REQUEST FOR BIDS
CHAR-WEST COG...
REQUEST FOR BIDS
CHAR-WEST COG...
REQUEST FOR BIDS
CHAR-WEST COG
Notice is hereby given that specifications and proposal forms are available at no cost via the PennBid Program (https://pennbid.bonfirehub.com.
PROJECTS:
A. CD 50 7.2A ADA Collier Webb Park - project includes the installation of two ADA water fountains at the existing park, including water service line connection and all necessary appurtenances and restoration.
B. CD 50 7.2C Ingram Foster Park - renovation of existing Foster Park restroom facilities, including demolition of interior walls and plumbing fixtures, exterior door replacement and installation of ADA compliant plumbing fixtures and accessories.
C. CD 50 7.2D McKees Rocks Frederick Street Stairs - project includes demolition of an existing wooden public stairs. A new segmental retaining wall and concrete stair will be installed, including aluminum railings and a chain link fence and gate.
D. CD 50 7.2E Stowe Catch Basin Replacements - project includes the replacement of several catch basins.
E. CD 50 3.10.1 North Fayette Pointe West ADA Ramps - project includes construction of four ADA curb cut ramps, crosswalk striping, concrete sidewalk replacement and all necessary restoration and appurtenances. Add Alternate for two additional ADA ramps.
F. CD 50 3.10.2 Bridgeville Station Street ADA Ramps - project includes construction of seven ADA curb cut ramps, crosswalk striping, concrete sidewalk replacement and all necessary restoration and appurtenances. Add Alternate for two additional ADA ramps.
Sealed bids will be received until 11:00 am prevailing time on Friday, May 1, 2026. Bids will be opened immediately. Bidder shall submit all questions about the meaning or intent of the bidding documents via the "Ask a question" feature in PennBid.
A Labor and Materials Payment Bond, Performance Bond and Maintenance Bond in the amount of 100% of the bid amount will be required. Certificates of Insurance in the amounts specified, as well as Certificate of Worker's Compensation; Explosion, Underground Damage and Collapse Insurance Certificate must be filed with the executed Agreement. The Char-West COG reserves the right to reject any and all bids in whole or in part, and to waive any informalities.
Bids must be accompanied by a Bid Bond or a certified check made payable, without condition, to the Char-West COG in an amount no less than 10% of the bid or a certified check in the same amount.
All recipients of funds must have a Data Universal Numbering System (DUNS) number and a CAGE CODE. Strict adherence will be required in submitting detailed status reports.
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; and 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 Business. Further, notice is hereby given that this is a Section 3 Project under the Housing and Urban Development Act of 1968, (as amended) and must to the greatest extent feasible, utilize lower income residents for employment and training opportunities and Section 3 Business concerns and all contacts and subcontracts for this project shall contain the Section 3 Clause as set forth in 24 CFR, Part 135.38. Moreover, compliance is required by the prime contactor and all subcontractors with the Federal General Conditions included in the contract documents between ACED and the operating agency. These Federal General Conditions are 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).
By order of the Board of Directors of the Char-West Council of Governments.
Tracy McKee, Executive Director
REQUEST FOR BIDS
CHAR-WEST COG
Notice is hereby given that specifications and proposal forms are available at no cost via the PennBid Program (https://pennbid.bonfirehub.com.
PROJECTS:
A. CD 50 7.2A ADA Collier Webb Park - project includes the installation of two ADA water fountains at the existing park, including water service line connection and all necessary appurtenances and restoration.
B. CD 50 7.2C Ingram Foster Park - renovation of existing Foster Park restroom facilities, including demolition of interior walls and plumbing fixtures, exterior door replacement and installation of ADA compliant plumbing fixtures and accessories.
C. CD 50 7.2D McKees Rocks Frederick Street Stairs - project includes demolition of an existing wooden public stairs. A new segmental retaining wall and concrete stair will be installed, including aluminum railings and a chain link fence and gate.
D. CD 50 7.2E Stowe Catch Basin Replacements - project includes the replacement of several catch basins.
E. CD 50 3.10.1 North Fayette Pointe West ADA Ramps - project includes construction of four ADA curb cut ramps, crosswalk striping, concrete sidewalk replacement and all necessary restoration and appurtenances. Add Alternate for two additional ADA ramps.
F. CD 50 3.10.2 Bridgeville Station Street ADA Ramps - project includes construction of seven ADA curb cut ramps, crosswalk striping, concrete sidewalk replacement and all necessary restoration and appurtenances. Add Alternate for two additional ADA ramps.
Sealed bids will be received until 11:00 am prevailing time on Friday, May 1, 2026. Bids will be opened immediately. Bidder shall submit all questions about the meaning or intent of the bidding documents via the "Ask a question" feature in PennBid.
A Labor and Materials Payment Bond, Performance Bond and Maintenance Bond in the amount of 100% of the bid amount will be required. Certificates of Insurance in the amounts specified, as well as Certificate of Worker's Compensation; Explosion, Underground Damage and Collapse Insurance Certificate must be filed with the executed Agreement. The Char-West COG reserves the right to reject any and all bids in whole or in part, and to waive any informalities.
Bids must be accompanied by a Bid Bond or a certified check made payable, without condition, to the Char-West COG in an amount no less than 10% of the bid or a certified check in the same amount.
All recipients of funds must have a Data Universal Numbering System (DUNS) number and a CAGE CODE. Strict adherence will be required in submitting detailed status reports.
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; and 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 Business. Further, notice is hereby given that this is a Section 3 Project under the Housing and Urban Development Act of 1968, (as amended) and must to the greatest extent feasible, utilize lower income residents for employment and training opportunities and Section 3 Business concerns and all contacts and subcontracts for this project shall contain the Section 3 Clause as set forth in 24 CFR, Part 135.38. Moreover, compliance is required by the prime contactor and all subcontractors with the Federal General Conditions included in the contract documents between ACED and the operating agency. These Federal General Conditions are 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).
By order of the Board of Directors of the Char-West Council of Governments.
Tracy McKee, Executive Director
Posted Online 1 day ago