SOUTH FAYETTE TOWNSHIP WASHINGTON PIKE (SR3003) & TWIN PONDS LANE TRAFFIC SIGNAL UPGRADE CONTRACT 2/2025
PUBLIC ADVERTISEMENT
Separate and sealed proposals will be received by South Fayette Township, Allegheny County, Pennsylvania, at the South Fayette Municipal Building located at 100 Township Drive, South Fayette, PA 15017, until 10:00 A.M., prevailing time, on April 30, 2025, at which time they will be opened and read for the following project:
SOUTH FAYETTE TOWNSHIP
WASHINGTON PIKE (SR 3003) AND TWIN PONDS LANE TRAFFIC SIGNAL UPGRADE
Contract 2/2025
This project includes the complete replacement of the existing traffic signal including new signal supports, controller, signal heads and detection.
Copies of the Contract Documents, including Drawings and Detailed Specifications, are on file at the office of Gibson-Thomas Engineering located at 9951 Old Perry Highway, Wexford, PA 15090 between the hours of 9:00 a.m. and 3:00 p.m. Copies of the Plans and Specifications shall be requested from Gibson-Thomas Engineering, upon a non-refundable payment of $100.00 (plus a $15.00 postage & handling fee if mailed at Gibson-Thomas Engineering’s cost).
Proposals shall be delivered in a sealed envelope and clearly marked on the outside with the Contract Number in the lower left corner and bearing the words "SOUTH FAYETTE TOWNSHIP – WASHINGTON PIKE AND TWIN PONDS LANE – TRAFFIC SIGNAL UPGRADE” to the South Fayette Township Building located at 100 Township Drive, South Fayette, PA 15017.
Bidders will be responsible for viewing the project locations on their own. All questions regarding the technical aspects of the Project should be submitted to Mark Szewcow, P.E. by email at mark.szewcow@gibson-thomas.com. Questions related to Bid Documents shall be addressed to the Wexford office (724) 935-8188.
Proposals must be submitted on the forms provided. Proposals to receive consideration must be accompanied by a Certified Check or Bidder's Bond from a Surety Company authorized to do business in Pennsylvania, made to the order of South Fayette Township in an amount equal to ten percent (10%) of the total amount of the Proposal as a guarantee that if the Proposal is accepted, the successful Bidder will enter into an Agreement within fifteen (15) days after Notice of the Award of the Contract.
Pennsylvania Prevailing Wage Rates are required to be paid on this contract.
Notice is hereby given that the Bituminous Price index in accordance with PennDOT Form 408 is applicable for the Contract.
Contractors must be PennDOT prequalified.
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 South Fayette Township. Bidders may not withdraw their Proposal during the sixty (60) day period without forfeiting their Bid guarantee.
The Owner reserves the right to reject any or all bids or to waive any informality in bids received.
|
|
|
More Information |
MUNICIPAL AUTHORITY OF WESTMORELAND COUNTY NASER #1 & WHITE OAK TANK PAINTING CONTRACT R043-25
INVITATION FOR BIDS
Separate and sealed proposals will be received by the Municipal Authority of Westmoreland County at its office at 124 Park and Pool Road, New Stanton, Pennsylvania, 15672 (mailing address: PO Box 730, Greensburg, PA 15601) on April 28, 2025, until 10:00 a.m., prevailing time, at which time they will be opened and read publicly for the following project:
NASER #1 AND WHITE OAK TANK PAINTING – CONTRACT R043-25
Bids can either be mailed using the above address or dropped off in the "Bid Mailbox" located at the entrance to the Distribution and Engineering Office Building 3. A picture of the New Stanton Campus Layout as well as the drop-off location are included with the bid specifications to provide clarification.
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 must be requested from Gibson-Thomas Engineering, between the hours of 9:00 a.m. and 4:00 p.m. upon a non-refundable payment of $175.00.
Bidders will be responsible for viewing the project on their own. Any questions regarding the project must be submitted to Chris Wharton no later than 4:00 P.M. on April 21, 2025, via fax (724) 539-3697 or email at chris.wharton@gibson-thomas.com
Bid Packages must be clearly marked "PROPOSAL ENCLOSED – CONTRACT R043-25 with the associated contract number on the lower left corner of the Bid Envelopes. All bids received will be opened and read at the Distribution and Engineering Office Building #3 at the time and place designated above.
Each proposal shall be accompanied with a certified check or Bid Bond in the amount of ten percent (10%) of the proposal, in favor of the Municipal Authority of Westmoreland County.
No bid may be withdrawn for sixty (60) days after the same has been filed with the Municipal Authority of Westmoreland County.
Pennsylvania Prevailing Wages are applicable to this project.
Any bid not submitted under the conditions provided herein will be rejected.
The Municipal Authority of Westmoreland County reserves the right to reject any or all bids or to waive any informality in bids received or to accept any bid it deems in its best interest.
|
|
|
More Information |
PENN TOWNSHIP HVAC SYSTEM REPLACEMENT CONTRACT 2/2025
PUBLIC ADVERTISEMENT
Separate and sealed bid proposals will be received by Penn Township, Westmoreland County, Pennsylvania, at the Penn Township Municipal Building, located at 2001 Municipal Court, Harrison City, PA, 15636, until 9:00 a.m. prevailing time on April 29, 2025, at which time they will be opened and publicly read for the following project:
Penn Township
Municipal Building – HVAC System Replacement
Contract 2/2025
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 2/2025 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 Penn Township.
Penn 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.
|
|
|
More Information |
MUNICIPAL AUTHORITY OF THE CITY OF NEW KENSINGTON HAULING & DISPOSAL OF WATER PLANT DEWATERED SLUDGE CONTRACT 1/2025
ADVERTISEMENT FOR BIDS PROPOSALS
Separate Bid Proposals will be received by the MUNICIPAL AUTHORITY OF THE CITY OF NEW KENSINGTON at its office at 920 Barnes Street, P.O. Box 577, New Kensington, Pennsylvania, 15068 until 10:00 a.m. prevailing time, on May 7, 2025 at which time they will be opened and read publicly for the following project:
Hauling and Disposal of Water Plant Dewatered Sludge - Contract 1/2025
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, weekdays between the hours of 9:00 a.m. and 4:00 p.m. upon payment of a non-refundable fee of $45.00.
All Bid Proposals must be accompanied by a Bid Bond which shall have, as security therefore, either a corporate surety or a bank or cashier's check payable to the Municipal Authority of the City of New Kensington, same to be in an amount equal to ten percent (10%) of the Bid Proposal submitted.
No Bid Proposal shall be withdrawn for sixty (60) days from the date of the Bid Opening.
The Authority reserves the right to reject any and all Bid Proposals and to waive any informalities in the Bid Proposals and bidding procedure.
|
|
|
More Information |
DERRY TOWNSHIP SUPERVISORS PANIZZI RD. CULVERT REPLACEMENT CONTRACT 1/2025
PUBLIC ADVERTISEMENT
Separate and sealed proposals will be received by the Derry Township Supervisors, at their office, 5321 Route 982, Derry, PA 15627 until 10:00 a.m., prevailing time, on May 2, 2025 at which time they will be opened and publicly read for the following project:
Panizzi Road Culvert 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 for Contract 1/2025. No refunds will be made for 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 Derry Township Supervisors.
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).
Pennsylvania Prevailing Wage Requirements will apply to these projects.
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 Bid will remain subject to acceptance for 90 days after the Bid opening, for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the Contract.
The Derry Township Supervisors reserve the right to reject any or all bids or to waive any informality in bids received.
“This project is being financed (in part) by a grant from the Commonwealth of Pennsylvania, Commonwealth Financing Agency “
|
|
|
More Information |
LATROBE MUNICIPAL AUTHORITY TONER STREET CSO IMPROVEMENTS - GENERAL MECHANICAL CONTRACT 1/2025
PUBLIC ADVERTISEMENT
Separate and sealed proposals will be received by the Latrobe Municipal Authority, at the Authority Office, P.O. Box 88, Rt. 217, Latrobe, PA, 15650 until 10:00 a.m., prevailing time, on May 16, 2025 at which time they will be opened and publicly read for the following projects:
Toner Street CSO Improvements - General/Mechanical - Contract 1/2025
Toner Street CSO Improvements - Electrical – Contract 2/2025
East Branch Sewer Realignment - Contract 3/2025
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 of $300.00 for Contract 1/2025, $200.00 for Contract 2/2025 and $200.00 for Contract 3/2025, for each set of Bid Documents. No refund will be made for 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 Latrobe Municipal Authority.
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).
Pennsylvania Prevailing Wage Requirements will apply to these projects.
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 Bid will remain subject to acceptance for 90 days after the Bid opening, for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the Contract.
The Authority reserves the right to reject any or all bids or to waive any informality in bids received.
“This project is being financed (in part) by a grant from the Commonwealth of Pennsylvania, Commonwealth Financing Agency “
|
|
|
More Information |
LATROBE MUNICIPAL AUTHORITY TONER STREET CSO IMPROVEMENTS - ELECTRICAL CONTRACT 2/2025
PUBLIC ADVERTISEMENT
Separate and sealed proposals will be received by the Latrobe Municipal Authority, at the Authority Office, P.O. Box 88, Rt. 217, Latrobe, PA, 15650 until 10:00 a.m., prevailing time, on May 16, 2025 at which time they will be opened and publicly read for the following projects:
Toner Street CSO Improvements - General/Mechanical - Contract 1/2025
Toner Street CSO Improvements - Electrical – Contract 2/2025
East Branch Sewer Realignment - Contract 3/2025
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 of $300.00 for Contract 1/2025, $200.00 for Contract 2/2025 and $200.00 for Contract 3/2025, for each set of Bid Documents. No refund will be made for 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 Latrobe Municipal Authority.
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).
Pennsylvania Prevailing Wage Requirements will apply to these projects.
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 Bid will remain subject to acceptance for 90 days after the Bid opening, for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the Contract.
The Authority reserves the right to reject any or all bids or to waive any informality in bids received.
“This project is being financed (in part) by a grant from the Commonwealth of Pennsylvania, Commonwealth Financing Agency “
|
|
|
More Information |
LATROBE MUNICIPAL AUTHORITY EAST BRANCH SEWER REALIGNMENT CONTRACT 3/2025
PUBLIC ADVERTISEMENT
Separate and sealed proposals will be received by the Latrobe Municipal Authority, at the Authority Office, P.O. Box 88, Rt. 217, Latrobe, PA, 15650 until 10:00 a.m., prevailing time, on May 16, 2025 at which time they will be opened and publicly read for the following projects:
Toner Street CSO Improvements - General/Mechanical - Contract 1/2025
Toner Street CSO Improvements - Electrical – Contract 2/2025
East Branch Sewer Realignment - Contract 3/2025
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 of $300.00 for Contract 1/2025, $200.00 for Contract 2/2025 and $200.00 for Contract 3/2025, for each set of Bid Documents. No refund will be made for 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 Latrobe Municipal Authority.
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).
Pennsylvania Prevailing Wage Requirements will apply to these projects.
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 Bid will remain subject to acceptance for 90 days after the Bid opening, for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the Contract.
The Authority reserves the right to reject any or all bids or to waive any informality in bids received.
“This project is being financed (in part) by a grant from the Commonwealth of Pennsylvania, Commonwealth Financing Agency “
|
|
|
More Information |
FAYETTE COUNTY COMMISSIONERS DUNLAP PARK LAKE TRAIL DEVELOPMENT CONTRACT 1/2025
Sealed bids will be received in the Office of the Controller, Fayette County Courthouse located at 61 East Main Street, Uniontown, PA 15401 until 3 P.M. on Thursday, May 8th, 2025, and then publicly
opened at that time for the following project: Dunlap Creek Park – Lake Trail Development Project –Contract 1/2025.
The Fayette County Commissioners are requesting bids for the Dunlap Park Lake Trail Development Project located in Menallen Township, Fayette County. The work for this project will consist of the
construction of the internal loop trail, ADA access, landscaping, project signage and other related site improvements. This project is being funded in whole or in part by the Department of Conservation and Natural Resources.
Copies of the CONTRACT DOCUMENTS may be obtained at the office of Gibson-Thomas Engineering Co., Inc. located at 1004 Ligonier Street, 5th Floor, Latrobe, PA 15650 between the hours of 8:00a.m. and 4:00 p.m. upon payment of a non-refundable fee of $150.00 for each set of Bid Documents. Addenda, if any, will be issued to only those persons whose name and address are on record as having obtained Contract Documents. A fee of $640.00 ($2.50 per page) will be charged to Contractors wishing to purchase hard copies of the project plans.
Bids must be accompanied by a certified check or bid bond in the amount of 10% of the bid, made payable to the Fayette County Commissioners. All bids submitted pursuant to this advertisement must be SEALED and clearly marked on the outside of the envelopes as follows: Dunlap Creek Park – Lake Trail Development Project - Contract 1/2025 - Bid No. 25-05.
A mandatory pre-bid meeting for all bidders will be held at Dunlap Creek Park, Menallen Township on April 30th, 2025 at 10:00 a.m. Bidders are asked to meet at the pavilion parking lot off of Krulock
Road. The Engineer will provide responses at Pre-bid meeting to bidder’s questions received up to two (2) business days prior to the meeting.
Attention is directed to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project; that the Contractor must ensure that
employees and applicants for employment are not discriminated against because of their race, color, religion, sex, national origin or handicap; that a mandatory ratio of apprentices and trainees to
journeymen is required in each craft and that the Contractor (and any subcontractor) is obliged to make a “diligent effort” to achieve these ratios.
The contractor is advised that the Pennsylvania Prevailing Wage requirements apply to the project as determined by the Secretary of the Department of Labor Industry.
Submit One (1) original and (5) copies of the completed bid forms as well as the other information required to the office of the County Controller, Courthouse, 61 East Main Street, Uniontown, Pennsylvania 15401. The Fayette County Commissioners reserve the right to reject any or all bids, totally or in part, or to waive any informalities in the biddings. Bids may be held by Fayette County for a period of sixty (60) days from the date of opening of bids for the purpose of reviewing bids and investigating the qualifications of bidders prior
to awarding the Contract.
Fayette County is an Equal Opportunity Employer and does not discriminate because of race, color, religious creed, handicap, ancestry, national origin, age or sex.
|
|
|
More Information |