GREATER JOHNSTOWN WATER AUTHORITY NORTH FORK DAM REHABILITATION PROJECT
Sealed Bid Proposals will be received by Greater Johnstown Water Authority at its office at 640 Franklin Street Johnstown, PA, 15901 until 10:00 a.m., prevailing time, on July 15, 2025 at which time they will be opened and read publicly for the following projects:
Greater Johnstown Water Authority
North Fork Dam Rehabilitation Project
Contract 1/2025
Copies of the Contract Documents must be obtained at the office of Gibson-Thomas Engineering, 1004 Ligonier Street, Latrobe, PA 15650, between the hours of 9:00 a.m. and 4:00 p.m., upon the payment of a non-refundable fee of $500.00.
A certified check, payable to the Greater Johnstown Water Authority, or a satisfactory Bid Bond executed by the Bidder and an acceptable surety in an amount equal to 10 percent (10%) of the total of the Bid shall be submitted with each bid to guarantee the Bidder’s entrance into a contract if given the award. No bid bond shall be waived or returned because the Bidder has failed to or cannot comply with any requirements set forth in the plans, specifications, or any applicable statutes of the Commonwealth of Pennsylvania, or any applicable municipal ordinances.
All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act), Equal Employment Opportunity, Nondiscrimination/Sexual Harassment Provisions, State Contractor Responsibility Program, the Americans with Disability Act, Anti-Pollution Regulations, Contractor Integrity Provisions, Prohibition of Illegal Alien Labor on Assisted Project Act and the Right-of-Know Law and the Steel Products Procurement Act.
This project is funded in whole or part with federal funds. Davis-Bacon wage rates and other federal requirements apply and are included in the bid documents. Labor Compliance is mandatory.
The Greater Johnstown Water Authority does not discriminate regarding race, color, religion, sex, national origin, disability or age in its employment procedures and practices in access to the Authority’s services and program. The
Greater Johnstown Water Authority reserves the right to reject any or all bids or to waive any informalities in the bidding.
Award criteria and basis for rejection will be in accordance with the Instructions to Bidders included in the Project Manual/Bid Package. No bid may be withdrawn for ninety (90) calendar days after the scheduled closing time for receipt of bids.
|
|
|
More Information |
GREATER JOHNSTOWN WATER AUTHORITY BROWNSTOWN TANK PAINTING PROJECT
Separate and sealed proposals will be received by the Greater Johnstown Water Authority, at the Authority Office, 640 Franklin Street, Johnstown, PA, 15901 until 10:00 a.m., prevailing time, on July 1, 2025, at which time they will be opened and publicly read for the following project:
BROWNSTOWN
TANK PAINTING PROJECT
CONTRACT 2/2025
Bid Packages must be clearly marked "PROPOSAL ENCLOSED" with job name and contract number on the lower left corner of the Bid Envelopes.
Copies of the Contract Documents must be obtained at the office of GIBSON-THOMAS ENGINEERING 1004 Ligonier Street., Latrobe, PA 15650, between the hours of 9:00 a.m. and 4:00 p.m. upon the payment of a non-refundable fee of $150.00 for each set of Bid Documents.
Each Proposal shall be accompanied with a certified check or Bidder's Bond in the amount of ten percent (10%) of the proposal, in favor of the Greater Johnstown Water Authority.
No bid may be withdrawn for sixty (60) days after the same has been filed with the Authority.
All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act).
The Pennsylvania Prevailing Wage Requirement are applicable to this project.
The Authority reserves the right to reject any or all bids or to waive any informality in bids received.
|
|
|
More Information |
BEAR CREEK WATERSHED AUTHORITY
Separate and sealed bid proposals will be received by Bear Creek Watershed Authority, Butler County, Pennsylvania, at the Bear Creek Watershed Authority Municipal Building, located at 259 Argyle St, Petrolia PA, 16050, until 10:00 a.m. prevailing time on July 3, 2025, at which time they will be opened and publicly read for the following projects:
Bear Creek Watershed Authority
Petrolia and Bruin Treatment Facilities
Emergency Standby Generators Installation
Project
Contract 1/2025
Copies of the Contract Documents may be obtained at the office of Gibson-Thomas Engineering Co., P. O. Box 853, Eiseman Building, 1004 Ligonier Street, Latrobe, PA 15650, between the hours of 9:00 a.m. and 4:00 p.m., upon a non-refundable payment of $125.00 for each set of contract documents.
The Contractor is advised that the Pennsylvania Prevailing Wage requirements apply to Contract 1/2025 as determined by the Secretary of the Department of Labor and Industry.
All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act).
Each Proposal shall be accompanied with a certified check or Bidder's Bond in the amount of ten percent (10%) of the proposal, in favor of Bear Creek Watershed Authority.
Notice is hereby given that the bituminous price index in accordance with PennDOT Form 408 is applicable for the Contract.
Bear Creek Watershed Authority reserves the right to reject any or all bids or to waive any informality in bids received. No bidder may withdraw his bid within sixty (60) days after the actual date of the opening.
“These projects are being financed (in part) by a grant from the Commonwealth of Pennsylvania, Commonwealth Financing Agency”
|
|
|
More Information |
DERRY TOWNSHIP LINCOLN AVE REPAVING PROJECT
Separate and sealed bid proposals will be received by Derry Township, Westmoreland County, Pennsylvania, at the Derry Township Municipal Building, located at 5321 State Route 982, Derry PA, 15627, until 11:00 a.m. prevailing time on July 1, 2025, at which time they will be opened and publicly read for the following project:
Derry Township
Lincoln Avenue Repaving Project
Contract 3/2025
Copies of the Contract Documents may be obtained at the office of Gibson-Thomas Engineering Co., 1004 Ligonier Street, Latrobe, PA 15650, between the hours of 9:00 a.m. and 4:00 p.m., upon a non-refundable payment of $100.00 for each set of contract documents.
The work will consist of the contractor milling approximately 24,220 s.y., performing approximately 1,550 s.y. of pavement base repairs and installing 2,005 s.y. of 1-½“ wearing course (9.5 mm, PG 64-22, 0.3 to 3.0 million ESAL’s SRL-M) on Lincoln Avenue located in the City of Latrobe and Derry Township.
The Contractor is advised that the Pennsylvania Prevailing Wage requirements apply to Contract 3/2025 as determined by the Secretary of the Department of Labor and Industry.
All contracts exceeding $10,000 shall be performed in compliance with Executive Order 11246, entitled, "Equal Employment Opportunity," as amended by Executive Order 11375 and as supplemented in Department of Labor Regulations (41 CFT Part 60).
All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act), Nondiscrimination/Sexual Harassment Provisions, State Contractor Responsibility Program, the Americans with Disability Act, Anti-Pollution Regulations, Contractor Integrity Provisions, Prohibition of Illegal Alien Labor on Assisted Project Act and the Right-of-Know Law.
Each Proposal shall be accompanied with a certified check or Bidder's Bond in the amount of ten percent (10%) of the proposal, in favor of Derry Township.
Notice is hereby given that the bituminous price index in accordance with PennDOT Form 408 is applicable for the Contract.
Derry Township reserves the right to reject any or all bids or to waive any informality in bids received. No bidder may withdraw his bid within sixty (60) days after the actual date of the opening.
“This project is being financed (in part) by a grant from the Commonwealth of Pennsylvania, Commonwealth Financing Agency “
|
|
|
More Information |