Similar Projects
SR 1001 over Tributary to Susquehanna River
Demolition, New Construction, Infrastructure
Conception
$675,000 CJ est. value
Scott, PA 17815

US 22/322 PM
Infrastructure
Conception
$2,850,000 CJ est. value
West Hanover, PA 17112

SR 4057 over Brush Run
Infrastructure
Design
$1,432,216 CJ est. value
Blaine Township, PA 15312

PA 18 over Chartiers Creek-2
Demolition, New Construction, Infrastructure
Design
$2,130,818 CJ est. value
Washington, PA 15301

SR 4022 ov Br Buffalo Ck
Demolition, New Construction, Infrastructure
Bidding
$2,500,000 CJ est. value
Washington, PA 15301

SR 1016 Over Bridge Mingo Ck
Demolition, New Construction, Infrastructure
Bidding
$2,500,000 CJ est. value
Washington, PA 15301

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

22 Mawhinney Road Site Clean-Up
Infrastructure
Post-Bid
Cecil, PA 15321

Water Meter Pit Repairs and Emergency Generator Fuel Tank Replacement
Infrastructure, Alteration
Results
Washington, PA 15301

Locust/Market/Melon 2" Waterline Replacement
Infrastructure
Results
Charleroi, PA

Abandoned Mine Reclamation (AMR) Monongahela South No. 1 - Phase 2
Infrastructure
Construction
$493,352 CJ est. value
Monongahela, PA 15063

REBID - GENERAL TRADES AND PLUMBING CONTRACTS - NORTH FRANKLIN TOWNSHIP - PROPOSED MUNICIPAL BUILDING
New Construction, Infrastructure
Construction
$3,078,200 CJ est. value
Washington, PA 15301

Field 5 Turf Replacement - Peters Township
Renovation, Infrastructure
Conception
$1,000,000 CJ est. value
Venetia, PA 15367

PA 88 NB Charleroi CMAQ
Infrastructure
Design
$4,784,320 CJ est. value
Finleyville, PA 15332

Windcrest Storm Sewer Project
Infrastructure
Bidding
$400,000 CJ est. value
Cecil Township, PA 15057

Last Updated 03/24/2023 02:14 PM
Project Title

Phase I Water System Improvement Project Groundwater Source Development Contract No. 1: Waterlines

Physical Address View project details and contacts
City, State (County) Peters Township, PA 15317   (Washington County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Sewage Treatment Plant, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $2,640,951 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

As of March 24, 2023, project was awarded to Guyer Brothers, Inc., awarded amount is $2,640,950.68. For Phase 1 Water System Improvement Project Groundwater Source Development Contract No. 1: Waterline Work The project consists of installation of approximately 1 5,000 LF of raw water transmission lines and all associated appurtenances. Bidders are advised that this project is being financed by the Pennsylvania Infrastructure Investment Authority (PENNVEST). The attention of the Bidders is also directed to the Disadvantaged Business Enterprise (DBE) and the Super Cross Cutter Requirements for Construction Projects funded under the PennVEST Clean Water and Drinking Water State Revolving Fund loan programs. Bidders must submit DBE contact and commitment documentation with the Bid. Funding for this project originates from USEPA financial assistance dollars. Therefore, all contractors must 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. Notice is given that not less than the minimum wage rates set forth in the Contract Documents must be paid to employees on this project in accordance with the US Department of Labor Davis-Bacon Wage Rates. The project must comply with the Pennsylvania Steel Products Procurement Act and American Iron and Steel (AIS) Act as amended, Build America, Buy America Requirements and Infrastructure Investment and Jobs Act. The Contractor is subject to the provisions of the Pennsylvania Steel Products Procurement Act of 1978, P.L. 6, as amended as well as American Iron and Steel Requirements as amended. The Act and amendments require that the Contractor use or furnish only steel products (as defined in the Act and amendments) which have been produced in the United States. Each bid must be accompanied by a Certified or Bank Check; or Bid Bond naming as payee or obligee (as applicable), the Bear Valley Franklin County Pennsylvania Joint Authority, in the amount of five percent (5%) of the total amount of the bid as security for proper execution of the Agreement and submitting other documents as required by the Bidding Documents. No bids may be withdrawn, except when the Bidder(s) comply with the withdrawal requirements of Act No. 4 of the General Assembly of Pennsylvania, Senate Bill 793, Printers No. 1655, as amended. The Successful Bidder will be required to execute the Agreement and to furnish a performance and payment bonds, each of said bonds to be in the amount of one hundred percent (100%) of the Contract Price, all in the respective forms provided in the Bidding Documents. The Contractor also will be required to furnish evidence of insurance coverage as required by the Bidding Documents. All bonds shall be executed by sureties named in "Circular 570 - Companies Holding Certificates of Authority as Acceptable Sureties in Federal Bonds and as Acceptable Reinsuring Companies" (current publication) by the Audit Staff, Bureau of Government Financial Operations, U.S. Treasury Department. Bear Valley Joint Authority reserves the right to reject any or all bids or parts thereof or items therein, to waive any defects or irregularities in the Bids, and to accept any Bid which, in its judgment, is for its best interest. Bids shall remain open for a period of sixty (60) days from the date of Bid opening unless award is delayed by a required approval from a governmental agency, the sale of bonds, or the award of a grant or grants, in which event the Bids shall remain open for a period of one hundred twenty (120) days from the date of Bid opening Site Visit: Owner will not have any obligation to grant such access if doing so is not practical because of existing operations, security or safety concerns, or restraints on Owner's authority regarding the Site.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Emergency Aid Specialties, Fire Protection Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents