Bids and Proposals 5-6-15

Washington County
Housing Authority
Request for Bid
Workers Compensation
Insurance
Due:  July 6, 2015
Sealed bids will be received at the Central Office of the Washington County Housing Authority, 100 S. Franklin St., Crumrine Tower, Washington, PA  15301, until 2:00 P.M., Monday, July 6, 2015 at which time bids will be opened.  For specifications and bid information, contact Christy Kemp, (724) 228-6060 Ext. 128 or christyk@wchapa.org
The Authority reserves the right to waive any informalities and reject any and all bids.
Stephen K. Hall
Executive Director
 
 
PORT AUTHORITY OF
ALLEGHENY COUNTY
Electronic Proposals will be received online at the Port Authority of Allegheny County’s Ebusiness website (https://ebusiness.portauthority.org).
Submission date for all of the proposals will be until 11:00 AM on May 29, 2015 and read at 11:15 AM., the same day, in Port Authority’s Public Meeting Room, 345 Sixth Avenue, Third Floor, Pittsburgh, Pennsylvania 15222-2527, for the following:
Electronic Proposal – Ebusiness website (https://ebusiness.portauthority.org)
B14-03-19ARR Reman/­Exchange/
­­New Turbochargers – Cummins Engines
B14-12-115AR Elevator & Escalator Inspection Services
B15-01-07 City Service Truck
B15-01-08A CRP – EGR Cooler
B15-01-13 Police Utility Vehicle
B15-04-21A Refresh Kits for ESS
B15-04-25 Cummins Engines
B15-04-28A Pantograph Assemblies
Paper Proposal – Documents are available for the following item at Port Authority’s Main Offices
345 Sixth Avenue, Third Floor, Pittsburgh Pennsylvania 15222-2527
B15-01-06A Solid Waste Removal Services
No bidder may withdraw a submitted Proposal for a period of 75 days after the scheduled time for opening of the sealed bids.
A Pre-Bid Conference will be held on each of the above items at 9:00AM, May 14, 2015 in the Port Authority’s Board Room at 345 Sixth Avenue, Pittsburgh, PA. Attendance at this meeting is not mandatory, but is strongly encouraged. Questions regarding any of the above bids will not be entertained by the Port Authority within 48 hours of the scheduled bid opening.
These contracts may be subject to a financial assistance contract between Port Authority of Allegheny County and the United States Department of Transportation. The Contractor will be required to comply with all applicable Equal Employment Opportunity laws and regulations.
Contractor is responsible for expenses related to acquiring a performance bond and insurance where applicable. All items are to be FOB delivered unless otherwise specified.  Costs for delivery, bond, and insurance shall be included in bidder’s proposal pricing.
Port Authority of Allegheny County hereby notifies all bidders that it will affirmatively insure that in regard to any contract entered into pursuant to this advertisement, disadvantaged business enterprise will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
The Board of Port Authority reserves the right to reject any or all bids.
 
 
REQUEST FOR
QUALIFICATIONS
On behalf of the Pittsburgh Penguins, Jones Lang LaSalle and the Dunham reGroup are pleased to present this opportunity to plan and develop a multi-family residential mixed-income project of up to 250 units on the former Civic Arena site located in Pittsburgh’s Lower Hill District.  The project will be one component of a larger mixed-use development on 28 acres, located adjacent to the CONSOL Energy Center, home of the Pittsburgh Penguins.
The Request for Qualifications along with the Preliminary Land Development Plan (PLDP), Zoning Amendment Text and the Community Collaboration and Implementation Plan (CCIP) may be downloaded on the project website – www.civicarenaredevelopment.com on the home page under “Recent Updates”.
A pre-bid conference has been set for May 19, 2015 and the closing date for responses to the RFQ is June 12, 2015.  Further details on the project and timetables are provided in the RFQ and on the project website www.civicarenaredevelopment.com.
All questions regarding the development opportunity, RFQ, process and such should be submitted in writing to the Project Manager, Craig Dunham at craig@dunhamregroup.com.
 
 
DOCUMENT 00030-AA
ADVERTISEMENT
ANNOUNCEMENT
ALLEGHENY COUNTY
AIRPORT AUTHORITY
Pittsburgh, Pennsylvania
Separate and sealed Proposals will be received at the Office of the Senior Manager of Procurement, Allegheny County Airport Authority, Department of Procurement, Pittsburgh International Airport, Landside Terminal, 4th Floor Mezz, P.O. Box 12370, Pittsburgh, PA 15231-0370 until 1:00 P.M. prevailing local time, JUNE 3, 2015, and bids will be publicly opened and read by the Airport Authority in Conference Room A, Pittsburgh International Airport, Landside Terminal, 4th Floor Mezz, P.O. Box 12370, Pittsburgh, PA  15231-0370, one half hour later, for the following:
ALLEGHENY COUNTY
AIRPORT AUTHORITY
PROJECT NUMBER 33E1-15
ARFF ‘E’ PUBLIC ADDRESS
REPLACEMENT
AT
PITTSBURGH INTERNATIONAL AIRPORT
A pre-bid conference will be held in Conference Room C, Fourth Floor, in the Landside Building, Pittsburgh International Airport, at 10:00 a.m., on MAY 13, 2015.
Attention is called to the fact that not less than the minimum salaries and wages, as determined by the Pennsylvania Department of Labor and Industry, must be paid on these projects.
Proposals must be made on the Authority’s form and in accordance with the Plans and Specifications and the “Instructions to Bidders”’.
The non-refundable charge for the Bid Documents and a Disk containing the Plans and Specifications is $150.00; mailing can be arranged for an additional $75.00 charge.
This project has DBE participation goals; DBE firms must be certified with the Pennsylvania Unified Certification Program) (PA UCP). Firms must be certified prior to award of contract.  A searchable database of DBE firms can be found on the PA UCP web site: https://www.paucp.com
The Airport Authority reserves the right to reject any and all bids or waive any informalities in the bidding.
No bidder may withdraw his bid for a period of sixty [60] days after the scheduled closing time for receipt of bids.
To view a complete advertisement, which is also included in the bidding documents visit www.flypittsburgh.com under doing business with us – business opportunities or call 412-472-3543 or 412-473-3779.
Christina A. Cassotis
Chief Executive Officer
ALLEGHENY COUNTY
AIRPORT AUTHORITY
 
 
ALLEGHENY COUNTY,
PENNSYLVANIA
April 24, 2015
The Office of the County Controller of Allegheny County, Room 104, Court House, Pittsburgh, PA, will receive separate and sealed Bids until 11:00 A.M. prevailing local time, WEDNESDAY, May 20, 2015, and a representative of the Department of Public Works will open and read the Bids in the Gold Room, Room 410, Court House, Pittsburgh, PA, onehalf hour later, 11:30 o’clock A.M., for the following:
DEPARTMENT OF
PUBLIC WORKS
Campbells Run Road Embankment Stabilization Project,
Township of Robinson
COUNTY PROJECT NO.  6072-0403
PREBID INFORMATION: Purchase and/or view the Proposal, Specifications and Drawings at the Office of the Contract Manager, Room 504, County Office Building, Pittsburgh, PA.  The nonrefundable charge for the Proposal and disc containing the Specifications and Drawings is
$ 107.00 including sales tax. Bid documents may be mailed for an additional fee of $16.05 including sales tax. The Contract Manager will accept only check or money order to the “COUNTY OF ALLEGHENY.”
The Department of Public Works will hold a PreBid Meeting on May 7, 2015 at 1:30 P.M. in Room 505 County Office Building.
Details of this project, Bidding Requirements and Contract Conditions are available on the Allegheny County internet website (www.alleghenycounty.us; click on “Departments,” click on “Public Works” then click on “Bids & Proposals)” and are also available on the Pennsylvania Purchasing Group/­PAPG website (www.PAbidsystem.com; click on “bid opportunities;” then click on “Allegheny County-Dept. of Public Works-open documents” – then register if necessary).
Chelsa Wagner
Controller
County of Allegheny
 
 
ALLEGHENY COUNTY,
PENNSYLVANIA
May 1, 2015
The Office of the County Controller of Allegheny County, Room 104, Court House, Pittsburgh, PA, will receive separate and sealed Bids until 11:00 A.M. prevailing local time, WEDNESDAY, May 20, 2015, and a representative of the Department of Public Works will open and read the Bids in the Gold Room, Room 410, Court House, Pittsburgh, PA, onehalf hour later, 11:30 o’clock A.M., for the following:
DEPARTMENT OF
PUBLIC WORKS
2015 Capital Roads
Reconstruction Program,
various roadways and various municipalities
COUNTY PROJECT NO. 7A00-1501
PREBID INFORMATION: Purchase and/or view the Proposal, Specifications and Drawings at the Office of the Contract Manager, Room 504, County Office Building, Pittsburgh, PA. The nonrefundable charge for the Proposal and disc containing the Specifications and Drawings is
$ 107.00 including sales tax. Bid documents may be mailed for an additional fee of $16.05 including sales tax. The Contract Manager will accept only check or money order to the “COUNTY OF ALLEGHENY.”
The Department of Public Works will hold a PreBid Meeting on May 7, 2015 at 2:00 P.M. in Room 505 County Office Building.
Details of this project, Bidding Requirements and Contract Conditions are available on the Allegheny County internet website (www.alleghenycounty.us; click on “Departments,” click on “Public Works” then click on “Bids & Proposals)” and are also available on the Pennsylvania Purchasing Group/PAPG website (www.PAbidsystem.com; click on “bid opportunities;” then click on “Allegheny County-Dept. of Public Works-open documents” – then register if necessary).
Chelsa Wagner
Controller
County of Allegheny
 
 
BID
REDEVELOPMENT AUTHORITY OF ALLEGHENY COUNTY (RAAC) will receive Sealed Bids for the CARRIE FURNACE REDEVELOPMENT PROJECT – EASTERN PHASE 1 & 2 MAINTENANCE located in the Borough of Rankin, Allegheny County, PA, until 2:00 p.m. (prevailing time as determined by the RAAC date and time stamp clock) on May 21, 2015 at their office at One Chatham Center, Suite 900; 112 Washington Place, Pittsburgh, PA 15219 and will be immediately opened, read aloud and recorded.
Work generally consists of the following:
•Mobilization & Demobilization
•Modifying an Existing Stormwater Basin
•Televising and Cleaning an Existing Storm Sewer
•Site restoration
•Work indicated on the project drawings.
For a non-refundable fee of Twenty Five Dollars ($25.00), Bidders can obtain one (1) electronic (CD) complete set of the Contract Documents for the CARRIE FURNACE REDEVELOPMENT PROJECT – EASTERN PHASE 1 & 2 MAINTENANCE. Electronic copies of the documents will be made available to interested Bidders starting May 6, 2015 at the offices of:
GAI Consultants, Inc.
385 East Waterfront Drive
Homestead, PA 15120
Contract Documents will not be mailed. There will be no exceptions. NOTE: No cash can be accepted for the bid document deposit. Checks or money orders are to be made payable to GAI Consultants, Inc. Questions shall be submitted in writing via email to GAI Consultants, Inc. to the attention of: John Coyne, PE (j.coyne@gaiconsultants.com). QUESTIONS WILL NOT BE RESPONDED TO AFTER 4:00 P.M. ON May 15, 2015.
Contract documents, including drawings and specifications, will be on file and available for viewing (hard copy or digital depending on location) only during normal business hours, at the following office locations/websites:
1693982829.
1. GAI Consultants, Inc. (Hard Copy)
c/o John Coyne, PE
385 East Waterfront Drive
Homestead, PA 15120-5005
(412) 476-2000
2. Redevelopment Authority of Allegheny County (Hard Copy)
c/o Erin Deasy
One Chatham Center, Suite 900
112 Washington Place, Pittsburgh, PA  15219
(412) 350-3586
3. McGraw-Hill Construction Dodge (Digital)
600 Waterfront Drive, Suite 200
Washington’s Landing
Pittsburgh, PA 15222
(412) 330-2230
https://construction.com/ProjectCenter/
4. Pittsburgh Builders Exchange (Digital)
1813 N Franklin Street
Pittsburgh PA 15233
412-922-4200 ph.
www.pghbx.org
An optional Pre-Bid Meeting is scheduled for 2:00 p.m. on Tuesday, May 12, 2015 at the offices of GAI Consultants, 385 East Waterfront Drive, Homestead, PA 15120. Persons planning to attend the pre-bid meeting are requested to contact Mark van de Venne at GAI Consultants, Inc. via email at: m.vandevenne@gaiconsultants.com.
A certified check or bank draft, payable to the order of the Redevelopment Authority of Allegheny County, negotiable U.S. Government bonds, or a satisfactory bid bond executed by the Bidder and an acceptable surety authorized to do business in the Commonwealth of Pennsylvania, in an amount equal to ten percent (10%) of the total amount bid shall be submitted with each bid.
The successful Bidder will be required to furnish a certificate of insurance prior to award of the Contract. The Contractor awarded the Work shall provide construction maintenance securities as outlined in the Supplemental General Conditions of the contract documents.
Notice is hereby given that the successful Bidders shall comply with the following:
1. Compliance is required with the Davis-Bacon Act and other Federal Labor Standard Provisions; Title VI and other applicable provisions of the Civil Rights Act of 1964; the Department of Labor Equal Opportunity Clause (41 CFR 60 – 1.4); Section 109 of the Housing and Community Development Act of 1974; Executive Order 11625 (Utilization of Minority Business Enterprise); Executive Order 12138 (Utilization of Female Business Enterprise); in compliance with Section 504 of the Rehabilitation Act of 1973 and the Americans with Disabilities Act of 1990; the Allegheny County MBE/WBE Program enacted July, 1981, which sets forth goals of 13 percent Minority and 2 percent Female Business Enterprise; and the Allegheny County Ordinance #6867-12, setting forth goals of 5 percent Veteran-Owned Small Businesses.
2. Moreover, compliance is required by the prime contractor and all subcontractors with the document entitled Federal General Conditions that is included with the bid materials furnished, these Federal General Conditions to be incorporated by reference into all construction contracts between operating agency and contractor, contractor and subcontractor(s), and subcontractor(s) and lower tiered subcontractor(s).
3. Contractor agrees to strictly comply with all applicable federal and state statutes and regulations and agrees to minimize pollution.
4. The Contractor agrees to comply with nondiscrimination/sexual harassment provisions and will include such provisions in all contracts and subcontracts.
5. Contractor must ensure that no contractor or subcontractor is currently under suspension or debarment by the Commonwealth, any state or the federal government.
6. Contractor must actively recruit minority and women’s subcontractors or subcontractors with substantial minority representation among their employees.
7. Contractor and its subcontractors shall furnish progress reports, status reports, project account statements, certificates, approvals, etc.
The RAAC reserves the right to reject any or all bids, to waive any informalities in the bidding, or to advertise for new proposals, if in the judgment of the RAAC, it is in their best interest.
No bidder may withdraw a bid within ninety (90) days after the actual date of opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period; the time may be extended by mutual agreement between the RAAC and the Bidder.
Allegheny County Department of Economic Development
Robert D. Hurley, Director
 
 
HOUSING AUTHORITY OF THE CITY OF PITTSBURGH
INVITATION FOR BIDS (IFB) FOR
SEWER AND CATCH BASIN MAINTENANCE AUTHORITY WIDE REBID
IFB#300-08-15 Rebid
The Housing Authority of the City of Pittsburgh (HACP) hereby request proposals from qualified Firms or Individuals capable of providing the following service(s):
SEWER AND CATCH BASIN MAINTENANCE AUTHORITY WIDE REBID
IFB#300-08-15 Rebid
The documents will be available no later than May 4, 2015 and signed, sealed bids will be accepted until 10:00 A.M., May 29, 2015 at which time they will be Time and Date Stamped at 100 Ross Street 2nd Floor, Suite 200, Pittsburgh, PA  15219, at which time they will be opened and read aloud.
Parties or individuals interested in responding may download a copy of the Invitation for Bid from the Business Opportunities page of www.HACP.org.
Questions or inquires should be directed to:
Kim Detrick
Housing Authority of the City of Pittsburgh
Procurement Department
100 Ross Street
2nd Floor, Suite 200
Pittsburgh, PA  15219
412-456-5116 Opt 1
A pre bid meeting will be held:
Housing Authority of the City of Pittsburgh
Procurement Dept.
100 Ross Street 2nd. Fl. Ste. 200
Pittsburgh, PA  15213
Thursday, May 14, 2015
10:00 A.M.
The Housing Authority of the City of Pittsburgh strongly encourages certified minority business enterprises and women business enterprises to respond to this solicitation.
HACP’s has revised their website.  As part of those revisions, vendors must now register and log-in, in order to view and download IFB/RFPs documentation.
Caster D. Binion, Executive Director
Housing Authority of the City of Pittsburgh
HACP conducts business in accordance with all federal, state, and local civil rights laws, including but not limited to Title VII, the Fair Housing Act, Section 504 of the Rehabilitation Act of 1973, the Americans with Disabilities Act, The PA Human Relations Act, etc. and does not discriminate against any individuals protected by these statutes.
 
 
INVITATION FOR BIDS
The Washington County Housing Authority will receive separate sealed bids for one General Prime Contract with the Authority for Roof Replacement, Frederick Terrace, PA 17-03, Crawford at Lawrence Street, Fredericktown, PA.
A certified check or bank draft, payable to the Washington County Housing Authority, U.S. Government Bonds, or a satisfactory Bid Bond executed by the bidder and acceptable sureties in the amount equal to ten percent (10%) of the bid shall be submitted with each bid.
Bids will be received no later than 10:00 A.M. prevailing time, Tuesday, June 9, 2015 at the Washington County Housing Authority, 100 Crumrine Tower, Franklin St., Washington, PA. (TDD #724-228-6083 & Telephone: 724-228-6060).  At that time the bids will be publicly opened and read aloud. Bids will be held by the Housing Authority for a period of not to exceed 60 days prior to contract award.
A non-mandatory Pre-Bid Meeting will be held in the Community Room at Frederick Terrace on Wednesday, May 27, 2015 at 10:00 A.M. prevailing time.
Proposal forms and a complete set of bid Construction Documents may be obtained by submitting a written request to or personally visiting the offices of Washington County Housing Authority, 100 Crumrine Tower, Franklin Street, Washington, PA  15301. If overnight shipping is specifically requested, an additional non-refundable fee of $30.00 is required.  Plans and specifications are also on file at:
Builders Exchange of PIT
1813 N. Franklin St., Pittsburgh, PA. 15233
Ph:  412-922-4200   Fx:  412-928-9406
or on-line at McGraw-Hill Construction Dodge  www.dodge.construction.com
The work to be performed under this contract is a Section 3 Project under provisions of the Housing & Urban Development Act of 1968, as amended, and must, to the greatest extent feasible, provide opportunities for training and employment for lower-income residents of the project and contracts for work in connection with the project be awarded to business concerns which are located in, or owned by, Washington County residents.  Particular attention is directed to requirements of Executive Order 11246, 11625 and 12138, as well as Section 3 requirements, as set forth in the Specifications.
The Washington County Housing Authority reserves the right to reject any or all bids or waive any informalities in the bidding.
STEPHEN K. HALL
EXECUTIVE DIRECTOR
 
 
CONTRACT DOCUMENTS
Section 00 11 16 –
INVITATION TO BID
REDEVELOPMENT AUTHORITY OF ALLEGHENY COUNTY (RAAC) will receive Sealed Bids for the WILKINSBURG TRAIN STATION – IVY REMOVAL located in the Borough of Wilkinsburg, Allegheny County, PA, until 2:30 p.m. (prevailing time as determined by the RAAC date and time stamp clock) on May 21, 2015 at their office at One Chatham Center, Suite 900; 112 Washington Place, Pittsburgh, PA 15219 and will be immediately opened, read aloud and recorded.
Work generally consists of the following:
•Mobilization & Demobilization
•Removal of Ivy
•Work indicated on the project specifications.
For a non-refundable fee of Twenty Five Dollars ($25.00), Bidders can obtain one (1) electronic (CD) complete set of the Contract Documents for the WILKINSBURG TRAIN STATION – IVY REMOVAL. Electronic copies of the documents will be made available to interested Bidders starting May 6, 2015 at the offices of:
GAI Consultants, Inc.
385 East Waterfront Drive
Homestead, PA 15120
Contract Documents will not be mailed. There will be no exceptions. NOTE: No cash can be accepted for the bid document deposit. Checks or money orders are to be made payable to GAI Consultants, Inc. Questions shall be submitted in writing via email to GAI Consultants, Inc. to the attention of: John Coyne, PE (j.coyne@gaiconsultants.com). QUESTIONS WILL NOT BE RESPONDED TO AFTER 4:00 P.M. ON MAY 18, 2015.
Contract documents, including drawings and specifications, will be on file and available for viewing (hard copy or digital depending on location) only during normal business hours, at the following office locations/websites:
1. GAI Consultants, Inc. (Hard Copy)
c/o John Coyne, PE
385 East Waterfront Drive
Homestead, PA 15120-5005
(412) 476-2000
2. Redevelopment Authority of Allegheny County (Hard Copy)
c/o Erin Deasy
One Chatham Center, Suite 900
112 Washington Place, Pittsburgh, PA  15219
(412) 350-3586
3. McGraw-Hill Construction Dodge (Digital)
600 Waterfront Drive, Suite 200
Washington’s Landing
Pittsburgh, PA 15222
(412) 330-2230
https://construction.com/ProjectCenter/
4. Pittsburgh Builders Exchange (Digital)
1813 N Franklin Street
Pittsburgh PA 15233
412-922-4200 ph.
www.pghbx.org
A mandatory Pre-Bid Meeting is scheduled for 10:00 AM on Thursday, May 14, 2015 at the project site. The project site is located in Wilkinsburg, PA 15221 and is bounded on the North by Sawyer Way, on the East by Hay Street, and on the South and West by the MLK, Jr Busway. Persons attending the pre-bid meeting are requested to contact Mark van de Venne at GAI Consultants, Inc. via email at: m.vandevenne@gaiconsultants.com.
A certified check or bank draft, payable to the order of the Redevelopment Authority of Allegheny County, negotiable U.S. Government bonds, or a satisfactory bid bond executed by the Bidder and an acceptable surety authorized to do business in the Commonwealth of Pennsylvania, in an amount equal to ten percent (10%) of the total amount bid shall be submitted with each bid.
The successful Bidder will be required to furnish a certificate of insurance prior to award of the Contract. The Contractor awarded the Work shall provide construction maintenance securities as outlined in the Supplemental General Conditions of the contract documents.
Notice is hereby given that the successful Bidders shall comply with the following:
1. Compliance is required with the Davis-Bacon Act and other Federal Labor Standard Provisions; Title VI and other applicable provisions of the Civil Rights Act of 1964; the Department of Labor Equal Opportunity Clause (41 CFR 60 – 1.4); Section 109 of the Housing and Community Development Act of 1974; Executive Order 11625 (Utilization of Minority Business Enterprise); Executive Order 12138 (Utilization of Female Business Enterprise); in compliance with Section 504 of the Rehabilitation Act of 1973 and the Americans with Disabilities Act of 1990; the Allegheny County MBE/WBE Program enacted July, 1981, which sets forth goals of 13 percent Minority and 2 percent Female Business Enterprise; and the Allegheny County Ordinance #6867-12, setting forth goals of 5 percent Veteran-Owned Small Businesses.
2. Moreover, compliance is required by the prime contractor and all subcontractors with the document entitled Federal General Conditions that is included with the bid materials furnished, these Federal General Conditions to be incorporated by reference into all construction contracts between operating agency and contractor, contractor and subcontractor(s), and subcontractor(s) and lower tiered subcontractor(s).
3. Contractor agrees to strictly comply with all applicable federal and state statutes and regulations and agrees to minimize pollution.
4. The Contractor agrees to comply with nondiscrimination/sexual harassment provisions and will include such provisions in all contracts and subcontracts.
5. Contractor must ensure that no contractor or subcontractor is currently under suspension or debarment by the Commonwealth, any state or the federal government.
6. Contractor must actively recruit minority and women’s subcontractors or subcontractors with substantial minority representation among their employees.
7. Contractor and its subcontractors shall furnish progress reports, status reports, project account statements, certificates, approvals, etc.
The RAAC reserves the right to reject any or all bids, to waive any informalities in the bidding, or to advertise for new proposals, if in the judgment of the RAAC, it is in their best interest.
No bidder may withdraw a bid within ninety (90) days after the actual date of opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period; the time may be extended by mutual agreement between the RAAC and the Bidder.
Allegheny County Department of Economic Development
Robert D. Hurley, Director
 
 
Invitation For Bids
Sealed bids will be received for the Jade’s Dog Park Site Improvements, will be received in the office of Benjamin Holland, BUTLER COUNTY CONTROLLER, FLOOR 5, COUNTY GOVERNMENT CENTER, 124 WEST DIAMOND STREET, whose mailing address is P.O.BOX 1208, BUTLER, PA 16003, on or before 4:00pm, June 4, 2015. All Bids must be plainly marked Bid – Jade’s Dog Park Site Improvements.
All bids will be publicly opened and read at the Public Agenda Setting Meeting of the Butler County Board of Commissioners on June 8, 2015 at 9:30am, in the Commissioner Conference Room located on Floor 5 of the County Government Center, Butler, PA.
A MANDATORY Pre-Bid meeting will be held on site at 3:00PM on Monday, May 18 at the site in Alameda County Park in Butler Township. The site is located south of the swimming pool. All prospective bidders shall have a representative present at this Conference.
Bids will be received for the following projects:
Site Improvements Package A
Package A includes, but is not limited to: removals, erosion and sedimentation control, concrete paving fencing, small masonry wall, seeding and placing topsoil.
Site Improvements Package B
Package B includes, but is not limited to: bituminous paving, concrete paving, installation of bollards, construction sign and accessible parking marking/signs.
Site Utilities Package C
Package C includes, but is not limited to: extension of a water line form the pool pump house to the site, ground hydrants, installation of drinking fountains, extension of electrical service from nearby parking lot service, installation of one light pole and electrical outlets for a picnic shelter, including trenching and backfilling.
Because of the funding source, package B must be completed by September 1, 2015. The goal for completion of Packages A and C are by October 31, 2015.
A certified check or bank draft, payable to the County of Butler, negotiable U.S. Government Bond (at par value or a satisfactory bid bond) executed by the bidder and an acceptable surety, in an amount equal to at least ten percent (10%) of the total bid of this project (Base bid and all alternates), shall be submitted with each bid.
The successful bidder will be required to submit a 100% performance bond, a 100% labor and materials payment bond and a 10% maintenance bond. Should a bidder desire to submit a bid for more than one package, they can do so provided they are submitted independent of one another in separate envelopes.
Portions of this project are funded by CDBG funding. Therefore, all work is subject to the Davis-Bacon Wage Rates and federally required MBE/­WBE, Section 3, and nondiscrimination practices.
Bids must be submitted on the forms furnished herein. Bid packages are available through Accu-Copy Reprographics (724) 935-7055). Contact Accu-Copy to complete a Bid Registration Form and to submit a non-refundable deposit of $30.00. Sets can be mailed, if requested, at the bidder’s expense.
The project Landscape Architect is Pashek Associates, 619 East Ohio Street, Pittsburgh, PA 15212; fax (412) 321-9202; contact Jim Pashek. All questions must be faxed to Pashek Associates, with “Jade’s Dog Park clearly indicated on fax. No questions will be received or responded to by phone. All questions must be submitted prior to June 1, 2015, by 3:00pm. No questions will be addressed after that date and time.
A copy of the Bid Documents will be available for review at the office of the Butler County Park and Recreation Department, 184 Alameda Park Road, Butler, PA 16001, during regular business hours.
Butler County reserves the right to accept or reject any or all Bids, or any part of a Bid, and to waive informalities, and to award the Bid in the best interest of Butler County. No Bid may be withdrawn for thirty (30) days following the scheduled closing time for the receipt of Bids.
BOARD OF BUTLER COUNTY COMMISSIONERS
William L. McCarrier, Chairman
A. Dale Pinkerton
James Eckstein
Attest: Amy Wilson
Director of Administration/Chief Clerk

About Post Author

Comments

From the Web

Skip to content