v.- ~~~~!~~~:~P!~TATION

Similar documents
PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

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

TIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER

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

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

CITY OF RICHMOND PERFORMANCE BOND

Cherokee County Board of Commissioners

PROPOSAL AND CONTRACT FOR EQUIPMENT AND/ OR MATERIALS ONLY*

F O R M OF P R O P O S A L

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road

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

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

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

CONTRACT AND BOND FORMS FOR

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

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

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

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

Alaska Railroad Corporation

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

OHIO DEPARTMENT OF TRANSPORTATION

CONTRACT FORM CONTRACT #

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

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

BID: Escanaba WWTP Digester Roof Restoration

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

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

00400 BID FORMS AND SUPPLEMENTS

Sunnyside Valley Irrigation District

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

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

SAMPLE SERVICING AGREEMENT. THIS AGREEMENT made in duplicate this day of, 20, Between:

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

ASPHALT PAVING CONTRACT L TENDER FORM. Tender Submitted By: Bid Bond $ or Certified Cheque $

TUNKHANNOCK BOROUGH WYOMING COUNTY, PENNSYLVANIA

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

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

Township of SLIPPERY ROCK BUTLER COUNTY

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

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

LEGAL NOTICE - ADVERTISEMENT FOR BID

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

COMMONWEALTH OF PENNSYLVANIA POSTING AUTHORITY EXCESS MAINTENANCE AGREEMENT

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

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

Proposal for Bidding Purposes

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

Electronic Distribution Only Not For Bidding Purposes

Proposal must provide warranty for all material and construction. See the specifications on the building.

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

EXHIBIT CONSTRUCTION CONTRACT BOND

SPONSOR OF MORTGAGE ORIGINATORS BOND

SURETY BOND-MINING (SUBSIDENCE) License No. Permit No. Bond No. (Name of Mine Operator)

BEFORE THE DEPARTMENT OF CORPORATIONS OF THE STATE OF CALIFORNIA EXHIBIT B BOND OF FINANCE LENDER AND/OR BROKER FINANCIAL CODE SECTION 22112

ROCK SALT FOR ICE CONTROL

COUNTY OF OSWEGO PURCHASING DEPARTMENT

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION PAYMENT BOND

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

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

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

APPENDIX C EXCESS MAINTENANCE AGREEMENT EXCESS MAINTENCE AGREEMENT (SINGLE USER), 20. Phone Number(s):

Administrative Report

FILL DIRT PLACEMENT, GRADING AND COMPACTION AGREEMENT

STANDARD BID & SPECIFICATIONS PACKAGE

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

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

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

<CONTRACT TITLE> <Hwy No.> CONTRACT FORMS 1. CONTRACT FORMS 1.1 CONTRACT

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

DATE: June 7,

LAND IMPROVEMENT AGREEMENT

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

WEST VIRGINIA STATE TAX DEPARTMENT Revenue Division SAMPLE COLLECTION AGENCY BOND. (1) That we, (Principal): (2) Address:

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

Proposal for Bidding Purposes

City of Malibu Stuart Ranch Road Malibu, California Phone (310) Fax (310)

LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES

Part VIII Material and Construction Specifications

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

Public Notice Advertisement for Bids

STATE OF MICHIGAN COUNTY OF WAYNE CITY OF ALLEN PARK

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

FINAL RELEASE OF CONSTRUCTION LIEN RIGHTS

Rock Island County Raffle License Application Packet

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

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

BOND FOR FAITHFUL PERFORMANCE

Proposal for Bidding Purposes

DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

SOIL REMOVAL BYLAW

(A) PROVIDE A SURETY BOND NOT TO EXCEED 15% ABOVE AGGREGATED PRIZE VALUE (B) WRITE A CHECK TO OFFICE OF LOTTERY AND CHARITABLE GAMES

SAMPLE CIGARETTE TAX CREDIT PURCHASE BOND

CITY OF WHITE HOUSE REQUEST FOR SEALED BIDS FOR HESTER DRIVE AND MILLING CONTRACT

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

INFORMATION FOR BIDDERS

INSTRUCTIONS FOR LICENSE APPLICATIONS PORT OF PASCAGOULA, MISSISSIPPI

Guidelines for Submittals for Land Disturbance Permits

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

Transcription:

v.- ~~~~!~~~:~P!~TATION MS-944 03-13 A. DEPOSIT OF PROPOSALS. PROPOSAL & CONTRACT (WHEN EXECUTED) (THIS PROPOSAL INCLUDES INSTRUCTIONS TO BIDDERS) All envelopes containingbid proposals shall be clearly marked "Road Construction." proposals for letting March 12,2018 Date Sealed Proposals will be received on or before 2:00 PM on March 06,2018 Time Bids will be opened and read at approximately 7: 15 PM, on the above let date. Time North Centre Township, Columbia County MunicipalityName and Type Connie Kline Secretary 1059 State Route 93 Address Berwick, PA 18603 Proposals must be mailed or otherwise delivered to the above address. 1. The contractor proposes to furnish and deliver all materials (including Form CS-4171, CERTIFICATE OF COMPLIANCE and/ or TR-465 DAILY BITUMINOUS 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 --"-N-'=A'-=-...,.-:-.,--- 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.102.01), and (b) Volumetric testing of bituminous paving materials is not required (Sec. 409). 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 on or before May 31, 2018. If all work is not completed on time, liquidated damages will be assessed at the rate of$ 870.00 per additional working day. 3. Accompanying this proposal is a certified check or bid Bond in the amount of 10 % of Bid 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 requirement of the proposal. 4. Performance and Payment Bonds in the amount of 100% and proof of Worker's Compensation insurance must be supplied to the Municipality within 20 days of receipt of bid award. B. PROPOSAL OF: ~~~------------------------------ Name of Contractor Address CONTRACTOR'S CERTIFICATION It is hereby certified as follows: 1. The only person(s) interested in this 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 prices 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 contractor 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 Work's Contractors' Bond Law of 1967; and an affidavit accepting the provisions of the Workmen's Compensation Act of 1915, as amended. 7. "The parties agree that the relationship between the Contractor and the Township is one of independent contractor and not the employer/employee and that the individual employees of the Contractor who will be performing the work pursuant to this contract are not employees of the Township. Contractor hereby certifies, represents and warrants to the Township that all persons performing any aspect of the work pursuant to this Contract who are required to have commercial driver's license are subject to a program for drug and alcohol testing in accordance with the Omnibus Transportation Employee Testing Act of 1991 and the federal regulations adopted pursuant thereto." Contractor WITNESSED OR ATTESTED BY: BY:~ ~ Title Date Title Date TO BE EXECUTED ONLY IN THE EVENT THE ABOVE PROPOSAL IS ACCEPTED ACCEPTED ON:,-- Date Municipality ATTESTED BY: Title BY:~---------------- Title Title Title -2 -

ATTACHMENT # 1 LOCATION OF WORK: NrthC t T h C 1 b C ty 0 en re owns IP, o urn la oun ROAD NAME L(ft) Weft) D(in) TYPE OF WORK UNITS QUANTITY Taylor Drive T-504 (from SR 0093 to End) 1,675 16 6 Driving Surface Aggregate (DSA) Ton +/- 1,200 1,000 20 Varies Shale Fill Material Ton +/- 1,200 DESCRIPTION OF WORK: DSA- Driving Surface Aggregate: I. DESCRIPTION - This work is the construction of Driving Surface Aggregate, when placed on subgrade. General Note: North Centre Township will perform the existing roadway grading and subgrade preparation. This includes the grading and compaction of the shale fill material prior to contractor's placement ofdsa material. Contractor will not be responsible for subgrade preparation. Contractor shall be responsible for purchasing, hauling and tailgate spreading of shale fill material to the above specified location. II. MATERIAL - Obtain material from a source listed in Bulletin 14 or approved by the MTD. A. Certification. MS-44 7A B. Aggregate. Publication 408, Section 703 and as follows: PASSING SIEVE MINIMUM MAXIMUM 37.5 mm (1%") 100% 19.0 mm (%") 65% 95% 4.75 mm (#4) 30% 65% 1.18 mm (#16) 15% 30% 75J.1m(#200) 10% 15% -3-

ATTACHMENT # 1 continued DESCRIPTION OF WORK: continued Quality Control Determine the resistance to degradation using the Los Angeles Abrasion test, AASHTO T-96 (ASTM C 131). The loss of mass shall be less than 40%. Existing tests made for and approved by PennDOT will be accepted. Testing will be performed by an independent lab at the owner's expense. Aggregate will be within the range of ph 6 - ph 12.45 as measured by EPA 9045C. Testing will be performed by an independent lab at the owner's expense. Derive 95% of the aggregate mix from the crushing of clean rock material. If 10% of the aggregate mix does not pass the #200 sieve, utilize up to 5% external source material approved by the engineer to the mix. Do not add clay or silt. Determine the amount of particles less than # 200 sieve size by using the washing procedures specified in PTM No. 100. Lime kiln Dust and cement Kiln Dust may be added to DSA to account for up to 50% of the fines passing the #200 sieve. III. CONSTRUCTION - A. Equipment: Spreaders. Publication 408, Section 320.3(a)3, Paver preferred Compaction Equipment. Publication 408, Section 108.05(c) 3.a, 3.b, 3.e,4. Equipment Note: North Centre Township requires all DSA material to be placed using a paver capable of placing material with one pass. B. General. Prepare the subgrade as specified in Publication 408, Section 210 and as follows, before placing (DSA). Do not place (DSA) material on soft, muddy, or frozen areas. Correct unsatisfactory subgrade conditions developing ahead of the paving operations by scarifying, reshaping, and recompacting, or by replacing the subgrade. The subgrade must be crowned to Y:z to ~ inch per foot, flat "A" cross profile. This may be precluded by the absence of sufficient material such as occurs when bedrock is exposed. When required, evenly place separation fabric according to manufacturer's recommendations, after scarification. -3a-

ATTACHMENT # 1 continued DESCRIPTION OF WORK: continued C. Mixing. Use acceptable methods to mix (DSA) and water to obtain optimum moisture content for the mix as determined by PTM No. 106 before delivery to the project. Use material containing optimum moisture to prevent segregation during stockpiling, hauling, placing, and to minimize water added during compaction. Maintain (DSA) aggregate at optimum moisture from before placement to compaction. AASHTO T -99, ASTM D698, or PA Test Method No. 106. D. Transport. Use tarps to cover 100% of the load's exposed surface from the time ofloading until immediately before placement. E. Placement. Place the (DSA) on the subgrade using a paver without causing segregation. Place (DSA) to a minimum compacted depth of 4 inches and a maximum un-compacted depth of 6 inches in one lift. The crown or side slope must range from Yz to % inch per foot, for road widths up to 20 feet. Material is to be delivered and placed at optimum moisture content +/- 1% as determined for that particular source. The optimum percentage moisture is to be determined using Proctor Test ASTM D698, procedure C, standard. F. Compaction. Compaction and Density. Compact DSA to between 95% and 100% of the maximum drymass (dry-weight) density, determined according to PTM No. 106, Method B. At locations directed by the owner, determine the in-place density for each 2500 m2 (3,000 square yards), of each layer according to AASHTO T 191 or T 310. Beginning on the lower or berm side of the crown, begin rolling and work to the top of the crown by overlapping the successive longitudinal passes. Utilize static mode on the initial and downgrade passes. Do not run the roller lengthwise directly over the crown. Compact to specified density requirements, using equipment specified is Publication 40S, Section IOS.05(c) 3.a, 3.b, 3.e, or 4. G. Incidental. To fill driving surface areas outside the specified width, such as driveway entrances, turnouts and wider passing lanes, add additional new DSA material to fill to the same depth specified throughout the project. If berm edges do not exist to hold the fill, then place, taper and compact sufficient material to form protective edge berms. H. Plasticity Index. Material must not exceed Plasticity Index (PI) rating of 6. The laboratory test required for their results is ASTM-D431S-Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. -3b-

ATTACHMENT # 1 continued DESCRIPTION OF WORK: continued Shale Fill Material: This work is the hauling and tailgate spreading of shale fill material within roadway to stabilize roadbed. Material Source is to be verified and accepted by North Centre Township representative prior to hauling. Shale Fill Material Note: All shale fill material will be spread to desired depths and compacted by North Centre Township. Contractor is responsible for hauling and tailgate spreading of shale fill material only. Contractor is required to provide certified weigh slips for all shale fill material hauled. SPECIAL PROVISIONS All work to be completed by May 31, 2018. Contractor is required to supply North Centre Township with the name and address of the quarry that is intended to be used to supply the DSA material. Notification is required to be at least 30 days prior to application for inspection and testing. Contractor is required to notify North Centre Township 2 weeks prior to start of work. The municipality reserves the right to reject any and all bids. Bidder acknowledges that this bid is for a public works contract and bidder is therefore subject to the provisions, duties, obligations and penalties of the Public Works Employment Verification Act, 43 P.S. 167.1-167.11, which is incorporated herein by reference. The lowest responsible bidder must comply with the Public Works Employment Verification Act by submitting a Commonwealth Public Works Employment Verification Form to the public body prior to award of contract. The Form and relevant information can be found on the Department of General Services' web site at www.dgs.state.pa.us. The above-mentioned verification form is supplied with the contract documents. Prevailing wages apply to this contract, see attached wage rates North Centre Township, Columbia County Schedule of Prices Item No. Quantity Unit Description of Work Unit Price Total 1 1,200 Ton Driving Surface Aggregate (DSA) 2 1,200 Ton Shale Fill Material Tailgate Spread Total Amount of Contract -3c-

MS-944 PROPOSAL AND CONTRACT INSTRUCTIONS - FORM 944 1. The proposal must be typewritten or printed. 2. If more than one proposal on any project is submitted by any individual, fmn or partnership, corporation or association under the same 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 Attachment No. ------------------------ B. Where Binder Surfaces are a part of this Contract, Average Daily Traffic (ADT) Count must be included in the description. 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., bituminous materials - ID-2, FJ1, FBI, BCBC, etc.) must be filled in by the municipality to insure equitable bidding. Column #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 bottom of the page: Continued on Attachment No. I-A," and add additional sheet designated as Attachment No. I-A, I-B, etc. Repeat for each additional sheet required. 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 $ 870.00 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 under $5,000 - bonds must be in 50% of the contract amount. Contracts in excess of $5,000 - bonds must be in 100% of the contract amount. Bond Form 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 $100,000.00 are subject to the provisions of the Pennsylvania Prevailing Wage Act 442. It is the responsibility of the municipality to obtain 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. *(196], Aug. 15, P.L. 987; 43 P.S. 165) -4-

MS-944 (02-01) (REPRODUCE LOCALLy) PERFORMANCE BOND (With Corporate Surety) Attachment 2 KNOW ALL MEN BY THESE PRESENTS, that we, --------:::-:-:-:---=--cc:-=-:-==:=-::-:=-=-::c=-::=-:-==-:---- (NAME AND ADDRESS OF CONTRACTOR) asprincipaland -=~==~~~~----------------- (SURETY COMPANY) a corporation incorporated under the laws of the State of =-:-:-::::-=:=-=::-:-==:- a.s Surety (NAME OF STATE) are held and firmly bound unto In the full and just sum of ($ ---' dollars lawful money of 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 bouden 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 obligations such that if the 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 a 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. It is further provided that any alteration which may be made in the terms of the contract 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 Surety or either or any ofthem, their heirs, executors, administrators, successors or assigns from their liability hereunder, notice to the Surety of any such alteration or forbearance 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) Attest / Witness CONTRACTOR BY:==~-------------------- Attest / Witness SURETY COMPANY BY:~~------------------- - 1 -

MS-944 PAYMENT BOND Attachment 3 KNOW ALL MEN BY THESE PRESENTS, that we, of -' as PRINCIPAL and corporation incorporated under the laws of the State of held and firmly bond unto the as SURETY, are, 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 true 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 ifthe above bounden PRINCIPAL shall and will promptly payor cause to be paid in full all sums of money which may be due to 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 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. It 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 8 WITNESS CONTRACTOR BY:~~----------------- WITNESS SURETY COMPANY BY:~~------------------ -2-

MS-944 Attachment 4 AFFIDAVIT RE ACCEPTING PROVISIONS OF THE WORKMEN'S COMPENSATION ACT State of ) ) )SS: ) County of ) Being duly sworn according to law deposes and says that they have he has It accepted the provisions of the Workmen's Compensation Act of 1915 of the Commonwealth of Pennsy lvania, has his with its supplements and amendments, and have insured their liability hereunder in it accordance with the terms of said its Act with -------------------------------------------------------------------------------- (SURETY COMPANY) (TYPE OR PRlNT) CONTRACTOR BY: -=~~~-------------- SIGNATURE Sworn to and subscribed before me this day of A.D.20 SIGNATURE My Commission Expires...,.,...",..,,,,.- (DATE) -3-

0-7126 (3-01) ANTI-COLLUSION AFFIDAVIT pennsylvania DEPARTMENT OF TRANSPORTATION County Municipality Project Number State of County of Fed. Project No. ( If Applicable) 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. BY (Contractor) Sworn to and subscribed before me the undersigned notary public this day of Notary Public My Commission expires -4-

MS-NCP pennsylvania DEPARTMENT OF TRANSPORTATION --------------------------- MUNICIPALITY NOTICE OF COMPLETION Name of Contractor IN REFERENCE TO PROJECT # ------------- 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-Municipality pavement restoration. on completion of final 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. *DATE Authorized Agent for the Municipality * The contractor is responsible for maintenance of permanent pavement repairs for a period of one year from this date. -5-

COMMONWEALTH OF PENNSYLVANIA PUBLIC WORKS EMPLOYMENT VERIFICATION FORM Date Business or Organization Name (Employer) Address City State, Zip Code DContractor D Subcontractor (check one) Contracting Public Body Contract/Project No Project Description Project Location As a contractor/subcontractor for the above referenced public works contract, I hereby affirm that as of the above date, our company is in compliance with the Public Works Employment Verification Act('the Act') through utilization of the federal E-Verify Program (EVP) operated by the United States Department of Homeland Security. To the best of my/our knowledge, all employees hired post January 1, 2013 are authorized to work in the United States. It is also agreed to that all public works contractors/subcontractors will utilize the federal EVP to verify the employment eligibility of each new hire within five (5) business days of the employee start date throughout the duration of the public works contract. Documentation confirming the use of the federal EVP upon each new hire shall be maintained in the event of an investigation or audit. I,, authorized representative of the company above, attest that the information contained in this verification form is true and correct and understand that the submission of false or misleading information in connection with the above verification shall be subject to sanctions provided by law. Authorized Representative Signature -6-