Invitation for Bids for Indiana County Municipal Services Authority
The Indiana County Municipal Services Authority will receive sealed bids for the Water Renovation 22 Project until 10:00 AM prevailing time on February 18, 2025, at the Indiana County Municipal Services Authority located at 602 Kolter Drive, Indiana, Pennsylvania 15701, at which time all bids will be publicly opened and read. The project will consist of the following contracts:
WATER RENOVATION 22
Pump Station and Meter Station Installation Project - Contract 1/2025
Waterline Construction – Contract 2/2025
Contract Documents, including Drawings and Detailed Specifications, are on file at the following locations:
Gibson-Thomas Engineering: 1004 Ligonier St., Latrobe, PA 15650; Phone: (724) 539-8562
Indiana County Municipal Services Authority: 602 Kolter Dr., Indiana, PA 15701; Phone: (724) 349-6640
Copies of the Contract Documents MUST be obtained at the office of Gibson-Thomas Engineering, located at the above address, between the hours of 9:00 a.m. and 4:00 p.m., upon a non-refundable fee made payable to Gibson-Thomas Engineering Company, as noted below ($15.00 postage & handling fee to be included if mailed at Gibson-Thomas Engineering cost):
Contract 1/2025 Pump Station and Meter Station Installation Project $200.00*
Contract 2/2025 Waterline Construction $300.00**
*Includes digital drawings only – An additional fee of $100.00 is required for paper copies of Drawings
**Includes digital drawings only – An additional fee of $200.00 is required for paper copies of Drawings
A certified check, payable to the Indiana County Municipal Services 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), Non-discrimination/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 American Iron & Steel Act.
Pennsylvania Prevailing wages will apply to these contracts.
The Indiana County Municipal Services 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 one hundred twenty (120) calendar days after the scheduled closing time for receipt of bids.
Marty Maschak, Executive Director
|
|
|
More Information |
Public Advertisement for Upper Allegheny Joint Sanitary Authority
Separate and sealed proposals will be received by the Upper Allegheny Joint Sanitary Authority, at the Authority Office, 320 Fourth Avenue, Tarentum, PA 15084, PA, 15650 until 10:00 a.m., prevailing time, on February 20, 2025, at which time they will be opened and publicly read for the following projects:
Bull Creek Pump Station Expansion – General/Mechanical - Contract 5/2025
Bull Creek Pump Station Expansion – Electrical - Contract 6/2025
Copies of the Contract Documents must be obtained at the office of GIBSON-THOMAS ENGINEERING, 1004 Ligonier Street, P. O. Box 853, Latrobe, PA 15650, between the hours of 9:00 a.m. and 4:00 p.m. upon the payment of a non-refundable fee as noted below (plus a $15.00 postage & handling fee if mailed at Gibson-Thomas Engineering’s cost) for each set of Bid Documents No refund will be made for bid documents.
Contract 5/2025 - $200.00
Contract 6/2025 - $150.00
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 Upper Allegheny Joint Sanitary Authority.
All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act).
No bid may be withdrawn for sixty (60) days after the same has been filed with the Authority.
The Authority reserves the right to reject any or all bids or to waive any informality in bids received.
UPPER ALLEGHENY
JOINT SANITARY AUTHORITY
Ted Paulovich, Chairman
|
|
|
More Information |
Invitation to Bids for the City of Arnold
Separate and sealed proposals will be received by The City of Arnold, Westmoreland County, Pennsylvania, at 1829 Fifth Avenue, Arnold PA 15068, until 11:00 AM, prevailing time, on February 21, 2025, at which time they will be opened and publicly read for the following project:
CITY OF ARNOLD
ROOSEVELT PARK UPGRADES
Contract 1/2025
Contract Documents, including Drawings and Detailed Specifications, are on file at the office of Gibson-Thomas Engineering, 1004 Ligonier Street, Latrobe, PA 15650 Phone: 724-539-8562
Copies of the Contract Documents MUST be obtained at the office of Gibson-Thomas Engineering, located at the above address, between the hours of 9:00 a.m. and 4:00 p.m., upon a non-refundable fee of $75.00 made payable to Gibson-Thomas Engineering Company, plus a $15.00 postage & handling fee, if mailed at Gibson-Thomas Engineering cost for each set of Bid Documents.
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.
Notice is also hereby given that this project is regulated under Executive Order 11246 - Equal Employment Opportunity and related contract specifications apply.
Regulations can be found at: www.dol.gov/agencies/ofccp/executive-order-11246
Contractors should use the Directory of Minority, Women and Section 3 Business Enterprises to solicit proposals from potential subcontractors. https://hudapps.hud.gov/OpportunityPortal/searchBusiness.action
Notice is hereby given that all bidders must comply with Westmoreland County’s Section 3 Plan included in the bid documents when related. Section 3 is a provision of the Housing and Urban Development Act of 1968 (12 U.S.C. 1701u) that is regulated by the provisions of 24 CFR 75. Regulations can be found at: https://www.ecfr.gov/current/title-24/subtitle-A/part-75.
Section 3 Business Opportunity Portal: https://hudapps.hud.gov/OpportunityPortal/searchContract.action
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 City of Arnold. No faxed Bids will be accepted. No Bid Bond shall be waived or returned because the Bidder has failed to or cannot comply with any requirements as 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).
No Bid Proposal shall be withdrawn for 60 calendar days after the scheduled closing time for receipt of Bids.
The City of Arnold reserves the right to reject any or all bid proposals or to waive any informality in the bids received.
CITY OF ARNOLD
Mario Bellavia, City Manager
|
|
|
More Information |
Invitation for Bids for Indiana County Municipal Service Authority
The Indiana County Municipal Services Authority will receive sealed bids for the following project until 10:30 AM, prevailing time on March 6, 2025, at the Indiana County Municipal Services Authority located at 602 Kolter Drive, Indiana, Pennsylvania 15701, at which time all bids will be publicly opened and read. The project will consist of the following contracts:
CROOKED CREEK WTP
SLUDGE HANDLING IMPROVEMENTS
CONTRACT 3/2025
Contract Documents, including Drawings and Detailed Specifications, are on file at the office of Gibson-Thomas Engineering, 1004 Ligonier St., Latrobe, PA 15650. Copies of the Plans and Specifications shall be requested from Gibson-Thomas Engineering, upon a $200 non-refundable payment for each set of contract documents (plus a $15.00 postage & handling fee if mailed at Gibson-Thomas Engineering’s cost). No refund will be made for bid documents. No electronic copies will be made available.
A certified check, payable to the Indiana County Municipal Services Authority, or a satisfactory Bid Bond executed by the Bidder, and an acceptable surety in the amount equal to (10%) of the Bid shall be submitted with each Bid to guarantee the Bidder’s entrance into a contract if given the award. No faxed Bids will be accepted. No Bid Bond shall be waived or returned because the Bidder has failed to or cannot comply with any requirements as set forth in the plans, specifications, or any applicable statutes of the Commonwealth of Pennsylvania, or any applicable municipal ordinances. No Bid may be withdrawn for ninety (90) calendar days after the scheduled closing time for receipt of Bids.
The Indiana County Municipal Services Authority does not discriminate in regards to race, color, religion, ancestry, sex, national origin, non-job related handicap or disability or in the use of a guide or support animal because of the blindness, deafness or physical handicap against any individual or independent contractor in activities, and shall be in compliance with the Pennsylvania Human Relations Act, Oct. 27, 1955, P.L. 744, No. 222, as amended, 43, P.S. § 951 et seq.
Pennsylvania Prevailing Wages will apply to these contracts.
The Indiana County Municipal Services 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.
Marty Maschak, Executive Director
|
|
|
More Information |
Advertisement for Bids for Franklin Township Municipal Sanitary Authority
Separate and sealed proposals will be received by the Franklin Township Municipal Sanitary Authority at its office at 3001 Meadowbrook Road, Murrysville, Pennsylvania, 15668 until 9:00 A.M. prevailing time on March 14, 2025, at which time all Bid Proposals will be opened and read publicly for the following project:
Meadowbrook Road Sewage Treatment Plant Door/Window/Louver/Sidewalk Replacement
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 $125.00 (plus an additional charge of $15.00 for each set of Bid Documents if mailed at Gibson-Thomas Engineering’s cost).
A non-mandatory pre-bid meeting will be held on February 21, 2025 at 10:00 A.M. at the Franklin Township Municipal Sanitary Authority office located at 3001 Meadowbrook Road, Murrysville, Pennsylvania, 15668.
All Bid Proposals must be accompanied by a Bid Bond which shall have, as security therefore, either a Corporate Surety or a certified or cashier's check payable to the Franklin Township Municipal Sanitary Authority, same to be in an amount equal to ten percent (10%) of the total Base Bid Proposal submitted. All Corporate Sureties must be registered in the State of Pennsylvania.
No bid may be withdrawn for Ninety (90) days after the same has been filed with the Franklin Township Municipal Authority.
Pennsylvania Prevailing Wages are applicable to this project.
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.
The Franklin Township Municipal Sanitary Authority reserves the right to reject any or all bids or to waive any informality in Bid Proposals or procedures.
This project is wholly or partially funded by the Commonwealth of Pennsylvania, Commonwealth Financing Authority (CFA).
FRANKLIN TOWNSHIP MUNICIPAL SANITARY AUTHORITY
Jim Rumbaugh, Chairman
|
|
|
More Information |
Advertisement for Bids for Franklin Township Municipal Sanitary Authority
ADVERTISEMENT FOR BIDS
Separate and sealed proposals will be received by the Franklin Township Municipal Sanitary Authority at its office at 3001 Meadowbrook Road, Murrysville, Pennsylvania, 15668 until 9:00 A.M. prevailing time on March 14,2025, at which time all Bid Proposals will be opened and read publicly for the following project:
Franklin Township Municipal Sanitary Authority
Nitrification Tower Rehabilitation and Appurtenances
Contract 2/2025
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 $125.00 (plus an additional charge of $15.00 for each set of Bid Documents if mailed at Gibson-Thomas Engineering’s cost).
This project is federally funded by EPA financial assistance dollars and therefore requires all contractors to demonstrate compliance with federal Executive Orders 11625, 12138, and 12432 and EPA Regulations at 40 CFR Part 33, through the detailed documentation of solicitation of Disadvantage Business Enterprises (DBEs). Contractors must demonstrate the Six Good Faith Efforts to identify and solicit DBE firms that are potential sources for any procurement action in the areas of project construction, equipment, services, and supplies by including state qualified small businesses, and minority and women owned business enterprises in the bidding process.
All Bid Proposals must be accompanied by a Bid Bond which shall have, as security therefore, either a Corporate Surety or a certified or cashier's check payable to the Franklin Township Municipal Sanitary Authority, same to be in an amount equal to ten percent (10%) of the total Base Bid Proposal submitted. All Corporate Sureties must be registered in the State of Pennsylvania.
No bid may be withdrawn for Ninety (90) days after the same has been filed with the Franklin Township Municipal Authority.
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.
Prevailing wages established under the Pennsylvania Prevailing or Davis-Bacon Act will apply to these contracts.
The Franklin Township Municipal Sanitary Authority reserves the right to reject any or all bids or to waive any informality in Bid Proposals or procedures.
This project is being funded through Pennvest. All requirements under the Pennvest program will apply.
FRANKLIN TOWNSHIP MUNICIPAL SANITARY AUTHORITY
Jim Rumbaugh, Chairman
|
|
|
More Information |