INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the Borough of Red Hill, 56 West Fourth Street, Red Hill, PA 18076 for the Red Hill 2025 Road Maintenance Project until 2:00 PM on May 14, 2025. Bid documents and specifications are available at no cost on the Borough website www/recniporougnorg A copy of the documents and specifications will also be available for review at the Municipal Building, 56 West Fourth Street, Red Hill, PA 18076. All submitted bids must be sealed and marked "Sealed Bids-Red Hill 2025 Road Maintenance Project". Sealed bids must include a bid bond, with a corporate surety authorized to do business in Pennsylvania in accordance with the project specifications in the amount of 10% of the total bid amount. No bid may be withdrawn for sixty (60) days after the date of the reading of the bids. Sealed bids will be opened on May 14, 2025, 2:30 PM at the Municipal Building, 56 West Fourth Street, Red Hill, PA 18076. Bids will be presented to and may be awarded by the Red Hill Borough Council at their May 14, 2025 meeting at 7:00 PM. The Borough of Red Hill reserve the right to accept or reject any or all bids or portions of and to withhold the award for a period of sixty (60) days. Elizabeth DeJesus Borough Manager MS-944 (4-20) PROPOSAL AND CONTRACT WHEN EXECUTED ) THIS PROPOSAL INCLUDES pennsylvania INSTRUCTIONS TO BIDDERS DEPARTMENT OF TRANSPORTATION INSTRUCTIONS ON PAGE 4 A. DEPOSIT OF PROPOSALS. All envelopes containing Bid proposals shall Borough of Red Hill be clearly marked "Bid Proposal for letting of MUNICIPALITY (NAME & TYPE) May 14, 2025 : DATE Elizabeth DeJesus SECRETARY Sealed Proposals will be received on or before 2:00PM on the above Letting Date. 56 W 4th Street TIME Red Hill Borough ADDRESS Bids will be opened and read at approximately 2:30PM on the above Letting Date. PROPOSALS MUST BE MAILED OR OTHERWISE TIME DELIVERED TO THE ABOVE ADDRESS. 1 The contractor proposes to furnish and deliver all materials including Form CS-4171, CERTIFICATE OF COMPLIANCE and/ or CS-4171B DAILY ASPHALT MIXTURE CERTIFICATION ) and to do and perform all work on the following project as more specifically set forth in the Schedule of Prices (Attachment), in accordance with drawings and specifications on file at, Red Hill Borough, 56 W 4th St Red Hill, as well as the supplements and special requirements contained herein and/ or attached hereto and current PennDOT Specifications (Publication 408), except (a) bidders need not be prequalified by PennDOT (Sec.1 102.01), and (b) Volumetric testing of asphalt paving materials is not required (Sec. 413). 2 If designated as the successful bidder, the contractor will begin work on the date specified in the notice to proceed, or as otherwise provided in the special requirements, and will complete all work within five (5) calendar days. 3 Accompanying this proposal is a bid bond in the amount of 10% made payable to the municipality as a proposal guarantee which, it is understood, will be forfeited in case the contractor fails to comply with the requirements of the proposal. B. PROPOSAL OF: NAME 1 ADDRESS OF CONTRACTOR CONTRACTORS CERTIFICATION It is hereby certified as follows: 1 The only person interested in the proposal as principal (s) is (are): 2 None of the above persons are employees of the municipality. 3 This proposal is made without collusion with any other person, firm or corporation. 4 All plans and specifications referred to above and the site of the work have been examined by the contractor. The contractor understands that the quantities indicated herein are approximate and are subject to change as may be required; and that all work is payable on the basis of the unit price listed on the Schedule of Prices. (Attachment 1). 5 The contractor will comply with all requirements of the laws and implementing regulations of the Commonwealth of Pennsylvania and the United States relating to human relations, equal opportunity and non-discrimination in employment, and will pay to workmen employed in the performance of the contract the wages to which they may be entitled. 6 The contractor will provide the municipality with a performance bond, conditioned upon the faithful performance of the contract in accordance with the plans, specifications and conditions thereof, and a payment bond, conditioned on the prompt payment of all material furnished and labor supplied or performed in the prosecution of the work, in accordance with the Public Works Contractors' Bond Law of 1967; and an affidavit accepting the provisions of the Workmen's Compensation Act of 1915, as amended. CONTRACTOR BY: DATE: TITLE: WITNESSED OR. ATTESTED BY: DATE: TITLE: TO BE EXECUTED ONLY INI THE EVENT THE ABOVE PROPOSAL IS ACCEPTED ACCEPTED ON : DATE MUNICIPALITY BY: TITLE: BY: TITLE: BY: SEAL TITLE: ATTESTED BY: TITLE: ATTACHMENT 1 pennsylvania - DEP AR OF TRANSPORT ON TO MS - 944 - PROPOSAL AND CONTRACT MS - 944 ) County: Montgomery Municipality: Borough of Red Hill Project Number: Red Hill 2025 Road Maintenance Project LOCATION OF WORK: 1. Wellington (2,915) 2. Winchester (1,488 SY) 3. Meadowland (2,865 SY) 4. 8th Strret (5,630 SY) 5. 7th Street (1,930 SY) DESCRIPTION OF WORK: 1. Construct a Single Bituminous Seal Coat application. PennDOT approved design required. Seal Coat design to be based on #8 stone 1.0% loss by wash test, 100-500ADT, condition of existing surface category (c) slightly pocked, poous and oxidized surface. CRS- 2PM Emulsion. All workmanship and materils to be in compliance with PennDOT Pub 408 section 470. 2. Construct a Type II Slurry Seal as per PennDOT PUB 408 Section 482. Roads must be swept with a pick-up style broom within 48 hours of completion of the Bituminous Seal Coat. 3. Construct Ultra Thin Bonded Wearing Course as per PennDOT Pub 408 Section 489. ESCALATOR CLAUSE:( if adopted by Municipality.) Bituminous adjustment as per PennDOT Publication 408 section 110.04. Bituminus price index (IB) will be based on the first advertisment date. Contractor to complete form CS-1PA when bituminous price adjustment is applicable. SCHEDULE OF PRICES Item Approximate Unit *Description Unit Total 1 No. 2 Quantities 3 4 5 Price 6 7,268 SY Single Seal Coat applied complete in place (more or less) as per PennDOT 408 section 470 2 7,268 SY Type II Slurry Seal applied complete in place (more or less) as per PennDOT 408 section 482 3 7,560 SY Ultra Thin Bonded Wearing Course as Per (more or less) PennDOT Pub 408 section 482. Bids will be awared on a total for all items * DESCRIPTION: SUBTOTAL Must include ADT on wearing surfaces SUBTOTAL FROM OTHER ATTACHMENTS USE OF CUTBACK ASPHALT IS PROHIBITED BID TOTAL FOR A NON OPTION / PHASE BID BETWEEN MAY 1st AND OCTOBER 31st, EXCEPT OPTION 1 OR PHASE 1 BID TOTAL AS NOTED IN BULLETIN NO. 25. FOR OPTION OR PHASE BIDS THE TOTALS FOR OPTION 2 OR PHASE 2 BID TOTAL EACH MUST BE INCLUDED. OPTION 3 OR PHASE 3 BID TOTAL (4-20) SPECIAL PROVISIONS TO CONTRACT MS-944 (Attachment 1-A) ) CONTAINS IMPORTANT INFORMATION FOR THE CONTRACTOR The Prime Contractor and subcontractors must comply with all of the following provisions that are marked with an "X". X Traffic Control and Safety Devices to be provided by the Contractor. Maintenance and Protection of Traffic to comply with current MUTCD, Publication 212 and Publication 213.) X Delivery tickets for all materials, X CS-4171 Certificate of Compliance and/ or CS-4171B Daily Asphalt Mixture Certification required for all materials. X Notify the Municipality five working days prior to start of project. X Work to be completed on or before 9/30/2022 After 9/30/2022 Liquidated damages apply at the rate of $ 500.00 per calendar day. X Roadway to be power broomed by (contractor X municipality prior to start of project. X Excess material to be removed by (contractor X municipality ) X Municipality to inspect project X Need Bill of Lading for each shipment of asphalt material per Section 702. 1( c) of Specifications 408. Tack Coat required per Section 460, or 413 for superpave, of Specifications 408 and is incidental to paving item unless noted otherwise. Prime Coat required per Section 461 of Specifications 408. X Asphalt Seal on all abutting pavement and curbs required. Saw cut or Milled Paving Notch required and incidental to paving item unless noted otherwise. Scratch/ Leveling Courses to be placed at the discretion of appointed inspector(s). X Full width pavement with one pass required. X Municipality reserves the right to limit work completed. Taper pavement the last 3 feet to curb. For FOB Source bids, hauling distance will determine selection of bid award. X Municipality reserves the right to procure material which best suits their requirements after all bids and items are reviewed. X Incidental Preparation and clean up required. (Project Construction Materials ) X The municipality reserves the right to make an award on the basis of the aggregate total for all like items on which quotations are received. X Provide design, which meets Specifications Form 408 to the municipality 5 days prior to start of work. X Contractor responsible for defects that occur within one year of applications. X Contractor required to review proposed project with Municipality's Representative prior to bidding. X Oil Samples required from each distributor truck by contractor (1) one quart : AM. & P.M. and witnessed by municipality and retained by municipality. (Oil samples must be placed in an approved type container that is compatible with oil sample.) X At least three random stone samples to be taken by contractor on project site witnessed by municipality and retained by municipality. Complete all testing in accordance with Specification Form 408 Section 413 except for superpave volumetric testing. X Notice to Proceed will be the date of Contract acceptance. X Final Completion Certificate & Notice of Completion required. X Future award of Contract will be based on quality of work as determined by the municipality. X Contractor, notify all residents of pending work to be performed. X Sweeping before and after the Bituminous Seal Coat must be done with a pick up type broom. X Type H Slurry Seal must be installed within 72 hours after the Bituminous Seal Coat. X Insurance Requirements as outlined in Attachment 1-B My signature signifies that have read and understand the above special provisions to this contract, and by being authorized by this company to act as their authorized representative, and on their behalf hereby agree to adhere to any and all of the provisions pertaining to this contract. Contractor's Representative Date Municipality's Representative Date Borough of Red Hill Company Municipality SPECIAL PROVISIONS TO CONTRACT MS-944 (Attachment 1-B ) INSURANCE REQUIREMENTS Workers' Compensation Insurance: Each bidder shall submit with its bid a Certificate of Insurance issued by an insurance company satisfactory to the Borough Solicitor evidencing the existence of the mandatory minimum coverages required by this section. The successful oidder shall maintain Workers' Compensation Insurance in order to fully protect both its employees and the Borough, as may be required by any and all state and federal laws, and provide the Borough with an appropriate certificate evidencing the existence of said insurance policy; provided, however, that employer liability coverage shall not be less than $500,000 for each occurrence. Liability Insurance: The successful bidder shall maintain, during the term of the contract, at its own expense, the following minimum liability insurance coverage: 1. General Public Liability Insurance non-automotive) for personal injury and property damage in the amount of $1,000,000.00 for each occurrence and $3,000,000.00 in the aggregate; 2. Automotive Liability Insurance for personal injury and property damage in the amount of $1,000,000.00 for each occurrence and $2,000,000.00 in the aggregate; and 3. Umbrella Excess Liability coverage policy in the amount of $1,000,000.00. All policies shall name the Borough of Red Hill, its officers, agents and employees as additional insured. The Borough of Red Hill shall be provided with notice of cancellation 30 days prior to cancellation. PROPOSAL AND CONTRACT INSTRUCTIONS- FORM 944 (Rev. 4/2020) 1 The proposal must be typewritten or printed, 2 Ifr more than one proposal on any project is submitted by an individual, firm or partnership, corporation or association under the same or different names, only one lowest proposal will be considered. 3 Description of Work- A: If additional space is needed, insert appropriately numbered attachment and note "Continued on attached work sheets.' " 4 Part. A of Page 1 to be completed by municipality. Part B of Page 1 to be completed by contractor. Schedule of Prices - Column #1 (Item), #2 (Approximate quantities), #3 (Unit, i.e., ton, square yard, linear feet,etc.) and #4 (Description, i.e. asphalt materials - 9.5 mm S & L, 12.5 mm Wearing, 25.0 mm Base Course, etc.) Must be filled in by the municipality to insure equitable bidding. Columns #5 (Unit Price), #6 (Total) and total amount of bid, must be filled in by the contractor. If more space is needed, add note at the bottom of the page; "Continued on Attachment No. 1-A", and add additional sheet designated as Attachment No. 1-A, 1-B, etc.. Repeat for each additional sheet required. As required by Publication 408, Section 102.06(e)each bidder must submit a completed Form 7126 - Anti-Collusion Affidavit with its bid proposal. 5 If liquidated damages are to be assessed, add the following sentence to Part A #2. If all work is not completed on time, liquidated damages will be assessed at the rate of $885.00 per additional working day. (OR ". as set forth in the attached schedule.") 6 Payment and Performance bonds are provided only by the successful bidder. Contracts from $4,000.00 up to $5,000.00 in Second Class Townships performance bond must be not less than 10% or greater than 100% of amount of contract. Contracts greater than $1,500.00 up to $10,000.00 in First Class Townships, Boroughs and Third Class Cities - bonds must be between 50 % to 100% of the contract amount. Contracts in excess of $5,000.00 in Second Class Townships and in excess of $10,000.00 in First Class Townships, Boroughs and Third Class Cities - bonds must be in 100% of the amount of the contract. Bond Forms MS-944 Attachments 2 and 3 and Workmen's Compensation Affidavit - Attachment 4 must be submitted by the successful bidder within 20 days of the contract award. Failure to submit the bonds shall constitute grounds to cancel the contract. 7 Construction projects, where the estimated cost of the total project exceeds $100,000, are subject to the provisions of the Pennsylvania Prevailing Wage Act 442 and amended by Act 89 of 2013. It is the responsibility of the municipality to request the Prevailing Wage Scale for the area and include it in the proposal. If the Prevailing Wage Act applies, this fact shall be noted in the advertisement, On projects utilizing Federal Revenue Sharing Funds, if the project cost exceeds $2,000 and is financed with 25% or more Federal Revenue Sharing Funds, the Davis Bacon Act applies. Again, it is the responsibility of the municipality to obtain the Davis Bacon Wage Rates, include them in the proposal and note the fact in the advertisement. If both acts are applicable, The Davis Bacon Act has preference over the Pennsylvania Prevailing Wage Act. 8 An ESCALATOR CLAUSE is optional; if used, it must be included in the proposal prepared by the municipality. An escalator clause may not be inserted by the contractor. *(1961, Aug. 15, P.L. 987; 43 P.S. 165) 4- MS-944-S (7-09) PERFORMANCE BOND Attachment 2 (With Corporate Surety) pennsylvania DEPARTMENT OF TRANSPORTATION KNOW ALL MEN BY THESE PRESENTS, That we, (NAME AND. ADDRESS OF CONTRACTOR) as Principal and (SURETY COMPANY) a corporation incorporated under the laws of the State of as Surety (NAME OF STATE) are held and firmly bound unto in the full and just sum of (NAME OF MUNICIPALITY) ($ dollars lawful money to the United States of America, to be paid to the above Municipality or its assigns, to which payment well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the above bounden Principal has entered into a contract with the above Municipality, bearing even date herewith, for the undertaking of certain obligations as therein set forth. NOW, THEREFORE, the condition of this obligation is such that if the above bounden Principal, as Contractor, shall in all respects comply with and faithfully perform the terms and conditions of said Contract, including the Specifications and conditions referred to and made a part thereof, and such alterations as may be made in said Specifications as therein provided, and shall well and truly, and in al manner satisfactory to the municipality fulfill all obligations as therein set forth, then this Obligation shall be void, but otherwise the same shall be and remain in full force, virtue and effect, Iti is further provided that any alteration which may be made in the terms of the contractor or its specifications with the express approval of the Municipality or the Principal to the other, shall not in any way release the Principal and the Surety or either or any of them, their heirs, executors, administrators, successors or assigns from their liability hereunder, notice to the surety of any such alteration or forebearance being hereby waived. IN WITNESS WHEREOF, the said Principal and Surety have duly executed this Bond under Seal, pursuant to due and legal action authorizing the same to be done on (DATE OF BOND) PLACE Attest / Witness: SEAL CONTRACTOR HERE BY TITLE: TITLE: Attest I Witness: PLACE SURETY COMPANY SEAL HERE TITLE: TITLE: 1- Attachment 4 pennsylvania DEPARTMENT OF TRANSPORTATION AFFIDAVIT RE ACCEPTING PROVISIONS OF THE WORKMEN'S COMPENSATION ACT State of sS: County of he has being duly sworn according to law deposes and says that they have it has accepted the provisions of the Workmen's Compensation Act of 1915 of the Commonwealth of Pennsylvania, with has his its supplements and amendments, and have insured their liability thereunder in aƧcordance with the terms of said its Act with (SURETY COMPANY) TYPE OR PRINT) CONTRACTOR BY SIGNATURE Sworn to and subscribed before me this day of A.D.20 SIGNATURE My Commission Expires DATE) D-7126 (7-09) ANTI-COLLUSION AFFIDAVIT County Montgomery pennsylvania Municipality Red Hill DEPARTMENT OF TRANSPORTATION Project Number Red Hill 2025 Road Maintenance Project State of Fed. Project No. (If Applicable ) County of The undersigned deponent deposes and says that he is the of the Company; that he is authorized to make this affidavit on behalf of said company in compliance with section 102.06 (e) of Department Specifications, Publication 408, as amended and that the said company has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. (Contractor) BY Sworn to and subscribed before me the undersigned notary public this day of Notary Public My Commission expires MS-944S PAYMENT BOND Attachment 3 pennsylvania DEPARTMENT OF TRANSPORTATION KNOW ALL MEN BY THESE PRESENTS, that we as PRINCIPAL and a corporation incorporated under the laws of the State of as SURETY, are held and firmly bond unto the in the full and just sum of ($ )dollars, lawful money of the United States of America, to be paid to the said or its assigns, to which payment well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the above bounden Principal has entered into a contract with the above municipality hereinafter called Obligee, bearing even date herewith, for the improvement of a certain section of highway or bridge in said Municipality consisting of: for approximately the sum of: ($ ) dollars. NOW, THEREFORE, the condition of this obligation is such that if the above bounden PRINCIPAL shall and will promptly pay or cause to be paid in full all sums of money which may be due by contract or otherwise, to any individual, firm, partnership, association or corporation, for all material furnished or labor supplied or performed in the prosecution of the work, whether or not the said for material or labor entered into and became component parts of the work and for rental of the equipment used and services rendered by public utilities in, or in connection with the prosecution of such work, then this obligation to be void, otherwise to remain in full force and effect. The PRINCIPAL and SURETY, hereby, jointly and severally, agree with the Obligee herein that any individual firm, partnership, association or corporation, which has performed labor or furnished material in the prosecution of the work as provided, and any public utility which has not been paid in full therefor, may sue in assumpsit on this Payment Bond in his, their, or its own name and may prosecute the same to final for such sum or sums as may be justly due him, them or it, and have execution thereon. Provided, however, that the Obligee shall not be liable for the payment of any costs of expenses of such suit. RECOVERY by any individual, firm, partnership, association or corporation hereunder shall be subject to the provisions of the Public Works Contractors' Bond Law of 1967", Act No. 385, approved December 20, 1967,P.L. 869, which Act shall be incorporated herein and made a part hereof, as fully and completely as though its provisions were fully and at length herein recited. Iti is further provided that any alterations which may be made in the terms of the contract or in the work to be done or materials to be furnished or labor to be supplied or performed under it or the giving by the Obligee of any extension of time for the performance of the contract or any other forebearance on the part of either the Obligee or the Principal to the other, shall not in any way release the PRINCIPAL and the SURETY or SURETIES of any such alteration, extension of forebearance being hereby waived. IN WITNESS WHEREOF, the said PRINCIPAL and SURETY have duly executed this Bond under seal this day of 20 WITNESS: PLACE CONTRACTOR SEAL HERE BY: TITLE: TITLE: WITNESS: PLACE SURETY COMPANY SEAL HERE TITLE: TITLE: MS-NCP pennsylvania DEPARTMENT OF TRANSPORTATION Borough of Red Hill MUNICIPALITY NOTICE OF COMPLETION IN REFERENCE TO PROJECT # Red Hill 2025 Road Maintenance Project Name of Contractor Performance of work as specified on the above numbered contract is completed and final pavement inspection has been made by the contractor and municipality in accordance with the terms of the contract awarded. DATE OF AWARD Signature of Municipality Signature of Contractor Both copies of this form to be filled by the Contractor-Muncpalny on completion of final pavement restoration. THIS PORTION TO BE COMPLETED BY MUNICIPALITY FINAL COMPLETION CERTIFICATE By the affixing of my signature I hereby certify that final inspection has been made and all work has been performed in accordance with the above contract # and is hereby accepted by the municipality as completed. Authorized Agent for the Municipality *DATE * The contractor is responsible for maintenance of permanent pavement repairs for a period of one year from this date. CS-4171 (11-09) pennsylvania CERTIFICATE OF COMPLIANCE DEPARTMENT OF TRANSPORTATION 1. COUNTY: OLR/SR: SEC/SEG: eECMS#: - To be completed by the party that will ship the material to the project, otherwise leave blank.) 2. I/ WE hereby certify that the material listed on line 5 was: Manufactured Fabricated Coated Precasted Produced By (Name of Manufacturer, Fabricator, Coater, Precaster or Producer) (Supplier Code) 3. and the party listed above certifies that the material(s) on line 5 meets the requirements of Publication 408, Section(s) AASHTO, ASTM, Federal or other designation 4. The material listed below is being shipped to: (Company Name) 5. LOT NO. QUANTITY APPROVED MATERIAL AS LISTED IN BULLETIN # 14 or 15 BULLETIN # 41 or 42 PRODUCERS, LIST HMA/ PCC JMF. 6. CHECK HERE IF YOUR PRODUCT CONTAINS IRON OR STEEL I/ WE certify that we received a copy of the Mill Certification Form(s) from the manufacturer(s) of any steel or iron materials contained in our product and all manufacturing processes including coatings application (e.g.. epoxy, galvanizing, or painting) have occurred in the United States and we are maintaining copy(s). in our files in accordance with Section 106.03(b)3. Note: While coating materials themselvesare not covered by Buy America, the application of these materials on steel or iron must occur in the United States. 7. VENDOR CLASSIFIƇATION (CHECK ONE BLOCK ONLY)- #1 Manufacturer, Fabricator, Coater, Precaster #2 Distributor, Supplier or Private Label Company Listed in Bulletin # 15, or Producer Listed in Not Listed in Bulletin # 15. Bulletin # 14, 41 or 42 Also, complete line 9 I certify that the above statements are true and to the Icertify that the material being supplied is one and the same as best of my knowledge, fairly and accurately describe provided to us by the manufacturer listed on this document and the, product(s) listed. quantities listed above are accurate. 8. NAME (print) : TITLE: COMPANY NAME : SIGNATURE : DATE: By Responsible Company Official (QC Staff only If you checked block #1 on line 7) 9. List company that sold you the material(s) documented above: (Complete if you checked Block # 2 on line # 7, otherwise leave blank.) (Company Name) After completing the Certificate of Compliance form CS-4171, maintain the original at your company's location. A copy oft the Certificate of Compliance form must accompany your material shipment to its next destination. Also, if you receive material shipments from other companies related to PennDOT projects, the accompanying Certificate of Compliance forms must be kept on file at your location. These files must be available for inspection and verification by a Department Representative for a period of not less than THREE years from the date of the last shipment. *Private Label Companies must identify the true manufacturer (Line 2) and the approved material (Line 5) as listed in Bulletin # 15.