Laketon Road Reconstruction

Project No:  75-23-23

Location:  Wilkinsburg, Allegheny County, PA

Owner: Borough of Wilkinsburg

Manager:  Sarah Boyce

Estimated Cost:  $1,489,000

 

Contractor Contact Person Bid Amount
Borough of Wilkinsburg
605 Ross Avenue
Wilkinsburg, PA  15221
John Antinori N/A
A. Liberoni, Inc.
459 Davidson Road
Plum Borough, PA  15239
Roni Spencer
Independent Enterprises, Inc.
5020 Thoms Run Road
Oakdale, PA  15071
Blaine Popp
Dun Rite Construction & Paving, LLC
1151 Oak Lake Road
New Kensington, PA  15068
Michael Schreib

 

Bid Advertisement

Sealed Bids are requested by Wilkinsburg Borough at 605 Ross Avenue, Wilkinsburg, PA 15221 until 3:00 P.M. prevailing time, Monday, April 28, 2025 for the Laketon Road Reconstruction.  Bids will be opened publicly and read aloud immediately after the closing time for receipt of Bids.

A non-mandatory prebid meeting will be held at 10:00 A.M. on Wednesday, April 9, 2025 at the project site, beginning at the intersection of Paden and Laketon.

Interested parties may view the Profile and Bid Schedule for this Project on the internet at:  www.niraengineers.com.

Copies of the Bid Documents may be examined at the office of Wilkinsburg Borough or at the office of NIRA Consulting Engineers, Inc., 950 Fifth Avenue, Coraopolis, Pennsylvania 15108. Copies thereof may be obtained from the office of NIRA Consulting Engineers, Inc., upon payment of a non-refundable sum of $70.00.  An additional charge of $20.00 will be required for handling of Plans and Specifications when shipping is requested.  Checks are to be made payable to NIRA Consulting Engineers, Inc. Bids must be submitted on the forms provided, and completed in strict accordance with the instructions provided.  Each Bid must be accompanied by a Bid Bond, in the form of a Certified Check or Corporate Surety Bid Bond, in the amount of ten percent (10%) of the Bid Proposal made in the favor of the Wilkinsburg Borough.  Only documents obtained directly from the Engineer will be valid at bid opening.

A Performance Bond, Labor and Material Payment Bond, and Maintenance Bond in the amounts specified within the Contract Documents will be required of the successful Bidder.

Bidders on this work will be required to comply with the Provisions of the Pennsylvania Prevailing Wage Act 442.  The Prevailing Wage Scale is included in these Specifications.

Bidders on this work will be required to comply with the Provisions of the Public Works Employment Verification Act (PWEVA).

Adherence to Instructions to Bidders is required.

No Bid or any part thereof shall be withdrawn by Bidder for a period of sixty (60) days subsequent to the Bid Opening.

The right is reserved by the Owner to reject any or all Bids or parts of bids and to waive technical defects in any Bid.

Project Scope

The work generally consists of the removal of existing brick roads and replacement with full depth asphalt roadway.  Additionally, the project also includes installation of new ADA curb ramps and removal and replacement of storm sewer inlets.

Bid Schedule

BASE BID SCHEDULE

Item No. Description Estimated
Quantity
Unit

1.

Mobilization, Bonds, Insurances, Shop Drawings, Photo Documentation, Construction Layout and Surveying (Stake Out and As-Builts).

JOB

LS

2.

Maintenance and Protection of Traffic (During Construction).

JOB

LS

3.

Demolishing and Removal of Existing Roadway.

4,805

SY

4.

Grade Existing Subgrade to Level.

4,805

SY

5.

Perform Subgrade Base Repair, As Directed by Borough Engineer.

300

SY

6.

Subbase Installation.  Includes Geotextile Fabric and 6 Inch Depth of PennDOT No. 2A Coarse Agreement Material.

4,730

SY

7.

Superpave Asphalt Mixture Design WMA Binder Course, PG 64-22, 0.0 to 0.3 Million ESAL’s, 25mm Mix (4 Inch Depth) (Base Repair, As Directed).

4,730

SY

8.

Superpave Asphalt Mixture Design WMA Binder Course, PG 64-22, 0.0 to 0.3 Million ESAL’s, 19mm Mix (1-1/2 Inch Depth) (Base Repair, As Directed).

4,730

SY

9.

Superpave Asphalt Mixture Design WMA Wearing Course, PG 64-22, 0.0 to 0.3 Million ESAL’s , 9.5mm Mix, SRL-E (1-1/2 Inch Depth).

4,730

SY

10.

Removed Existing Type C Inlet and Replace with PennDOT Type C Standard 2’x4’ Inlet Box (Up to 4 Foot Depth).  Includes Stone Backfill, 5 LF of Pipe, Frame and Grate, Type C Metal Frame and All Pipe Connections.  (Complete-In-Place).

2

EA

11.

Removed Existing Type C Inlet and Replace with PennDOT Type M Standard 2’x4’ Inlet Box (Up to 4 Foot Depth).  Includes Stone Backfill, 5 LF of Pipe, Frame and Grate, Type M Metal Frame and All Pipe Connections.  (Complete-In-Place).

4

EA

12.

Remove and Replace ADA Curb Ramp – Type 1. All Items Needed to Install Curb Ramp (Complete-in-Place).

1

EA

13.

Remove and Replace ADA Curb Ramp – Type 2, All Items Needed to Install Curb Ramp (Complete-in-Place).

1

EA

14.

Remove and Replace ADA Curb Ramp – Type 1A, All Items Needed to Install Curb Ramp (Complete-in-Place).

4

EA

15.

Miscellaneous Incidental Work.  Includes Removal, Reinstall and/or Replace Fencing, Sidewalks, Structures and All Other Items Not Specified Herein.  Includes All Materials, Labor and Equipment to Complete.

JOB

LS

16.

Erosion and Sedimentation Control.  Includes Temporary Seeding (As Required) and Implementation, Maintenance, and Removal (If Applicable) of All Erosion Control Devices and Practices As Shown on the Construction Drawings and Also Required by the Technical Specifications.

JOB

LS

17.

Finish Grading, Topsoil, Soil Supplements, Seeding, Mulching, Fertilizer and Sedimentation Controls.

JOB

LS

18.

Concrete Sidewalk with Integral Curb – As Field Conditions Dictate.

20

SY

19.

Concrete Sidewalk – As Field Conditions Dictate.

20

SY

20.

Concrete Curb.

150

LF

21.

Hot Thermoplastic Paving Markings – 12 Inch Wide White Line

720

LF

22.

Post Mounted Signs, Type B (Speed Hump).

4

EA

23.

Milling of Asphalt Pavement Surface 1-1/2 Inch Depth (Mills to be Retained by the Borough).

175

SYD

24.

Concrete End Cap – 8 Inches Wide.

1

CY

25.

Concrete Curb Bump Out Adjacent to Existing Crosswalk. Includes Removal of Existing Asphalt, 56 LF of Concrete Curb, Clean Backfill, Topsoil and Seed.

2

EA

 

NOTE:  Only one (1) of the two (2) alternatives below will be awarded.  Please bid Alternative No. 1 according to prices relating to the Base Bid.   

 

 

Alternate Bid Schedules

ALTERNATE BID SCHEDULES NO. 1 AND NO. 2

Item No. Description Estimated
Quantity
Unit
ALTERNATIVE NO. 1 BID SCHEDULE
A1.1 Subbase Installation.  Includes Geotextile Fabric and 6 Inch Depth of PennDOT No. 2A Coarse Agreement Material. 75 SY
A1.2 Superpave Asphalt Mixture Design WMA Binder Course, PG 64-22, 0.0 to 0.3 Million ESAL’s, 25mm Mix (4 Inch Depth) (Base Repair, As Directed). 75 SY
A1.3 Superpave Asphalt Mixture Design WMA Binder Course, PG 64-22, 0.0 to 0.3 Million ESAL’s, 19mm Mix (1-1/2 Inch Depth) (Base Repair, As Directed). 75 SY
A1.4 Superpave Asphalt Mixture Design WMA Wearing Course, PG 64-22, 0.0 to 0.3 Million ESAL’s , 9.5mm Mix, SRL-E (1-1/2 Inch Depth). 75 SY
  ALTERNATIVE NO. 2 BID SCHEDULE    
A2.1 Concrete Curb 150 LF
A2.2 Clean Backfill 16.5 CY
A2.3 Finish Grading, Topsoil, Soil Supplements, Seeding, Mulching, Fertilizer and Sedimentation Controls. 66 SY
NIRA Consulting Engineers, Inc.

950 Fifth Avenue, Coraopolis, PA 15108
412.262.3970

© 2025 NIRA Consulting Engineers, Inc.