech's work schedule which at present is 8:00 a.m. to 4:30 p.m. with Yz hour for lunch. The work schedule may be adjusted as agreed upon by Virginia Tech and the contractor. The work schedule for unit price work shall be as agreed upon for each project by Virginia Tech and the contractor.

9. Time Paid: For hourly rate personnel and equipment (used during project use) shall start upon arrival and sign­in at Virginia Tech and end upon sign-out and shall not include travel time, lunch breaks, or other breaks. Time shall be rounded to the nearest Yz hour.

10. Overtime Rates: Shall be paid for time worked over forty hours in a single week for Virginia Tech , (week ending Friday), and Saturdays and Sundays, except when the work schedule has been changed in agreement with

8

Page 39: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

Virginia Tech and the contractor. Overtime rate shall be 1.5 times the regular rate as bid for hourly rate personnel only. Overtime rates shall not apply to equipment.

11 . Safety Precautions: The contractor shall comply with the rules and regulations of OSHA and the Department of Labor. The contractor alone shall be responsible for the safety, efficiency and adequacy of his plant, appliances, and methods, and for any damage which may result from their improper construction , maintenance or operation. The contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, proper safeguards for the protection of workers and the public and shall post danger warnings against any hazards created by the construction operations. The contractor shall designate a responsible member of his organization on the work whose duty shall be the prevention of accidents. In the absence of notice to the contrary, filed with Virginia Tech in writing with copy to Virginia Tech Police , this person shall be the Superintendent of the contractor.

12. Asbestos: The contractor is contracted by Virginia Tech to perform work in buildings where asbestos­containing materials (ACM) may be located. The contractor will be informed by the Virginia Tech project coordinator/manager of the location of suspect and known ACM in the work area(s) to which the contractor is assigned. The contractor shall under no circumstances damage or disturb suspect or known ACM's unless the contractor has been specifically retained to perform this work as a part of the contract and the contractor holds a valid Virginia Asbestos Contractor License. The contractor shall provide his/her employees with asbestos awareness and other training or activities required by 29 CFR 1926.1101 for the safe performance of their work. Prior to commencement of work, the contractor shall submit to Virginia Tech Facilities Safety (FS) , for review and approval, his written work practices, precautions, procedures, and engineering controls to be used during work that may disturb ACM. Work shall not proceed until the proposed work practices have been approved by FS.

No asbestos containing materials, including floor materials or flooring adhesives , roofing materials or roof mastics, are permitted for new installations.

13. Lead: The contractor is contracted by Virginia Tech to perform work in buildings where lead-containing materials such as lead-based paint may be located . Work performed under this contract may impact these lead materials (for example, during building renovations) , but does not include lead abatement or de-leading operations. The contractor will be informed by Virginia Tech project coordinator/manager of the location of suspect and known lead containing materials in the work area(s) to which the contractor is assigned. The Contractor shall provide all employees on site with training and equipment required by 29 CFR 1926.62 for the safe performance of the work. The contractor may not perform de-leading or lead abatement unless the contractor holds a valid Virginia Lead Contractor License and has been specifically retained to perform this work as a part of the contract. Prior to commencement of this work the contractor shall submit to Virginia Tech FS Department, for review and approval, all his written work practices, precautions, procedures, and engineering controls to be used during work that may disturb Lead Containing Materials. Work shall not proceed until the proposed work practices have been approved by Facilities Safety (FS).

No lead containing products shall be permitted for new installations .

14. Schedule of Tests: The contractor should schedule tests which may cause disruption of activities on campus during school breaks. Tests which are not expected to cause disruption of campus activities may be performed during normal work hours. The contractor shall coordinate all tests with the Physical Plant.

15. Check-in and out Procedures: During the University's normal working hours, the contractor personnel shall check-in with the designated Physical Plant representative immediately upon arrival to the University. Contractor personnel shall sign-in and pick up any keys they will need for access. Check out during University's normal working hours shall include sign out, and return of any keys issues. Outside the University's normal working hours, the contractor shall report to the Virginia Tech Police Department for check in and out. Additionally, contractor personnel may be asked to check in and out with a building contact person.

16. Duty to Protect Property: The contractor shall continuously maintain adequate protection of all his work from damage and shall protect all other property from damage, injury, or loss arising in connection with the work. The contractor shall make good any such damage, injury, or loss except such as may be directly the result of errors in the Contract Documents or such as shall be caused directly by Virginia Tech.

17. Safety Precautions: The contractor shall comply with the rules and regulations of OSHA and the Department of Labor. The contractor alone shall be responsible for the safety, efficiency and adequacy of his plant, appliances, and methods, and for any damage which may result from their improper construction , maintenance or operation. The contractor shall erect and properly maintain at all times , as required by the conditions and progress of the work, proper safeguards for the protection of workers and the public and shall post danger warnings against any hazards created by the construction operations. The contractor shall designate a responsible member of his organization on the work whose duty shall be the prevention of accidents. In the

9

Page 40: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

absence of notice to the contrary, filed with Virginia Tech in writing with copy to Virginia Tech Police, this person shall be the Superintendent of the contractor.

18. Disposal of Debris: The contractor shall transport all waste off Virginia Tech property and dispose of it in a manner that complies with Federal, state, and local requirements unless otherwise indicated by Virginia Tech.

19. Fire Protection and Prevention: The contractor shall perform work in a fire-safe manner. The contractor shall supply and maintain adequate firefighting equipment capable of extinguishing fires in the early stages.

20. Temporary Utilities: Virginia Tech will provide temporary water and electric service to the job site for each project. The contractor shall provide and install all equipment, such as hoses, extension cords, connections, etc., necessary to provide temporary hook-ups to the utilities.

21 . Existing Utilities: Verity with Virginia Tech's representative that the location of existing underground utilities in the area of work has been performed. If utilities are to remain in place, the contractor shall provide adequate means of protection during earthwork operations. Should uncharted or incorrectly charted piping or other utilities be encountered during excavation, consult Virginia Tech immediately for directions. The contractor shall cooperate with Virginia Tech and utility companies in keeping respectable services and facilities in operation. The contractor shall be responsible to contact Miss Utilities.

22. Permits: The contractor shall secure all the necessary permits for their work in the Town of Blacksburg, Virginia and the Virginia Tech Campus and comply with all applicable town, University and State laws, ordinances , policies, procedures/etc.

23. Key Control:

a. No person shall knowingly possess an unauthorized key to property owned by Virginia Tech. Physical Plant's Key Control Office is the only authorized vendor for University key requests. All keys remain the property of Virginia Tech. Keys which are no longer needed must be returned to the Key Control Office.

b. Stolen or lost keys must be reported immediately to the Virginia Tech Police Department & Key Control Office.

c. The installation, changing or removal of locks shall be performed only by contractor or an authorized Key Control Office designate.

d. Unauthorized locks are prohibited on doors and if found will be removed and discarded. Any damage or repairs necessitated by the removal of unauthorized locks will be the responsibility of the contractor found in violation of this section.

e. Keys should at no time be left unattended (hanging in a door lock, lying on a desk, etc.).

f . Each contractor will be responsible for developing and enforcing a key return policy. All contractors must surrender all University keys issued to them upon termination or completion of project.

g. Keys are not to be transferred from their assigned carrier to another without proper documentation.

h. The contractor shall be responsible for the total cost of keys requested and for work done to re-secure an area whenever a key is lost or stolen.

i. The contractor shall return any existing hardware removed from a project to the Key Control Office.

j . No area outside of the project scope will be accessed by the contractor for an individual without the approval of Virginia Tech's representative designated as responsible for the area. Said designate will be responsible for verifying authority and identity of the individual requesting access.

24. Smoking Policy: Please refer to the Virginia Tech webpage http://www.policies.vt.edu/1010.pdf for Policies on Smoking

25. Identification of Equipment: Identification of Equipment shall be made by the contractor to Virginia Tech's satisfaction immediately upon award of contract, and may include alphanumeric identification of equipment, lists, equipment labels, and other measures as deemed necessary by Virginia Tech. All identification information and measures shall be kept strictly up to date at all times

26. Submission of Lists: As soon as possible, after notice of Work Order and in any event not later than three days prior to the time fixed in the Work Order, the contractor will submit in writing to Virginia Tech, a list of the names of subcontractors the contractor shall employ on the work. The list is to include all emergency contract phone/pager/cell-phone numbers of contractor and subcontractor. The list of subcontractors is for the purpose of establishing what trades and portions of the work are to be performed under the Work Order.

27. Purchasing Documentation: All orders picked up or delivered shall be accompanied by a receipt or packing slip indicating date of sale, work order number and items/quantities received. A separate receipt or packing

10

Page 41: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

slip must be provided for each work order number (to be supplied by Virginia Tech) . No back-orders shall be allowed, except as agreed to in advance by Virginia Tech .

Invoices for items ordered and delivered shall be submitted by the contractor directly to the payment address shown on the Contract or Purchase Order. Invoices shall be submitted on a bi-monthly basis during the week after receipt, and shall indicate the receipt or packing slip numbers, items and quantities received , date items were received , and verifiable pricing information including commodity, catalogue number, list price, discount, and discounted price. Invoices shall be identified by the Virginia Tech work order number and/or Purchase Order number. Invoices shall also show the Virginia Tech Contract Number and payment remit-to address.

All buying shall be done by approved personnel, identified in advance by Virginia Tech. Facilities shall not be responsible for any purchases made by unauthorized personnel. Contractor shall require a legible signature from all Virginia Tech personnel on orders picked up or delivered .

The contractor shall indicate pricing and expected delivery date at time of order.

Virginia Tech reserves the right to request supporting documentation on discounts, services charges, or other pricing provided by the contractor at any time during the contract period.

28 . Fixed Price Work: Upon request by Virginia Tech and for work with adequate plans and specifications or

written directions, the contractor shall prepare and submit to Virginia Tech a written fixed price (quantity of each contract billable unit) required to perform the work specified under this contract. This work may then be performed by the contractor only with Virginia Tech's written authorization.

29 . Estimates of Work: Virginia Tech reserves the right to make or obtain other estimates prior to authorizing the contractor to proceed in order to comply with the requirements of state regulations to determine price reasonableness. If the estimate is considered not to be reasonable , the contractor will be asked to review his estimate and resubmit. If the revised estimate is still considered to be unreasonable, Virginia Tech reserves the right to obtain the work from another source

V. METHOD OF PAYMENT:

Virginia Tech will authorize payment to the contractor after each satisfactory completion of concrete installation and replacement services and receipt of the contractor's invoice.

Payment can be expedited through the use of the Wells One AP Control Payment System . Virginia Tech strongly encourages participation in this program. For more information on this program please refer to Virginia Tech 's Purchasing website: htto://www.orocurement.vt.edu/Vendor/WellsOne.nrrr or contact the person in Procurement Department identified in the IFB.

VI. INVOICES:

Invoices for goods or services provided under any contract resulting from this solicitation shall be submitted to:

Virginia Polytechnic Institute and State University Accounts Payable North End Center, Suite 3300, Virginia Tech 300 Turner Street NW Blacksburg, Virginia 24061

VII. CONTRACT ADMINISTRATION :

A. Jim McCoy, Contracts Manager, University Design & Construction , at Virginia Tech or his designee, shall be identified as the Contract Administrator and shall use all powers under the contract to enforce its faithful performance.

B. The Contract Admin istrator, or his designee, shall determine the amount, quantity, acceptability, fitness of all aspects of the services and shall decide all other questions in connection with the services. The Contract Administrator, or his designee, shall not have authority to approve changes in the services which alter the concept or which call for an extension of time for this contract. Any modifications made must be authorized by the Virginia Tech Procurement Department through a written amendment to the contract.

11

Page 42: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

VIII . PRICE SCHEDULE: (TO BE COMPLETED BY BIDDER}:

A. UNIT PRICE ITEMS

1. Standard Curb: $ 13.00 /LF

2. Radial Curb: $ 14.50

/LF

3. Standard Curb and Gutter: $ 14.25 /LF

4. Radial Curb and Gutter: $ 16.02 /LF

5. Sidewalk/Slab on Grade: $ 5.10

/SF

6. Integral Curb and Sidewalk: $ 7.50 /SF

7. Steps: $ 18.00 /SF

8. Aggregate Sidewalk: $ 5.00 /SF

B. HOURLY PRICE CONCRETE LABOR

1. Concrete Finisher: $ 28.00 /HR

2. Concrete Helper: $ 22.00

/HR

3. Concrete Watchman: $ 23.25

/HR

C. HOURLY PRICE EQUIPMENT

1. Tamper: $ 5.00 /HR

2. Backhoe: $ 25.53 /HR

IX. Any ADDENDUM issued for this solicitation may be accessed at htto://www.orocurement.vt.edu/html.docs/bids.ohp. Since a paper copy of the addendum will not be mailed to you, we encourage you to check the web site regularly.

X. CONTROLLING VERSION OF SOLICITATION:

The PDF version of the solicitation and any addenda issued by Virginia Tech Procurement Services is the mandatory controlling version of the document. Any modification of/or additions to the solicitation by the Offerer shall not modify the official version of the solicitation issued by Virginia Tech Procurement Services. Such modifications or additions to the solicitation by the Offerer may be cause for rejection of the proposal; however, Virginia Tech reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a proposal.

XI. TERMS AND CONDITIONS: This solicitation and any resulting contracUpurchase order shall be governed by the attached terms and conditions.

XII. ATTACHMENTS:

Attachment A- Terms and Conditions Attachment B - Standard Contract Form Attachment C - Concrete Slab Detail - Version 1. 0 Dated 10/17 /11

12

Page 43: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

Bid General Tenns and Conditions

ATTACHMENT A TERMS AND CONDITIONS

See http://www.orocurement.vt. edu/html.docs/terms/GTC BID 0701 201 5. pdf

Special Tenns and Conditions

1. AUDIT: The Contractor hereby agrees to retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. Virginia Tech, its authorized agents, and/or State auditors shall have full access to and the right to examine any of said materials during said period .

2. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that Virginia Tech shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement.

3. AWARD OF CONTRACT: Virginia Tech will make the award on a grand total price basis to the lowest responsive and responsible bidder. The Virginia Tech Procurement Department also reserves the right to reject any or all bids, in whole or in part, to waive infonnalities and to delete items prior to making the award, whenever it is deemed in the sole opinion of Virginia Tech to be in its best interest.

Virginia Tech reserves the right to award more than one contract as a result of this solicitation.

4. CANCELLATION OF CONTRACT: Virginia Tech reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the Contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the Contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation .

5. CONTRACT DOCUMENTS: The contract entered into by the parties shall consist of the Invitation for Bids, the signed Bid submitted by the Contractor, the Commonwealth Standard Contract Form (copy attached), the General Terms and Conditions, Special Tenns and Conditions, the specifications including all modifications thereof, all of which shall be referred to collectively as the Contract Documents.

6. CONTRACT PERIOD: The contract shall be for a perioof one (1) year.

7. CONTRACTOR/SUBCONTRACTOR LICENSE REQUIREMENT: By my signature on this solicitation, I certify that this finn/individual and/or subcontractor is properly licensed for providing the goods/services specified

Contractor Name: Extreme Concrete and Construction Inc. Subcontractor Name: N/A ~~~~~~~~~~

License#: 2705154892 Type : ~_c_o_nt_ra_c_to_r-_C_la_s_s_A~~~~~~~~~

8. FINAL INSPECTION: At the conclusion of the work, the Contractor shall demonstrate to the authorized owner's representatives that the work is fully operational and in compliance with contract specifications and codes. Any deficiencies shall be promptly and permanently corrected by the Contractor at the Contractor's sole expense prior to final acceptance of the work.

9. IDENTIFICATION OF SEALED BID ENVELOPE: If a special envelope is not furnished , or if return in the special envelope is not possible, the signed bid should be returned in a separate envelope or package, sealed and addressed as follows: VIRGINIA POLYTECHNIC INSTITUTE AND ST ATE UNIVERSITY Procurement Department (MC 0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg , Virginia 24061 Reference the opening date and hour, and Bid Number in the lower left corner of the envelope or package.

13

Page 44: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

If a bid not contained in the special envelope is mailed, the bidder takes the risk that the envelope, even if marked as described above, may be inadvertently opened and the information compromised which may cause the bid to be disqualified. No other correspondence or other bids should be placed in the envelope. Bids may be hand delivered to the Virginia Tech Procurement Department.

1 O. INSURANCE: By signing and submitting a bid under this solicitation, the Bidder certifies that if awarded the contract, it will have the following insurance coverages at the time the work commences. Additionally, it will maintain these during the entire term of the contract and that all insurance coverages will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. During the period of the contract, Virginia Tech reserves the right to require the Contractor to furnish certificates of insurance for the coverage required. INSURANCE COVERAGES AND LIMITS REQUIRED: A. Worker's Compensation - Statutory requirements and benefits. 8 . Employers Liability- $100,000.00 C. General Liability - $500,000.00 combined single limit. Virginia Tech and the Commonwealth of Virginia shall be

named as an additional insured with respect to goods/services being procured. This coverage is to include Premises/Operations Liability, Products and Completed Operations Coverage, Independent Contractor's Liability, Owner's and Contractor's Protective Liability and Personal Injury Liability.

D. Automobile Liability - $500,000.00

The contractor agrees to be responsible for, indemnify, defend and hold harmless Virginia Tech, its officers, agents and employees from the payment of all sums of money by reason of any claim against them arising out of any and all occurrences resulting in bodily or mental injury or property damage that may happen to occur in connection with and during the performance of the contract, including but not limited to claims under the Worker's Compensation Act. The contractor agrees that it will, at all times, after the completion of the work, be responsible for, indemnify, defend and hold harmless Virginia Tech, its officers, agents and employees from all liabilities resulting from bodily or mental injury or property damage directly or indirectly arising out of the performance or nonperformance of the contract.

11 . NOTICES: Any notices to be given by either party to the other pursuant to any contract resulting from this solicitation shall be in writing, hand delivered or mailed to the address of the respective party at the following address:

If to Contractor: Attention:

If to Virginia Tech:

Address Shown On Bid Cover Page Name Of Person Signing Bid

Virginia Polytechnic Institute and State University Attn: Anthony S. Beeken Procurement Department (0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg, Virginia 24061

and

Virginia Polytechnic Institute and State University Attn: Jim McCoy University Design and Construction Department Sterrett Facilities Complex, Ste. 90 230 Sterrett Drive Blacksburg, Virginia 24061

12.PRICE ESCALATION/DEESCALATION: Price adjustments for changes in the contractor's price of materials, labor, and transportation may be permitted. Request for price adjustments for any other reasons will not be granted. No price increases will be authorized for 365 calendar days after the effective date of the contract. Upward price adjustments may be permitted only at the end of this period and each 365 days thereafter and only where verified to the satisfaction of the Virginia Tech Procurement Department. However, "across the board" price decreases are subject to implementation at any time and shall be immediately conveyed to Virginia Tech. Contractor shall give not less than 30 days advance notice of any desired price increase to the Virginia Tech Procurement Department. Any approved price changes will be effective only at the beginning of the calendar month following the end of the full 30 day notification period. The Contractor shall document the amount and proposed effective date of any general change in the price of materials, labor, and transportation. Only general "across the board" price increases will

14

Page 45: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

be considered and must affect all suppliers of the commodities or goods . Documentation shall be supplied with the Contractor's request for increase which will : (1) verify that the requested price increase is general in scope and not applicable just to Virginia Tech; and (2) verify the amount or percentage of increase which is being passed on to the Contractor by the Contractor's suppliers. Failure by the Contractor to supply the aforementioned verification with the request for price increase will result in a delay of the effective date of such increase. The Virginia Tech Procurement Department may verify such change in price independently. The Virginia Tech Procurement Department may make such verification as it deems adequate. However, any increase which the Virginia Tech Procurement Department determines is excessive, regardless of any documentation supplied by the Contractor, may be cause for cancellation of the contract by the Virginia Tech Procurement Department. The Virginia Tech Procurement Department will notify the contractor in writing of the effective date of any increase which is approved. However, the Contractor shall fill all purchase orders received prior to the effective date of the price adjustment at the old contract prices. The contractor is further advised that price decreases which affect the price of materials, labor, and transportation are required to be passed on to Virginia Tech immediately. Failure to do so will result in action to recoup such amounts.

13.RENEWAL OF CONTRACT: This contract may be renewed by Virginia Tech upon written agreement of both parties for four successive one year periods, under the terms of the current contract, and at a reasonable time (approximately 90 days) prior to the expiration .

14.SAFETY: The Contractor bears sole responsibility for the safety of its employees. The Contractor shall take all steps necessary to establish, administer, and enforce safety rules that meet the regulatory requirements of the Virginia Department of Labor and Industry (VDU) and the Occupational Safety and Health Administration (OSHA). The contractor shall take steps as necessary to protect the safety and health of university employees, students, and visitors during the performance of their work. In addition, the contractor must also provide the university with a written safety program that it intends to follow in pursuing work under this contract. By entering into a contract with Virginia Tech, the contractor and its subcontractors agree to abide by the requirements described in Safety Requirements for Contractors and Subcontractors located on Virginia Tech's Environmental, Health and Safety Services (EHSS) web site at this URL http://www.ehss.vt.edu/programs/contractor safety.php . A copy of the publication may also be obtained by contacting EHSS at 540/231- 5985. No work under this contract will be permitted until the university is assured that the contractor has an adequate safety program in effect.

15. WARRANTY (COMMERCIAL): The Contractor agrees that the supplies or services furnished under any award resulting from this solicitation shall be covered by the most favorable commercial warranties the contractor gives any customer for such supplies or services and that the rights and remedies provided therein are in addition to and do not limit those available to Virginia Tech by any other clause of this solicitation . A copy of this warranty must be furnished with the bid.

16.WORK SITE DAMAGES: Any damage to existing utilities, equipment or finished surfaces resulting from the performance of this contract shall be repaired to the Owner's satisfaction at the Contractor's expense.

15

Page 46: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

ATTACHMENT B

Standard Contract form for reference only Bidders do not need to fill in this form

COMMONWEAL TH OF VIRGINIA STANDARD CONTRACT

Contract Number:----------

This contract entered into this __ day of 20_, by , hereinafter called the "Contractor" and Commonwealth of Virginia, Virginia Polytechnic Institute and State University called "Virginia Tech".

WITNESSETH that the Contractor and Virginia Tech, in consideration of the mutual covenants, promises and agreements herein contained, agrees as follows:

SCOPE OF CONTRACT: The Contractor shall provide the ______ to Virginia Tech as set forth in the Contract Documents.

PERIOD OF CONTRACT: From---------- through----------

COMPENSATION AND METHOD OF PAYMENT: The Contractor shall be paid by Virginia Tech in accordance with the contract documents.

CONTRACT DOCUMENT: The Contract Documents shall consist of this signed contract, Invitation For Bid Number ____ dated , together with all written modifications thereof and the bid submitted by the Contractor dated , all of which Contract Documents are incorporated herein.

In WITNESS WHEREOF, the parties have caused this Contract to be duly executed intending to be bound thereby.

Contractor: Virginia Tech

By: ____________ _ By: ____________ _

Title: ____ ______ _____ Title: _ _____________ _

16

Page 47: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

u 8 z ~ ~ ::r: u .:x: 8 8 .:x:

OLD CONCRETE

R- 6' Min or as noted on plans

114 REBAR; 2" CLEAR AT EACH RADIUS TIE-IN

NEW CONCRETE

NEW TO OLD WORK RADIUS TIE-IN NTS

NOTES: 1. CONCRETE MIX SHALL USE NATURAL SAND. MANUFACTURED SAND IS NOT ACCEPTABLE. 2. IF INTEGRAL COLORED IS SPECIFIED ON PLANS IT SHALL BE SOLOMON 'CANVAS', DAVIS

'PEBBLE' OR APPROVED AL TERNA TE. 3. CONTROL JOINTS ARE TOOLED OR SAW CUT 'V TO 1" DEPTH X 3/8-1/2" WIDE;

LOCATIONS PER PLANS. 4. EDGES ARE TOOLED. 5. FINISH IS MEDIUM BROOMED USING MEDIUM STIFFNESS, ANGLED NYLON RESIN CONCRETE

BRUSH SUCH AS MARION 16 THOUSANDTH DIAMETER BRISTLE {ORANGE) OR EQUAL. BRUSH FOLLOWING JOINT AND EDGE TOOLING.

6. EXPANSION JOINTS ARE 3/4" ASPHALT SATURATED FIBER JOINT OR APPROVED EQUAL; 1 /2" BELOW CONCRETE SURF ACE.

7. EXPANSION JOINT SEALANT SHALL BE SONNEBORN SONOLASTIC NP1 OR EQUAL APPLIED APPROX. 1 /2" THICK OVER FIBER JOINTS. COLOR TO GENERALLY MATCH FINISHED CONCRETE.

8. ADJACENT POURS TO BE DOWIELED AT 4' O.C. WITH 114 X 2' BARS 2" CLEAR.

,----EXPANSION JOINTS WITH SEALANT LOCATED AS NOTED ON PLANS

DOWIELS; 4' O.C.

REINFORCING CHAIRS- 3' O.C.

6" CLASS A3 CONCRETE

6"X6" W2.9XW2.9 WWF

•4" 21A BASE STONE COMPACTED TO 95% AASHTO T99

~SUBGRADE COMPACTED TO 90% AASHTO T99

VIRGINIA TECH CONCRETE SLAB DETAIL- VERSION 1.0

10-17-2011 NOTTO SCALE

!"'"-..--

Page 48: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

ADDENDUM # 1 TO SEALED BID # 0040320

VIRGINIA POLYTECHNIC INSTITUTE AND ST ATE UNIVERSITY PROCUREMENT DEPARTMENT (MC 0333)

NORTH END CENTER, SUITE 2100, VIRGINIA TECH, 300 TURNER STREET NW

DATE

August 27 , 2015

BIDDERS ADDRESS

Extreme Concrete and Construction, Inc.

7870 Blacksburg Road Catawba, VA 24070

BLACKSBURG, VIRGINIA 24061 BID RETURN DATE AND HOUR ORIGINAL BID OPENING DATE AND HOUR

September 8, 2015 3PM August 31, 2015 3PM

ADDRESS ALL INQUIRIES AND CORRESPONDENCE TO:

Anthony S. Beeken , VCO, CUPO, Contracts Officer/Buyer Senior E-MAIL ADDRESS : [email protected]

TELEPHONE NUMBER (540) 231-5240 FAX NUMBER (540) 231-9628

AFTER HOUR MESSAGES (540) 231-6221

Concrete Installation and Replacement Services

1. Section IV. A., Overview: Add the following statement. Contractor shall provide concrete installation and replacement services for Virginia Tech in any quantity required. There are no minimum quantities.

2. Section IV. 8. 5., Coordination of Work by Others: Add the following statement. Concrete ordered for aggregate finish shall include aggregate as specified by Virginia Tech.

3. Section IV. 8 . 4. e., Finishing Method: Add the following statement. Backfill and pavement patching if required will be provided by Virginia Tech.

4. Replace Attachment C., Concrete Slab Detail Version 1.0 dated 10-17-11 with the latest drawing attached.

5. All other terms, conditions and descriptions remain the same.

6. The due date and hour is changed from August 31 , 2015 3PM to September 8, 2015 3PM.

FULL LEGAL NAME (PRINT) FEDERAL TAXPAYER NUMBER (ID#) DELIVERY D.A.TE (Company name as tt appears with your Federal Taxpayer Number)

Extreme Concrete and Construction Inc September 8, 2015

BUSINESSNAME/DBA NAME/TA NAME FEDERAL TAXPAYER NUMBER (If different than the Full Legal Name) (If different than JO# above )

n/a n/a

BILLING NAME FEDERAL TAXPAYER NUMBER

(Company name as it appears on your invoice) (It different than ID# above)

Extreme Concrete and Construction Inc. n/a

PURCHASE ORDER ADDRESS PAYMENT ADDRESS

Extreme Concrete and Construction Inc. Extreme Concrete and Construction Inc.

7870 Blacksburg Road 7870 Blacksburg Road

Catawba , VA 24070 r"'-,.-·--L- \ "' t"\A()7()

CONTACT NAME/TITLE (PRINT) SIGNATURE (IN INK) DATE

Travis Echols, Authorized Agent ~ '- -------- 9 _..a--ze;1r E-MAIL ADDRESS TELEPHONE NUMBER TOLL FREE TELEPHONE NUMBER FAX NUMBER

[email protected] 540-838-1373 n/a 540-384-6566

*BUSINESS CLASSIFICATION I 0 LARGE I liiirSMALL I 0 MINORITY-OWNED I bl"WOMEN-OWNED

' Business Classification definitions can be viewed at htto://www/orocurement.vt.edu/htrnl.docs/class.html

Page 49: Wt:i? VIRGINIA Procurement TECH.. 300 Turner Street NW Ste · techols 79@g mail. com EMAIL Tony Beeken FEDERAL TAXPAYER NUMBER FEDERAL TAXPAYER NUMBER (If different than ID# above)

u

E-t z ~ :a: ::i:: u i<t: E-t ;;;

·------------·--·----~--···- ··-· ·-· -·---·------··-·----··------ ----------·---·--·------- -----·-···- ····-----·--··-·-··----·--.,·---------··· ··~---··----------·-····· ··----·····-------

OLD CONCRETE

R-6' MIN OR AS NOTED ON PLANS

#4 REBAR; 2" CLEAR AT EACH RADIUS TIE-IN

NEW CONCRETE

DOWELS 4' 0 .C. AS NOTED

NEW TO OLD WORK RADIUS TIE-IN NTS

NOTES: 1. CONCRETE MIX SHALL USE NATURAL SAND UNLESS NOTED AS COLORED CONCRETE ON

PLANS. MANUFACTURED SANO IS NOT ACCEPTABLE. 2. CONTROL JOINTS ARE TOOLED OR SAW CUT 'V' TO 1" DEP TH X 3/8-1/2" WIDE;

LOCATIONS PER PLANS. 3. EDGES ARE TOOLED. 4. FINISH IS MEDIUM BROOMED USING MEDIUM STIFFNESS, ANGLED NYLON RESIN CONCRETE

BRUSH SUCH AS MARION 16 THOUSANDTH DIAMETER BRISTLE (ORANGE) OR EQUAL. BRUSH FOLLOWING JOINT AND EDGE TOOLING.

5. EXPANSION JOINTS ARE 3/4" ASPHALT SATURATED FIBER JOINT OR APPROVED EQUAL; 1/2" BELOW CONCRETE SURFACE.

6. EXPANSION JOINT SEALANT SHALL BE SONNEBORN SONOLASTIC NP1 OR EQUAL APPLIED APPROX. 1/2" THICK OVER FIBER JOINTS. COLOR TO GENERALLY MATCH FINISHED CONCRETE.

7. ADJACENT POURS TO BE DOWELED AT 4-' O.C. WITH /14- X 2' BARS 2" CLEAR.

---EXPANSION JOINTS WITH SEALANT LOCATED AS NOTED ON PLANS

~REINFORCING CHAIRS- 3' O.C.

l__ --6" CLASS A3 CONCRETE

z"

t~~~ ~ ~ • 4" 21 A BASE STONE COMPACTED TO 95% AASHTO T99

6"X6" W2.9XW2.9 WWF

SUBGRADE COMPACTED TO 95% AASHTO T99

CONCRETE SLAB DETAIL- VERSION 1.0 8-24- 15 NOT TO SCALE