Similar Projects
SR 1011 over Fowler Run Box
Infrastructure
Conception
$881,270 CJ est. value
Eldred, PA 16731

SR 1011 over Fowler Run Box
Infrastructure
Conception
$881,270 CJ est. value
Eldred, PA 16731

Southwest of Euclid Bridge
Demolition, New Construction, Infrastructure
Design
$1,961,171 CJ est. value
Franklin Township, PA 16001

Southwest of Euclid Bridge
Demolition, New Construction, Infrastructure
Design
$1,961,171 CJ est. value
Franklin Township, PA 16001

Request for Qualifications for Engineering, Planning and Development Projects
New Construction
Post-Bid

Veterans Square Streetscape Improvement Project
Infrastructure
Post-Bid
Bradford, PA 16701

Mount Jewett Route 6 Enhancements
Infrastructure
Results
$500,000 to $999,999 est. value
PA

Resurfacing/Overlays
Infrastructure
Results
$5,000,000 to $7,499,999 est. value
PA

Gates Hollow
Infrastructure, Renovation
Conception
$2,257,417 CJ est. value
Bradford, PA 16701

SR 1003 - Brady Twp Line to SR 1001
Infrastructure
Design
$2,899,132 CJ est. value
Henderson Township, PA 16652

23 WHM SGL 211 Railroad Grade Road Phase 1
Infrastructure
Post-Bid

Bradford Bypass
Renovation, Infrastructure
Results
$5,000,000 to $7,499,999 est. value
Bradford, PA 16701

Foster Brook Box
Infrastructure, Renovation
Conception
$974,053 CJ est. value
Bradford, PA 16701

Alleghenyville Road (SR 3024) over I-176
Infrastructure
Design
$4,171,810 CJ est. value
Brecknock Township, PA 19540

Milling of Bituminous Paving Notch
Infrastructure
Post-Bid
Turtlepoint, PA

Last Updated 04/27/2023 11:33 PM
Project Title

Reconstruct Parking Lot

Physical Address View project details and contacts
City, State (County) Lewis Run, PA 16738   (McKean County)
Category(s) Heavy and Highway, Transportation
Sub-Category(s) Airline/Passenger Terminal, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development
Contracting Method Competitive Bids
Project Status Results, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value $101,371 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

Questions regarding the technical aspects of the bid drawings and/or the contract documents should be directed to the Project Engineer. The Project Engineer is Nick Barber and can be contacted by email or phone at NBarber@mjinc.com or 814-594-0240. Bids shall be on the prescribed forms furnished by the Bradford Regional Airport Authority and shall be in accordance with the General Provisions, Proposal Requirements and Conditions Section 20. The Bradford Regional Airport Authority expressly reserves the right to accept or reject any or all bids or to waive informalities in the same. Each bidder must deposit with this proposal a guarantee in an amount equal to at least ten percent (10%) of his bid. The "Bid Guarantee" shall consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. No bidder may withdraw his bid within one hundred twenty (120) days after the actual date of the opening thereof. Work shall be commenced within ten (10) days of the date specified in the written notification to proceed and shall be fully and finally completed within 30 Calendar days of the date specified in the written notification to proceed. The Bradford Regional Airport Authority hereby notifies that it will affirmatively ensure compliance with the regulations relative to nondiscrimination in Federally assisted programs of the Department of Transportation, title 49, Code of Federal Regulations, Part 26 (as they may be amended from time to time). In accordance with 49 CFR Part 26, a DBE Goal for this contract is set at 5.4%. Bidders are encouraged to seek and obtain DBE participation. All DBE firms used to meet this goal must be certified by the PA UCP. Certification as a DBE by the PA UCP is separate and distinct from other certification programs. The only source that should be used for verification of current eligibility of a DBE firm is the PA UCP website. Physical certification letters and/or expiration dates should not be requested from DBE firms. All bidders are requested to submit a list of all firms that provide them quotes with the following information: a) Name of firm b) Address and telephone number of firm c) DBE status/category (if any) d) Age of firm e) Approximate annual gross receipts of business f) Type of work g) Dollar amount of work quoted The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a) is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b) has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c) has not procured any product not subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. All bidders must comply with the Antibid Rigging Act and shall sign an affidavit as contained in the specifications. Successful bidder must enter into the Agreement and furnish a Contract bond and evidence of required insurance within fifteen (15) days after the notification of acceptance of such proposal, all as more specifically required in the Contract Documents. Wages as predetermined by the U.S. Secretary of Labor included in specifications and contract documents and/or addenda thereto shall be used by the contractor in paying labor in connection with the work under this contract. All work under this contract shall be under and subject to the regulations contained in Section R of the Contract Documents. 3-42-0008-0XX-2023

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Packaged Generator Assemblies, Engine Generators, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Tactile Warning Surfacing, Fences and Gates.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 41 - Material Processing and Handling Equipment, Conveyors.

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