HomeMy WebLinkAboutIFB 2025232-03 Kitchen HVAC Replacement FINAL with Prevailing WageINVITATION FOR BIDS
Notice is hereby given that sealed bids will be received by the Franklin County Controller’s Office, Franklin
County Administration Building, 272 North Second Street, Chambersburg, PA 17201 for the Kitchen HVAC
Replacement for the Franklin County Jail until 4:00 PM prevailing time on Tuesday May 20, 2025. All bids
so received will be publicly opened and read on Wednesday May 21, 2025 at 6:30 PM prevailing time at
the Quincy Township Municipal Building, 7575 Mentzer Gap Road, Waynesboro, PA 17268.
Specifications, instructions and bid forms will be furnished by the Franklin County Procurement Office
upon request at 272 North Second Street, Chambersburg, PA 17201, or by calling (717) 261-3890.
Any contract awarded under this Invitation for Bid is subject to the Pennsylvania Prevailing Wage
Determination and Anti-Kickback Regulations issued by the Secretary of Labor to be included in contract
documents.
An Optional Pre-Bid conference for prospective bidders will be held at the Franklin County Jail at 1804
Opportunity Avenue Chambersburg, PA 17201 on Wednesday May 14, 2025 at 9:00 AM.
The Franklin County Commissioners reserve the right to reject any or all bids and to waive any or all
defects, errors, omissions, irregularities or informalities in any bid.
Awards shall be made only to responsible bidders that possess the potential to perform successfully under
the terms and conditions of this procurement. Consideration shall be given to such matters as bidder
integrity, compliance with public policy, record of past performance and financial and technical resources
when determining responsibility.
FRANKLIN COUNTY COMMISSIONERS
Dean A. Horst, Chairman
John T. Flannery
Robert G. Ziobrowski
INVITATION FOR BID
KITCHEN HVAC UNIT REPLACEMENT
THE FRANKLIN COUNTY JAIL
COUNTY OF FRANKLIN, PENNSYLVANIA
IFB# 2025232-03
County of Franklin, PA
272 North Second Street Chambersburg, PA 17201
Table of Contents
INTRODUCTION ................................................................................................................................................ 1
1.GENERAL INFORMATION. ................................................................................................................... 1
2.OBJECTIVE ........................................................................................................................................... 1
3.DESCRIPTION OF THE GOVERNMENT ................................................................................................. 1
4.TIME REQUIREMENTS. ........................................................................................................................ 1
INSTRUCTIONS TO BIDDERS ............................................................................................................................. 1
1.PREPARATION OF BID ......................................................................................................................... 1
2.AWARD AND EXECUTION OF THE CONTRACT .................................................................................... 2
3.WITHDRAWAL OF BIDS ....................................................................................................................... 2
4.RIGHT TO REJECT BIDS ........................................................................................................................ 2
5.TIME OF COMPLETION ........................................................................................................................ 2
6.EXEMPTION FROM FEDERAL EXCISE AND PENNSYLVANIA SALES TAX ............................................... 3
7.PROTECTION BY VENDOR ................................................................................................................... 3
8.PRE-BID CONFERENCE ......................................................................................................................... 3
9.QUESTION AND ANSWER PERIOD ....................................................................................................... 3
10.INSURANCE COVERAGE .................................................................................................................. 4
11.PREVAILING WAGE ......................................................................................................................... 5
12.NONDISCRIMINATION CLAUSE ....................................................................................................... 5
13.CONTRACT PROVISIONS ................................................................................................................. 5
PREVAILING WAGE ........................................................................................................................................... 7
BID SPECIFICATIONS ....................................................................................................................................... 15
INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT
AGREEMENT
BID FORM
BID CHECKLIST
1
INTRODUCTION
1.GENERAL INFORMATION. The County of Franklin, PA (“County”) is requesting bids from qualified
vendors to provide the replacement of an HVAC unit in the kitchen area of the Franklin County Jail
(“Jail” or “FCJ”) at 1804 Opportunity Avenue Chambersburg, PA 17201.
2.OBJECTIVE. This project involves removal of the current HAVC unit for the kitchen area of the
Franklin County jail and provision and installation of a replacement unit per the specifications of
this document.
3.DESCRIPTION OF THE GOVERNMENT. The County of Franklin, PA was incorporated on September
9, 1784. The County is a fourth-class county with a population of 155,932 (2020 Census). It
operates under a three-member elected Board of Commissioners. The County provides service to
its citizens such as judicial administration, human services, public safety, public works, economic
development and general administration. The Franklin County Jail is a 500-bed facility divided
between 8 housing units and central booking with an average daily population of 285. The facility
opened in 2007 replacing the previous jail located on Franklin Farm Lane in Chambersburg.
4.TIME REQUIREMENTS.
Invitation for Bid Friday May 2, 2025
Optional Pre-Bid meeting Wednesday May 14, 2025 at 9:00 AM
Questions & Answers ends Friday May 16, 2025 at 12:00 PM
Due Date for Bids Tuesday May 20, 2025 at 4:00 PM
Bid Opening Wednesday May 21, 2025 6:30 PM
Work Complete: July 31, 2025
INSTRUCTIONS TO BIDDERS
1.PREPARATION OF BID
1.1 Bids shall be addressed to and will be received by the Franklin County Controller’s Office,
Franklin County Administration Building, 272 North Second Street, Chambersburg, PA 17201
until 4:00 PM prevailing time on Tuesday May 20, 2025. All bids so received will be publicly
opened and read at the Franklin County Commissioners on Wednesday, May 21, 2025 at 6:30
PM at the Quincy Township Municipal Building, 7575 Mentzer Gap Road, Waynesboro, PA
17268.
1.2 Bids shall be enclosed in sealed opaque envelopes. Bids shall be identified by disclosing on the
face of the envelope the name of the project, “Kitchen HVAC Replacement for the Franklin
County Jail” and the name of the bidder.
1.3 Attention is directed to the Bid Form in the Bidding Documents. Two (2) separate copies of
the Bid Form are furnished and this form must be used to submit a bid. Failure to fill out,
execute and submit this form as specified is sufficient reason for rejection.
1.4 Bids must be signed by an owner, partner, or in the case of a corporation, by the President or
Vice President and attested by the Secretary, with Corporate Officer, a Power-of-Attorney
must be attached to the bid.
2
1.5 All applicable blank spaces in the bid shall be filled in clearly where indicated, either typed or
written in ink. Altering and/or changing any part of this bid will be sufficient reason for
rejection.
1.6 Where so indicated by the makeup of the Bid Form, sums shall be expressed in both words
and figures, and in the case of discrepancy between the two, the amount written in words
shall govern.
1.7 The owner reserves the right to award the contracts to the other than lowest bidder if, in its
opinion, the products included within such bids are not equal to the standard established for
such projects in the specifications.
1.8 Each bidder shall be required to execute a Non-Collusion Affidavit, and affix it to the Bid Form.
No bid shall be considered unless accompanied by such executed affidavits.
1.9 The bidder shall provide a minimum of 3 references for similar work performed including a
brief description of the work performed. The County reserves the right to contact or visit the
references without bidder involvement and/or to request photographic or other evidence of
similar work performed in the past. See Attachment A.
1.10 The bidder shall submit a cut sheet with technical information for the proposed make and
model unit bid. The County reserves the right to request additional information if needed to
determine responsiveness.
2.AWARD AND EXECUTION OF THE CONTRACT
2.1 When the bid has been accepted by the County, notification of such acceptance will be mailed
to the successful bidder, at the address designated by the bidder on the BID FORM.
3.WITHDRAWAL OF BIDS
3.1 Bids may not be modified, withdrawn or cancelled by the bidder for thirty (30) days after the
time designated for the receipt of bids.
4.RIGHT TO REJECT BIDS
4.1 The County reserves the right in its discretion to reject any or all bids and to waive
irregularities or information in any bid and to award contracts on an item by item basis.
Awards shall be made only to responsible bidders that possess the potential ability to perform
successfully under the terms and conditions of this procurement. Consideration shall be given
to such matters as bidder integrity, compliance with public policy, record of past
performance, and financial and technical resources when determining responsibility.
5.TIME OF COMPLETION
5.1 Delivery under this contract shall be fully and finally completed no later than July 31, 2025,
except as may be mutually extended by the County and Contractor.
3
6.EXEMPTION FROM FEDERAL EXCISE AND PENNSYLVANIA SALES TAX
6.1 The County of Franklin, PA is exempt from Federal Excise Taxes and Pennsylvania Sales Taxes
as a political subdivision of the Commonwealth of Pennsylvania. Prices as shown in the bid
shall exclude such Federal and State Taxes.
7.PROTECTION BY VENDOR
7.1 The vendor agrees to indemnify and hold harmless the County of Franklin, PA, its
representatives, employees and agents, from any and all claims, demands, actions, suits and
liabilities of any nature whatsoever arising from the Vendor’s own fault or negligence or
through the negligence or fault of the manufacturer of goods, including reasonable attorneys’
fees and court costs incurred by the County in response to such claims, demands, actions or
liabilities, provided it ultimately determined that such claims result from the vendor’s or
manufacturer’s fault or negligence.
7.2 The vendor shall not assign or otherwise transfer any of its responsibilities or obligations
under the contract to any other person or entity without prior written consent of the County.
7.3 The vendor agrees that a failure to complete all work specified hereunder by the contractual
completion date shall result in damages to the County in an amount that is substantial and
difficult to calculate, and that such failure shall subject the vendor to the imposition of
reasonable, non-penal liquidated damages as set by the contract between the parties.
8.PRE-BID CONFERENCE
8.1 An Optional pre-bid conference for prospective bidders will be held on Wednesday, May 14,
2025 at 9:00 AM at The Franklin County Jail, 1804 Opportunity Avenue Chambersburg, PA
17201. Bidder’s shall meet in the Jail’s main lobby.
8.2 During the site visit:
8.2.1 Must provide Photo ID and Company name.
8.2.2 All visitors will go through security before starting the pre-bid conference.
8.2.3 Cell phones or cameras may only be used in areas authorized by and under the
supervision of jail staff following jail policy.
8.2.4 No weapons on jail property.
8.2.5 No tools except pen, pencil, paper and tape measure.
8.2.6 Permission to attend the pre-bid conference, enter the facility and to remain during
the pre-bid conference is subject to the rules and regulations of the Franklin County
jail including their standards of conduct.
8.2.7 It is the Contractor’s responsibility to verify all measurements at this meeting.
9.QUESTION AND ANSWER PERIOD
9.1 Questions will be accepted until 12:00 PM, Friday May 16, 2025 via email at
procurement@franklincountypa.gov. Answers will be posted at
https://www.franklincountypa.gov/current-solicitation-opportunities/.
4
10.INSURANCE COVERAGE
10.1 The successful bidder shall be required to provide the following insurance coverage and
submit evidence of the coverage required below in the form of an ACORD certificate of
insurance. The County of Franklin shall be named as Additional Insured for the project.
Liability Insurance shall include all major divisions of coverage and be on a comprehensive
basis including:
10.1.1 Premises Operations (including X, C and U as applicable).
10.1.2 Independent Contractors’ Protective.
10.1.3 Products and Completed Operations.
10.1.4 Personal Injury Liability with Employment Exclusion deleted.
10.1.5 Contractual Liability.
10.1.6 Owned, non-owned and hired motor vehicles.
10.1.7 Broad Form Property Damage including Completed Operations.
10.2 If the General Liability coverages are provided by a Commercial General Liability Policy on
a claims made basis, the policy date or Retroactive Date shall predate the Contract; the
termination date of the policy or applicable extended reporting period shall be no earlier than
the termination date of the coverages required to be maintained after the final payment. The
County of Franklin should be listed as Additional Insured under the Contractor’s General
Liability Policy.
10.3 The Contract and all subcontractors, at their own expense, shall provide and maintain
insurance in companies acceptable to the Owner as follows:
10.3.1 Workers’ Compensation: As required by all applicable Federal, State, Maritime or
other laws including Employers’ Liability with a limit of at least $100,000.
10.3.2 Comprehensive General Liability: Including Contractor’s Liability; Contingent Liability;
Contractual Liability; Completed Operations and Products Liability all on the
occurrence basis with Personal exclusion relating to Explosion, Collapse and
Underground Property Damage. Completed Operations Liability shall be kept in force
for at least two years after the date of final Completion. Minimum limits to be as
follows:
Bodily Injury
Each Occurrence $1,000,000.00
Aggregate $2,000,000.00
Property Damage
Each Occurrence $1,000,000.00
Aggregate $2,000,000.00
10.3.3 Comprehensive Automobile Liability: Including non-ownership and hired car coverage
as well as owned vehicles with minimum limits as follows:
Combined Single Limit $1,000,000.00
10.3.4 Umbrella/Excess Policy $5,000,000.00
10.4 If this insurance is written on the Comprehensive General Liability policy form, the
Certificates shall be AIA Document G705, Certificate of Insurance. If this insurance is written
on a Commercial General Liability policy form, ACORD form 25S will be acceptable.
5
10.5 Furnish one copy of certificates herein required for each copy of Agreement naming the
County of Franklin, PA as certificate holder; specifically set forth evidence of all coverage
required by subparagraphs 12.1 through 12.3. Furnish to the owner copies of any
endorsements that are issued subsequently, amending coverage or limits.
10.6 Owner Liability Insurance: The contractor shall provide an Owner’s and Contractor’s
Protective Liability Policy in the name of the Owner with limits as follows:
Bodily Injury
Each Occurrence $500,000.00
Aggregate $500,000.00
Property Damage
Each Occurrence $500,000.00
Aggregate $500,000.00
10.7 Builder’s Risk - Contractor: The Contractor shall provide a Builders’ Risk Insurance policy
covering all risks in completed value form. Such policy shall cover the total value of the Work
performed in accordance with this Contract, as well as the value of any equipment, supplies
and/or material to be installed in the Project that may be in storage (on or off the Site) or in
transit. The policy shall cover the cost of removing debris, including demolition as may be
legally necessary by the operation of any law, ordinance or regulation, and property of the
County of Franklin held in their care, custody and/or control.
The Builders’ Risk policy shall contain endorsements that provide for the following:
• The County of Franklin and the Contractor shall be named as loss payee for the Work in
order of precedence, as their interest may appear; and
• In the event the loss occurs at an occupied facility, the policy shall permit occupancy
without the consent of the Insurance Company.
11.PREVAILING WAGE
11.1 It is expected that the cost of this project will exceed the threshold limit for wage
determination. Therefore, contractors shall to use current wage determination in formulating
their bids which are attached hereto.
12.NONDISCRIMINATION CLAUSE
12.1 Franklin County assures that no person shall be excluded from participating in, be denied
the benefits of, or be otherwise subjected to discrimination on the grounds of race, gender,
creed, color, sexual orientation, gender identity or expression, or in violation of the
Pennsylvania Hunan Relations Act, which prohibits discrimination on the basis of race, color,
religious creed, ancestry, age, sex, national origin, handicap or disability, or in violation of any
applicable local, state, or federal laws. With advance notification, accommodations may be
provided for those with special needs to language, speech, sight or hearing. If you have a
request for a special need, wish to file a complaint, or desire additional information please
contact the Risk Department at (717) 261-3819 or riskmgt@franklincountypa.gov.
13.CONTRACT PROVISIONS
6
13.1 After Franklin County makes its selection, it shall proceed to negotiate a contract based
on the bid and scope of work for the project. If the County is unable to negotiate a
satisfactory contract with the most highly qualified bidder, the County shall formally end
negotiations with that bidder and being to negotiate with the second most highly qualified
bidder. Negotiations shall continue in this sequence until a contract is agreed upon.
13.2 The performance of this contract shall be in accordance with all Federal, State and local
laws as may be applicable. Any contract between Franklin County and the awarded bidder
shall be subject to the rules and regulations of any agencies where funding is being requested.
Franklin County reserves the right to reject any and all proposals, and to waive irregularities.
Additionally, in the event that Franklin County procures grant funding assistance, the contract
shall contain all necessary provisions of that grant award contract.
13.3 The contract between the County and the selected bidder shall include the following non-
negotiable contact provisions
13.3.1 Indemnification of the County.
13.3.2 Non-Indemnification of the contractor.
13.3.3 Forum Selection (Franklin County, PA Court of Common Pleas).
13.3.4 Choice of law (Commonwealth of Pennsylvania).
13.3.5 Termination for convenience/termination for cause by the County.
13.3.6 Work-for-Hire Transfer of Copyrights/Intellectual Property, if applicable.
13.3.7 County ownership of the instruments of service/deliverables.
13.3.8 Prevailing party attorneys’ fees.
13.3.9 Nondiscrimination.
13.3.10 Suspension and debarment.
13.3.11 Release of liability in favor of the County.
13.3.12 Non-release of liability of the contractor.
13.3.13 Insurance Coverage and County status as an additional insured as set forth in Section
13 herein.
13.3.14 Terms of payment and invoicing, including 45-day payment period.
13.3.15 Any and all federal and state provisions required as a result of grant funding.
13.4 The County reserves the right to request additional contract provisions it deems
necessary as needed to protect the best interest of the County.
13.5 The selected bidder shall execute a waiver of liens pursuant to the Pennsylvania
Mechanics’ Lien Law of 1963, as amended.
13.6 The form of contract is included in this document under the section titled AGREEMENT.
Project Name:Kitchen HVAC Unit Replacement for the Franklin
County Jail
General Description:This project involves removal of the current HAVC unit
for the kitchen area of the Franklin County jail and
provision and installation of a replacement unit.
Project Locality Greene Township, Franklin Coun
Awarding Agency:County of Franklin
Contract Award Date:5/7/2025
Serial Number:25-03434
Project Classification:Building
Determination Date:3/31/2025
Assigned Field Office:Harrisburg
Field Office Phone Number:(717)787-4763
Toll Free Phone Number:(800)932-0665
Project County:Franklin County
BUREAU OF LABOR LAW COMPLIANCE
PREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & Industry
Report Date: 3/31/2025 Page 1 of 8
PREVAILING WAGE
7
Project: 25-03434 - Building Effective
Date
Expiration
Date
Hourly Rate Fringe
Benefits
Total
Asbestos & Insulation Workers 6/26/2023 $38.70 $29.11 $67.81
Asbestos & Insulation Workers 7/1/2024 $40.00 $29.86 $69.86
Boilermaker (Commercial, Institutional, and Minor
Repair Work)
3/1/2024 $36.71 $19.13 $55.84
Boilermakers 1/1/2023 $51.27 $35.30 $86.57
Boilermakers 1/1/2024 $52.10 $35.72 $87.82
Bricklayers, Stone Masons, Pointers, Caulkers,
Cleaners
4/30/2023 $38.27 $18.18 $56.45
Bricklayers, Stone Masons, Pointers, Caulkers,
Cleaners
4/28/2024 $38.62 $19.68 $58.30
Bricklayers, Stone Masons, Pointers, Caulkers,
Cleaners
5/4/2025 $40.47 $19.68 $60.15
Bricklayers, Stone Masons, Pointers, Caulkers,
Cleaners
5/3/2026 $42.32 $19.68 $62.00
Carpenters - Piledriver/Welder 1/1/2023 $40.63 $21.22 $61.85
Carpenters - Piledriver/Welder 1/1/2024 $42.13 $21.97 $64.10
Carpenters - Piledriver/Welder 1/1/2025 $43.38 $22.72 $66.10
Carpenters - Piledriver/Welder 1/1/2026 $44.63 $23.47 $68.10
Carpenters, Drywall Hangers, Framers, Instrument
Men, Lathers, Soft Floor Layers
6/1/2023 $33.01 $18.41 $51.42
Carpenters, Drywall Hangers, Framers, Instrument
Men, Lathers, Soft Floor Layers
6/1/2024 $33.72 $19.20 $52.92
Cement Finishers & Plasterers 4/30/2023 $28.23 $22.27 $50.50
Cement Finishers & Plasterers 4/28/2024 $30.23 $22.27 $52.50
Cement Finishers & Plasterers 5/4/2025 $32.23 $22.27 $54.50
Cement Finishers & Plasterers 5/3/2026 $34.23 $22.27 $56.50
Cement Masons 5/1/2023 $32.90 $22.70 $55.60
Cement Masons 5/1/2024 $33.80 $22.80 $56.60
Drywall Finisher 5/1/2023 $30.10 $22.14 $52.24
Drywall Finisher 5/1/2024 $30.33 $22.79 $53.12
Electricians 6/1/2023 $37.00 $26.67 $63.67
Electricians 6/1/2024 $38.75 $27.03 $65.78
Electricians 6/1/2025 $38.75 $30.87 $69.62
Electricians 6/1/2026 $38.75 $34.71 $73.46
Elevator Constructor 1/1/2023 $53.93 $38.34 $92.27
Elevator Constructor 1/1/2024 $60.76 $39.19 $99.95
Elevator Constructor 1/1/2025 $63.40 $40.03 $103.43
Glazier 5/1/2023 $31.23 $20.66 $51.89
Glazier 5/1/2024 $32.46 $20.93 $53.39
Iron Workers (Bridge, Structural Steel, Ornamental,
Precast, Reinforcing)
7/1/2023 $36.26 $31.38 $67.64
Laborers (Class 01 - See notes)1/1/2023 $25.31 $17.29 $42.60
Laborers (Class 01 - See notes)1/1/2024 $26.31 $17.79 $44.10
Laborers (Class 01 - See notes)1/1/2025 $28.31 $17.82 $46.13
Laborers (Class 01 - See notes)1/1/2026 $29.31 $18.82 $48.13
Laborers (Class 01 - See notes)1/1/2027 $30.31 $19.82 $50.13
Laborers (Class 02 - See notes)1/1/2023 $28.06 $17.29 $45.35
BUREAU OF LABOR LAW COMPLIANCE
PREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & Industry
Report Date: 3/31/2025 Page 2 of 8
8
Project: 25-03434 - Building Effective
Date
Expiration
Date
Hourly Rate Fringe
Benefits
Total
Laborers (Class 02 - See notes)1/1/2024 $29.56 $17.79 $47.35
Laborers (Class 02 - See notes)1/1/2025 $30.66 $17.82 $48.48
Laborers (Class 02 - See notes)1/1/2026 $31.66 $18.82 $50.48
Laborers (Class 02 - See notes)1/1/2027 $32.66 $19.82 $52.48
Laborers (Class 03 - See notes)1/1/2023 $27.66 $17.29 $44.95
Laborers (Class 03 - See notes)1/1/2024 $28.66 $17.79 $46.45
Laborers (Class 03 - See notes)1/1/2025 $31.56 $17.82 $49.38
Laborers (Class 03 - See notes)1/1/2026 $32.56 $18.82 $51.38
Laborers (Class 03 - See notes)1/1/2027 $33.56 $19.82 $53.38
Laborers (Class 04 - See notes)1/1/2023 $24.31 $17.29 $41.60
Laborers (Class 04 - See notes)1/1/2024 $25.31 $17.79 $43.10
Laborers (Class 04 - See notes)1/1/2025 $27.31 $17.82 $45.13
Laborers (Class 04 - See notes)1/1/2026 $28.31 $18.82 $47.13
Laborers (Class 04 - See notes)1/1/2027 $29.31 $19.82 $49.13
Landscape Laborer (Skilled)1/1/2023 $23.79 $18.28 $42.07
Landscape Laborer (Skilled)1/1/2024 $24.79 $18.53 $43.32
Landscape Laborer (Skilled)1/1/2025 $25.79 $18.78 $44.57
Landscape Laborer (Skilled)1/1/2026 $26.79 $19.03 $45.82
Landscape Laborer (Tractor Operator)1/1/2023 $24.09 $18.28 $42.37
Landscape Laborer (Tractor Operator)1/1/2024 $25.09 $18.53 $43.62
Landscape Laborer (Tractor Operator)1/1/2025 $26.09 $18.78 $44.87
Landscape Laborer (Tractor Operator)1/1/2026 $27.09 $19.03 $46.12
Landscape Laborer 1/1/2023 $23.37 $18.28 $41.65
Landscape Laborer 1/1/2024 $24.37 $18.53 $42.90
Landscape Laborer 1/1/2025 $25.37 $18.78 $44.15
Landscape Laborer 1/1/2026 $26.37 $19.03 $45.40
Marble Mason 5/1/2023 $34.80 $17.74 $52.54
Marble Mason 5/1/2024 $35.25 $19.24 $54.49
Marble Mason 5/1/2025 $37.20 $19.24 $56.44
Marble Mason 5/1/2026 $39.15 $19.24 $58.39
Millwright 6/1/2023 $39.21 $22.95 $62.16
Millwright 6/1/2024 $41.07 $22.95 $64.02
Millwright 6/1/2025 $43.00 $22.95 $65.95
Millwright 6/1/2026 $44.97 $22.95 $67.92
Operators (Class 01 - see notes)7/1/2023 $35.87 $20.92 $56.79
Operators (Class 01 - see notes)7/1/2024 $36.87 $21.42 $58.29
Operators (Class 02 -see notes)7/1/2023 $31.25 $20.92 $52.17
Operators (Class 02 -see notes)7/1/2024 $32.87 $21.42 $54.29
Operators (Class 03 - See notes)7/1/2023 $28.70 $20.92 $49.62
Operators (Class 03 - See notes)7/1/2024 $29.70 $21.42 $51.12
Operators (Class 04 - Chief of Party (Surveying and
Layout))
7/1/2022 $26.60 $20.62 $47.22
Operators (Class 04 - Chief of Party (Surveying and
Layout))
7/1/2023 $28.30 $20.92 $49.22
Operators (Class 04 - Chief of Party (Surveying and 7/1/2024 $29.30 $21.42 $50.72
BUREAU OF LABOR LAW COMPLIANCE
PREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & Industry
Report Date: 3/31/2025 Page 3 of 8
9
Project: 25-03434 - Building Effective
Date
Expiration
Date
Hourly Rate Fringe
Benefits
Total
Layout))
Operators (Class 04 - Instrument Person (Surveying &
Layout))
7/1/2022 $25.60 $20.62 $46.22
Operators (Class 04 - Instrument Person (Surveying &
Layout))
7/1/2023 $27.30 $20.92 $48.22
Operators (Class 04 - Instrument Person (Surveying &
Layout))
7/1/2024 $28.30 $21.42 $49.72
Operators (Class 04 - Rodman/Chainman (Surveying
and Layout))
7/1/2022 $25.15 $20.62 $45.77
Operators (Class 04 - Rodman/Chainman (Surveying
and Layout))
7/1/2023 $26.85 $20.92 $47.77
Operators (Class 04 - Rodman/Chainman (Surveying
and Layout))
7/1/2024 $27.85 $21.42 $49.27
Painters Class 1 (see notes)5/1/2023 $27.02 $17.54 $44.56
Painters Class 1 (see notes)5/1/2024 $27.59 $18.08 $45.67
Painters - Line Stripping 12/1/2024 $44.12 $27.91 $72.03
Painters Class 2 (see notes)5/1/2020 $27.43 $15.99 $43.42
Painters Class 3 (see notes)5/1/2020 $33.18 $15.99 $49.17
Pile Driver Divers (Building, Heavy, Highway)1/1/2023 $58.70 $21.22 $79.92
Pile Driver Divers (Building, Heavy, Highway)1/1/2024 $60.95 $21.97 $82.92
Pile Driver Divers (Building, Heavy, Highway)1/1/2025 $62.82 $22.72 $85.54
Pile Driver Divers (Building, Heavy, Highway)1/1/2026 $64.70 $23.47 $88.17
Piledrivers 1/1/2023 $39.13 $21.22 $60.35
Piledrivers 1/1/2024 $40.63 $21.97 $62.60
Piledrivers 1/1/2025 $41.88 $22.72 $64.60
Piledrivers 1/1/2026 $43.13 $23.47 $66.60
Plasterers 5/1/2023 $31.33 $20.83 $52.16
Plasterers 5/1/2024 $32.93 $21.08 $54.01
Plumber/Pipefitter 5/1/2023 $41.36 $29.72 $71.08
Roofers (Composition)5/1/2023 $42.63 $34.62 $77.25
Roofers (Composition)5/1/2024 $44.13 $34.77 $78.90
Roofers (Shingle)5/1/2023 $32.85 $22.10 $54.95
Roofers (Shingle)5/1/2024 $34.35 $22.20 $56.55
Roofers (Slate & Tile)5/1/2023 $35.85 $22.10 $57.95
Roofers (Slate & Tile)5/1/2024 $37.35 $22.20 $59.55
Sheet Metal Workers 6/1/2022 $40.22 $41.01 $81.23
Sheet Metal Workers 6/1/2023 $41.41 $42.32 $83.73
Sheet Metal Workers 6/1/2024 $43.09 $43.14 $86.23
Sign Makers and Hangars 7/15/2022 $30.54 $24.35 $54.89
Sign Makers and Hangars 7/15/2023 $31.76 $24.63 $56.39
Sign Makers and Hangars 7/15/2024 $32.32 $25.82 $58.14
Sprinklerfitters 4/1/2023 $44.33 $28.04 $72.37
Sprinklerfitters 4/1/2024 $46.45 $28.62 $75.07
Terrazzo Finisher 5/1/2023 $35.79 $19.25 $55.04
Terrazzo Finisher 5/1/2024 $35.66 $20.76 $56.42
Terrazzo Grinder 5/1/2023 $36.54 $19.25 $55.79
BUREAU OF LABOR LAW COMPLIANCE
PREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & Industry
Report Date: 3/31/2025 Page 4 of 8
10
Project: 25-03434 - Building Effective
Date
Expiration
Date
Hourly Rate Fringe
Benefits
Total
Terrazzo Grinder 5/1/2024 $36.42 $20.76 $57.18
Terrazzo Mechanics 5/1/2023 $36.51 $21.00 $57.51
Terrazzo Mechanics 5/1/2024 $36.44 $22.51 $58.95
Tile & Marble Finisher 5/1/2023 $32.91 $15.49 $48.40
Tile & Marble Finisher 5/1/2024 $33.36 $16.99 $50.35
Tile & Marble Finisher 5/1/2025 $35.31 $16.99 $52.30
Tile & Marble Finisher 5/1/2026 $37.26 $16.99 $54.25
Tile Setter 5/1/2023 $34.80 $17.74 $52.54
Tile Setter 5/1/2024 $35.25 $19.24 $54.49
Tile Setter 5/1/2025 $37.20 $19.24 $56.44
Tile Setter 5/1/2026 $39.15 $19.24 $58.39
Truckdriver class 1(see notes)1/1/2023 $33.04 $22.13 $55.17
Truckdriver class 1(see notes)1/1/2024 $34.79 $22.63 $57.42
Truckdriver class 1(see notes)1/1/2025 $36.29 $23.13 $59.42
Truckdriver class 1(see notes)1/1/2026 $37.79 $23.63 $61.42
Truckdriver class 2 (see notes)1/1/2023 $33.50 $22.43 $55.93
Truckdriver class 2 (see notes)1/1/2024 $35.25 $22.93 $58.18
Truckdriver class 2 (see notes)1/1/2025 $36.75 $23.43 $60.18
Truckdriver class 2 (see notes)1/1/2026 $38.25 $23.93 $62.18
Window Film / Tint Installer 6/1/2019 $24.52 $12.08 $36.60
Window Film / Tint Installer 6/1/2024 $26.37 $14.83 $41.20
BUREAU OF LABOR LAW COMPLIANCE
PREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & Industry
Report Date: 3/31/2025 Page 5 of 8
11
Project: 25-03434 - Heavy/Highway Effective
Date
Expiration
Date
Hourly Rate Fringe
Benefits
Total
Carpenter 1/1/2023 $38.35 $20.59 $58.94
Carpenter 1/1/2024 $39.85 $21.34 $61.19
Carpenter 1/1/2025 $41.10 $22.09 $63.19
Carpenter 1/1/2026 $42.35 $22.84 $65.19
Carpenter Welder 1/1/2023 $39.85 $20.59 $60.44
Carpenter Welder 1/1/2024 $41.35 $21.34 $62.69
Carpenter Welder 1/1/2025 $42.60 $22.09 $64.69
Carpenter Welder 1/1/2026 $43.85 $22.84 $66.69
Carpenters - Piledriver/Welder 1/1/2023 $40.63 $21.22 $61.85
Carpenters - Piledriver/Welder 1/1/2024 $42.13 $21.97 $64.10
Carpenters - Piledriver/Welder 1/1/2025 $43.38 $22.72 $66.10
Carpenters - Piledriver/Welder 1/1/2026 $44.63 $23.47 $68.10
Cement Finishers 1/1/2023 $34.14 $25.05 $59.19
Cement Finishers 1/1/2024 $35.14 $26.30 $61.44
Cement Finishers 1/1/2025 $35.94 $27.50 $63.44
Cement Masons 1/1/2020 $32.84 $21.10 $53.94
Electric Lineman 5/29/2023 $51.40 $29.62 $81.02
Electric Lineman 6/3/2024 $52.80 $30.61 $83.41
Iron Workers (Bridge, Structural Steel, Ornamental,
Precast, Reinforcing)
7/1/2021 $34.01 $31.13 $65.14
Iron Workers (Bridge, Structural Steel, Ornamental,
Precast, Reinforcing)
7/1/2023 $36.26 $31.38 $67.64
Iron Workers 5/1/2024 $31.00 $24.40 $55.40
Laborers (Class 01 - See notes)1/1/2023 $29.85 $25.50 $55.35
Laborers (Class 01 - See notes)1/1/2024 $32.10 $25.50 $57.60
Laborers (Class 01 - See notes)1/1/2025 $33.60 $26.00 $59.60
Laborers (Class 01 - See notes)1/1/2026 $34.60 $27.00 $61.60
Laborers (Class 02 - See notes)1/1/2023 $30.01 $25.50 $55.51
Laborers (Class 02 - See notes)1/1/2024 $32.26 $25.50 $57.76
Laborers (Class 02 - See notes)1/1/2025 $33.76 $26.00 $59.76
Laborers (Class 02 - See notes)1/1/2026 $34.76 $27.00 $61.76
Laborers (Class 03 - See notes)1/1/2023 $30.50 $25.50 $56.00
Laborers (Class 03 - See notes)1/1/2024 $32.75 $25.50 $58.25
Laborers (Class 03 - See notes)1/1/2025 $34.25 $26.00 $60.25
Laborers (Class 03 - See notes)1/1/2026 $35.25 $27.00 $62.25
Laborers (Class 04 - See notes)1/1/2023 $30.95 $25.50 $56.45
Laborers (Class 04 - See notes)1/1/2024 $33.20 $25.50 $58.70
Laborers (Class 04 - See notes)1/1/2025 $34.70 $26.00 $60.70
Laborers (Class 04 - See notes)1/1/2026 $35.70 $27.00 $62.70
Laborers (Class 05 - See notes)1/1/2023 $31.36 $25.50 $56.86
Laborers (Class 05 - See notes)1/1/2024 $33.61 $25.50 $59.11
Laborers (Class 05 - See notes)1/1/2025 $35.11 $26.00 $61.11
Laborers (Class 05 - See notes)1/1/2026 $36.11 $27.00 $63.11
Laborers (Class 06 - See notes)1/1/2023 $28.20 $25.50 $53.70
Laborers (Class 06 - See notes)1/1/2024 $30.45 $25.50 $55.95
BUREAU OF LABOR LAW COMPLIANCE
PREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & Industry
Report Date: 3/31/2025 Page 6 of 8
12
Project: 25-03434 - Heavy/Highway Effective
Date
Expiration
Date
Hourly Rate Fringe
Benefits
Total
Laborers (Class 06 - See notes)1/1/2025 $31.95 $26.00 $57.95
Laborers (Class 06 - See notes)1/1/2026 $32.95 $27.00 $59.95
Laborers (Class 07 - See notes)1/1/2023 $30.85 $25.50 $56.35
Laborers (Class 07 - See notes)1/1/2024 $33.10 $25.50 $58.60
Laborers (Class 07 - See notes)1/1/2025 $34.60 $26.00 $60.60
Laborers (Class 07 - See notes)1/1/2026 $35.60 $27.00 $62.60
Laborers (Class 08 - See notes)1/1/2023 $32.35 $25.50 $57.85
Laborers (Class 08 - See notes)1/1/2024 $34.60 $25.50 $60.10
Laborers (Class 08 - See notes)1/1/2025 $36.10 $26.00 $62.10
Laborers (Class 08 - See notes)1/1/2026 $37.10 $27.00 $64.10
Millwright 6/1/2023 $41.51 $23.33 $64.84
Millwright 6/1/2024 $43.46 $23.33 $66.79
Millwright 6/1/2025 $45.46 $23.33 $68.79
Millwright 6/1/2026 $47.52 $23.33 $70.85
Operators (Class 01 - see notes)1/1/2023 $36.50 $23.58 $60.08
Operators (Class 01 - see notes)1/1/2024 $38.30 $24.03 $62.33
Operators (Class 01 - see notes)1/1/2025 $40.10 $24.23 $64.33
Operators (Class 01 - see notes)1/1/2026 $41.67 $24.66 $66.33
Operators (Class 02 -see notes)1/1/2023 $36.22 $23.58 $59.80
Operators (Class 02 -see notes)1/1/2024 $38.02 $24.03 $62.05
Operators (Class 02 -see notes)1/1/2025 $39.82 $24.23 $64.05
Operators (Class 02 -see notes)1/1/2026 $41.39 $24.66 $66.05
Operators (Class 03 - See notes)1/1/2023 $32.58 $23.58 $56.16
Operators (Class 03 - See notes)1/1/2024 $34.38 $24.03 $58.41
Operators (Class 03 - See notes)1/1/2025 $36.18 $24.23 $60.41
Operators (Class 03 - See notes)1/1/2026 $37.75 $24.66 $62.41
Operators (Class 04 - See notes)1/1/2023 $32.09 $23.58 $55.67
Operators (Class 04 - See notes)1/1/2024 $33.89 $24.03 $57.92
Operators (Class 04 - See notes)1/1/2025 $35.69 $24.23 $59.92
Operators (Class 04 - See notes)1/1/2026 $37.26 $24.66 $61.92
Operators (Class 05 - See notes)1/1/2023 $31.88 $23.58 $55.46
Operators (Class 05 - See notes)1/1/2024 $33.68 $24.03 $57.71
Operators (Class 05 - See notes)1/1/2025 $35.48 $24.23 $59.71
Operators (Class 05 - See notes)1/1/2026 $37.05 $24.66 $61.71
Operators Class 1-A 1/1/2023 $39.50 $23.58 $63.08
Operators Class 1-A 1/1/2024 $41.30 $24.03 $65.33
Operators Class 1-A 1/1/2025 $43.10 $24.23 $67.33
Operators Class 1-A 1/1/2026 $44.67 $24.66 $69.33
Operators Class 1-B 1/1/2023 $38.50 $23.58 $62.08
Operators Class 1-B 1/1/2024 $40.30 $24.03 $64.33
Operators Class 1-B 1/1/2025 $42.10 $24.23 $66.33
Operators Class 1-B 1/1/2026 $43.67 $24.66 $68.33
Painters Class 1 (see notes)5/1/2018 $23.92 $14.37 $38.29
Painters - Line Stripping 12/1/2023 $42.10 $27.43 $69.53
BUREAU OF LABOR LAW COMPLIANCE
PREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & Industry
Report Date: 3/31/2025 Page 7 of 8
13
Project: 25-03434 - Heavy/Highway Effective
Date
Expiration
Date
Hourly Rate Fringe
Benefits
Total
Painters - Line Stripping 12/1/2024 $44.12 $27.91 $72.03
Painters Class 2 (see notes)5/1/2023 $29.15 $17.54 $46.69
Painters Class 2 (see notes)5/1/2024 $29.72 $18.08 $47.80
Painters Class 3 (see notes)5/1/2023 $34.90 $17.54 $52.44
Painters Class 3 (see notes)5/1/2024 $35.47 $18.08 $53.55
Pile Driver Divers (Building, Heavy, Highway)1/1/2023 $58.70 $21.22 $79.92
Pile Driver Divers (Building, Heavy, Highway)1/1/2024 $60.95 $21.97 $82.92
Pile Driver Divers (Building, Heavy, Highway)1/1/2025 $62.82 $22.72 $85.54
Pile Driver Divers (Building, Heavy, Highway)1/1/2026 $64.70 $23.47 $88.17
Piledrivers 1/1/2023 $39.13 $21.22 $60.35
Piledrivers 1/1/2024 $40.63 $21.97 $62.60
Piledrivers 1/1/2025 $41.88 $22.72 $64.60
Piledrivers 1/1/2026 $43.13 $23.47 $66.60
Steamfitters (Heavy and Highway - Gas Distribution)5/1/2022 $48.43 $40.28 $88.71
Truckdriver class 1(see notes)1/1/2023 $33.04 $22.13 $55.17
Truckdriver class 1(see notes)1/1/2024 $34.79 $22.63 $57.42
Truckdriver class 1(see notes)1/1/2025 $36.29 $23.13 $59.42
Truckdriver class 1(see notes)1/1/2026 $37.79 $23.63 $61.42
Truckdriver class 2 (see notes)1/1/2023 $33.50 $22.43 $55.93
Truckdriver class 2 (see notes)1/1/2024 $35.25 $22.93 $58.18
Truckdriver class 2 (see notes)1/1/2025 $36.75 $23.43 $60.18
Truckdriver class 2 (see notes)1/1/2026 $38.25 $23.93 $62.18
BUREAU OF LABOR LAW COMPLIANCE
PREVAILING WAGES PROJECT RATES
Commonwealth of Pennsylvania Department of Labor & Industry
Report Date: 3/31/2025 Page 8 of 8
14
15
BID SPECIFICATIONS
BASE BID
This project involves removal and disposal of the current split HVAC unit and provision and installation of
one new single package unit to provide both A/C and heat. The unit shall provide heating and cooling to
the kitchen space of the jail which is approximately 3,500 square feet.
Digital drawings of the existing system are not available for this project. Bidders can view hard prints in
person by contacting wpharman@franklincountypa.gov to make an appointment.
The current system consists of:
A/C Unit
Model: McQuay ACZ033AC27-ERM
Air cooled condensing unit
Scroll type compressors
33 Ton
R22 refrigerant
460 volt 3 phase
Air Handler and Gas Furnace Unit
Model: Reznor RPBL-800
Dx coil with downturn plenum
460 volt 3 phase
Input 800,000 btu
Output 640,000 btu
motorized Air control Dampers on both outside air inlet and return air duct
6000 CFM
Outside air weather hood
Serial Number: Illegible but believed to be 11337.
Requirements for new unit
The replacement unit shall provide for at minimum the same performance as the current system and shall
meet the following requirements:
• The package unit shall provide space condition as well as make up air for the kitchen exhaust
system.
• The package unit shall be 460v 3 phase.
• The package unit shall have a baffled weather hood on the outside air inlet.
• The package unit shall have modulating and interconnected outside air inlet damper and return
air damper.
• The package unit outside air damper shall be interlocked with the kitchen hood exhaust system.
• The package unit shall have an integrated air filter rack, with reusable washable mesh filters with
suggested thickness not less than 2''.
• The package unit shall have a blower fan capable of not less than 6000 CFM.
16
• The package unit shall adapt into existing supply and return ductwork at or near curb level. The
ductwork is inaccessible from the kitchen.
• The package unit shall incorporate a downturn plenum on the supply duct.
• The package unit shall have a 120 volt GFCI outlet mounted externally in a weather appropriate
box.
• The package unit shall have control functions compatible with or adaptable to the current NRG
Inc. system administered Schneider Electric system.
• The A/C side shall use R-454B refrigerant.
• The A/C side shall have an output rating of not less than 33 tons.
• The heating furnace side shall be gas fired.
• The heating furnace side shall be two stage.
• The heating furnace side shall have a BTU rating of not less than 650,000.
• Fully redundant A/C is not required.
All equipment furnished under this bid shall be new, unused and of the same quality as the
manufacturer’s current production model. Accessories not specifically mentioned but necessary to
furnish a complete and fully functioning unit shall be included. The equipment shall conform to the best
practice known to the trade in design, quality of material and workmanship.
Installation requirements
The installation contractor shall work in collaboration with NRG, Inc. to set up the control programming of
the new systems.
Warranty
A minimum warranty of 1 year from installation completion date is required for labor.
A minimum warranty of 1 year from installation completion date is required for parts and shall cover
shipping/delivery of the parts to the Jail.
Other
All bidders shall provide for on call ability for service including parts availability 24 hours a day, 7 days a
week with a response time of 24 hours or less.
General
During the mandatory pre-bid conference, potential bidders shall inspect the area to make themselves
aware of any and all conditions which might affect their bid and to verify dimensional requirements for
curb adapter to be furnished, if needed. It is the bidder’s responsibility to determine if the facility’s
structural framework is of sufficient load capacity rating for the new equipment being proposed.
The County prefers a unit to fit existing conditions and eliminate building alterations but will consider an
equal package unit with Bidder being responsible for alterations. The bidder shall describe any alterations
necessary in their bid submission.
17
Once awarded and the project is scheduled, work must be completed between the hours of 7am and 3pm
excluding holidays and weekends. Any exception must be mutually agreed upon by both Franklin County
and the contractor.
The successful bidder shall supply two copies each of maintenance, operating and wiring manuals. One
shall be a paper copy and the second one a digital copy in PDF format.
Safety
The Franklin County Jail is occupied by County employees, inmates and visited by the general public. The
Contractor will cooperate and coordinate with Franklin County to ensure the health and safety of all
persons at the jail, minimize noise impacts and ensure Jail operations can continue during the project.
All work performed shall be in accordance with all applicable codes, regulations, ordinances, rules and
regulations of all public, municipal, local and state jurisdictional codes that have bearing on the project.
The contractor must take measures to ensure the safety of County employees, inmates and visitors during
this project including but not limited to exposure to noise, dust, debris and any other potential hazard.
The contractor shall provide their own equipment, tools, personal protective gear, consumables, etc. to
perform all work.
The contractor shall provide any applicable Safety Data Sheets (SDS) to the County for the project.
Debris
The contractor shall provide and pay for a dumpster if required and is responsible for all removal of debris
from the site. If needed, the dumpster will be located on site at a location determined by the County. The
contractor is responsible for appropriate management of debris from the project. The contactor shall
clean project site and work areas daily and dispose of materials lawfully. The contractor shall maintain the
project site free of waste materials and debris at the end of each day. At the end of the project the
contractor shall remove masking, draping and other projection from adjacent surface and leave the area
in a clean condition free of debris. The job site shall be cleaned of all excess material; all areas impacted
by construction shall be restored to original condition as approved by the County.
Reporting
The contractor shall report problems and/or system deficiencies to the County on a daily basis along with
specific pricing to correct or repair. The contractor’s superintendent will keep daily reports outlining
areas/scope of work performed, unusual events, note requests for clarification issues, inspections
performed and any other pertinent information.
Other
The contractor shall provide a competent, full time superintendent at all times when work is in progress.
The superintendent will be fully empowered to contractually represent the contractor at all times during
the duration of the contract.
Parking and Staging will be at the direction of Franklin County Jail. The Contractor will ensure that the
building has ingress and egress during construction.
18
The contractor is responsible for all Taxes, Permits, Fees, Insurance and Bonding costs for this project. All
costs must be included in the bid price.
Any damage to the building, systems, or property caused by the contactor shall result in the contractor
repairing or replacing the damaged items(s) at no additional cost to the County.
ALTERNATE 1
As an optional alternate to the base bid stated in the Work above, bidders may optionally
provide the cost to provide and install a split system instead of a single package unit
replacement. All other requirements of the base bid remain the same.
The alternate bid shall be the amount to be added or deducted from the base bid if the alternate
solution is accepted rather than the base bid.
If the bidder elects not to provide the alternate, enter “No Bid” in the Alternate No. 1 section.
The Owner shall have the right to accept or decline the Alternate and determine the lowest
responsive and responsible bidder.
The alternate described in this section is part of the work only if enumerated in the Agreement.
ATTACHMENT A
REFERENCES
Reference #1
Company_______________________________________________________________________________
Contact Name___________________________________________________________________________
Company Address________________________________________________________________________
Company City, State & Zip_________________________________________________________________
Contact Phone Number___________________________________________________________________
Contact Email___________________________________________________________________________
Description of Work Preformed ____________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
Reference #2
Company_______________________________________________________________________________
Contact Name___________________________________________________________________________
Company Address________________________________________________________________________
Company City, State & Zip_________________________________________________________________
Contact Phone Number___________________________________________________________________
Contact Email___________________________________________________________________________
Description of Work Preformed ____________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
Reference #3
Company_______________________________________________________________________________
Contact Name___________________________________________________________________________
Company Address________________________________________________________________________
Company City, State & Zip_________________________________________________________________
Contact Phone Number___________________________________________________________________
Contact Email___________________________________________________________________________
Description of Work Preformed ____________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT
1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid and in
accordance with the Pennsylvania Antibid-Rigging Act, 73 P.S. 1611 et seq.
2. This Non-Collusion Affidavit must be executed by the member, officer or employee of the Bidder who makes
the final decision on prices and the amount quoted in the bid.
3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in
connection with the submission of bids are unlawful and may be subject to criminal prosecution.
The person who signs the Affidavit should examine it very carefully before signing and assure
himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of
all other persons employed by or associated with the bidder with responsibilities for the
preparation, approval, or submission of the bid.
4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the
bid documents, and an Affidavit must be submitted separately on behalf of each party.
5. The term “Complementary Bid” as used in the Affidavit has the meaning commonly associated with
the term in the bidding process, and includes the knowing submission of bids higher than the bid of
another firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for
the purpose of giving a false appearance of competition.
6. Failure to file an Affidavit in compliance with these instructions will result in disqualification of the
bid.
7. A person’s affidavit stating that the person has been convicted or found liable of any act prohibited
by State or Federal law in any jurisdiction involving conspiracy or collusion with respect to bidding
in any public contract within the last three (3) years does not prohibit a governmental agency from
accepting a bid or awarding a contract to that person, but may be a ground for administration,
suspension or debarment in the discretion of a governmental agency under the rules and
regulations of that agency, or, in the case of a governmental agency with no administrative
suspension or debarment regulations or procedures, may be a ground for consideration on the
question whether such agency should decline to award the contract to that person on the basis of a
lack of responsibility.
NON-COLLUSION AFFIDAVIT
Contract/Bid No : 2025232-03
State of: ________________________:
: ss
County of: ______________________:
I state that I am ____________ of __________________________________________________
(Title) (Firm)
and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and
officers. I am the person responsible in my firm for the price(s) and the amount of this bid.
I state that:
1. The price(s) and amount of this bid have been arrived at independently and without consultation,
communication or agreement with any other contractor, bidder or potential bidder.
2. Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor
approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or
potential bidder, and they will not be disclosed before bid opening.
3. No attempt has been made or will be made to induce any firm or person to refrain from bidding on
this contract, or to submit a bid higher than this bid, or to submit any intentionally high or
noncompetitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from, any firm or person to submit a complementary or other noncompetitive bid.
5. ________________________________, its affiliates, subsidiaries, officers, directors, and
(Firm)
employees are not currently under investigation by any governmental agency and have not in the
last four years been convicted or found liable for any act prohibited by State or Federal Law in any
jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except
as follows:
6. ___________________________ has or has not (circle one) been convicted or found liable for any
act prohibited by State or Federal Law in any jurisdiction involving conspiracy or collusion with
respect to bidding on any public contract within the last three (3) years.
I state that ____________________________________ understands
(Firm)
acknowledges that the above responsibilities are material and important,
and will be relied on by the Owner in awarding the contract(s) for which
this Bid is submitted. I understand and my firm understands that any
misstatement in this affidavit is and shall be treated as fraudulent
concealment from the Owner of the true facts relating to the submission
of bids for this contract.
______________________________________
Name
______________________________________
Company Position
SWORN TO AND SUBSCRIBED
BEFORE ME THIS ___________
DAY OF _________, 20 _______.
_______________________________________
Notary Public
My Commission Expires:
AGREEMENT
THIS AGREEMENT, made this ___ day of _________________ 2025, by and between the COUNTY OF
FRANKLIN, PENNSYLVANIA, by and through the FRANKLIN COUNTY COMMISSIONERS, a political subdivision
existing under the laws of the Commonwealth of Pennsylvania, (hereinafter called Owner), and
____________________ with a business address of ___________________________ (hereinafter called
Contractor).
WITNESSETH, that for, and in consideration of, the mutual promises, covenants, and
agreements by each of the parties hereto to the other made, the parties hereto, with the intention
to be legally bound, do covenant, promise, and agree as follows:
1. The Contractor shall supply all work and comply with all requirements of the Contract
Documents, as defined herein and as referenced on the Invitation for Bid and Bid, IFB# _________, Franklin
County Jail Secure Door Replacement Project.
The scope of the work shall be as defined in the Bid Specifications attached to the Invitation for Bids,
IFB# _______________ .
2. The Owner will pay the Contractor the lump sum price of _____________________________
dollars upon completion and, as agreed upon by both parties.
Contractor shall invoice owner for all construction services upon final approval and acceptance by
Owner. All invoices shall be due upon presentation and shall be considered past due if not paid within forty-five
(45) days of the date of the invoice.
The parties acknowledge and agree that this Project is subject to the Pennsylvania Prevailing Wage Act,
43 P.S. § 165-1, et seq. (the “Prevailing Wage Act”) The Contractor expressly agrees to comply with the
Prevailing Wage Act in all respects, and shall compensate all workmen (as that term is defined under the
Prevailing Wage Act) pursuant to the wage and fringe benefit rates established thereunder. Contractor shall
further provide all requested information and documents, including, but not limited to, certified payroll and
compensation documents to Owner within five (5) days of request. Failure to comply with the Prevailing Wage
Act shall entirely relieve the Owner of the obligation to make payment under this Agreement. Contractor shall
fully indemnify and hold the Owner harmless for all remedies and/or penalties imposed under the Prevailing
Wage Act for violation thereof, including, but not limited to, reasonable attorneys’ fees and costs.
3. The term "Contract Documents" means and includes the following:
a) Invitation for Bids and Request for Bid Package;
b) Instructions for Bidders;
c) Bid, dated ____________________;
d) Bid Bond;
e) Agreement;
f) Special Conditions, if any;
g) Instructions for Non-Collusion Affidavit;
h) Non-Collusion Affidavit;
i) Waiver of Liens;
j) Notice of Intent to Award;
k) Notice to Award;
1) Notice to Proceed;
m) Certificate of Insurance;
n) Statement of Surety Company;
o) Specifications and Drawings consisting of sheets numbered
p) Addenda, if any:
No. __________ Dated: ________________
No. __________ Dated: ________________
No. __________ Dated: ________________
All of the above-listed documents are hereby incorporated by reference into this Agreement.
4. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors, and assigns, but it may not be assigned by the Contractor without
the express written consent of the Owner.
5. Contractor specifically acknowledges and reaffirms its responsibility to obtain and maintain all
insurance coverages set forth in Section 12 of the Request for Bid, which is incorporated herein by reference.
6. Contractor agrees to indemnify and hold harmless the County, its successors, administrators,
board members, commissioners, assigns, attorneys, insurers, employees, and agents (the “County Releasees”)
from and against, and to reimburse the County Releasees with respect to, any and all claims, demands, causes of
action, losses, damages, liabilities, penalties, assessments, costs, and expenses (including reasonable attorneys’
fees and other costs and expenses incident to any claim, suit, action or proceeding) arising out of or resulting
from the work pursuant to this Agreement, the Franklin County Human Services Roof Replacement Project,
including all claims of third party personal injury and/or property damage, and the business relationship
between the parties, including, without limitation, any and all known or unknown, foreseen or unforeseen,
matured or unmatured claims and the consequences thereof.
Contractor, for and in consideration of the mutual promises contained in this Agreement, hereby
remises, releases and forever discharges the County Releasees, and, by these presents, does, for its successors,
administrators, assigns, heirs, executors, and agents, remise, completely release and forever discharge the
County Releasees, of and from any and all past, present or future claims, demands, obligations, actions, causes
of action, rights, damages, costs, fees, including attorneys’ fees, expenses and compensation of any nature
whatsoever, whether based on a tort, contract, or any other theory of recovery, and whether for compensatory,
statutory, or punitive damages, which Contractor now has, or which may hereafter accrue or otherwise be
acquired, on account of, or in any way growing out of, or in any way related to any personal injury or property
damage, of any kind or sort whatsoever, arising out of the work described in the Request for Bid and this
Agreement, including, without limitation, any and all known or unknown, foreseen or unforeseen, matured or
unmatured claims and the consequences thereof.
7. This Agreement shall be governed and interpreted under the laws of the Commonwealth of
Pennsylvania. All claims arising hereunder shall be filed only in the Court of Common Pleas for the Thirty-Ninth
Judicial District of Pennsylvania-Franklin County Branch.
8. If either party fails to fulfill in a timely or proper manner its obligations under this Agreement, or
if either party violates any of the covenants or stipulations of this Agreement, the party injured thereby shall
have the right to terminate this Agreement by providing written notice of such termination and specifying the
effective date thereof. No less than thirty (30) days’ notice shall be provided before the effective date of such
termination. Notwithstanding the foregoing, the Owner shall have the right to terminate this Agreement for
convenience upon fourteen (14) days’ written notice to the Contractor. In the event that the Owner elects to
terminate this Agreement for convenience prior to Contractor’s completion for the work required hereunder,
the Contractor shall be compensated for all work satisfactorily completed in an amount proportionate to
services actually provided by Contractor.
9. If an action at law or in equity is necessary to enforce or interpret the terms of this Agreement,
the prevailing party shall be entitled to recover, in addition to any other relief, reasonable attorneys' fees, costs
and disbursements.
10. In carrying out the terms of this Agreement, both parties agree not to discriminate against any
employee or other person because of gender, ancestry, age, race, color, sex, religious creed, national origin,
marital status, handicap or disability, sexual orientation or in violation of the Pennsylvania Human Relations Act,
federal, state or local laws. The Contractor and the Owner shall comply with the Contract Compliance
Regulations of the Pennsylvania Human Relations Commission, any pertinent Executive Order of the Governor,
the Federal Civil Rights Act of 1964, the Multi-Ethnic Placement Act of 1994, the Small Business Job Protection
Act of 1996 and with all other laws, regulations, or directives prohibiting discrimination in hiring or employment
opportunities.
11. A. The Contractor certifies that it is not currently under suspension or debarment by any
federal, state or local government or agency, and if the Contractor cannot so certify, then it agrees to submit a
written explanation of why such certification cannot be made.
B. If the Contractor enters into subcontracts or employs under this Agreement any
subcontractors/individuals who are currently suspended or debarred by the County, Commonwealth or federal
government, or who become suspended, or debarred, by the Commonwealth or federal government during the
term of this Agreement, or any extension or renewals thereof, the County or Commonwealth shall have the right
to require the Contractor to terminate such subcontracts or employment.
C. The Contractor agrees to reimburse the County or Commonwealth for the reasonable
costs of investigating the Contractor’s compliance with terms of this or any other Agreement between the
Contractor and the County or Commonwealth which result in the suspension or debarment of the Contractor or
its subcontractor. Such costs shall include, but are not limited to, salaries of the investigators, including
overtime, travel and lodging expenses, and expert witness and documentary fees. The Contractor shall not be
responsible for investigative costs that do not result in the Contractor’s or subcontractor’s suspension or
debarment.
D. The Contractor may obtain the current list of suspended and debarred contractors by
contacting the:
Department of General Services
Office of Chief Counsel
603 North Office Building
Harrisburg, PA 17125
Phone: (717) 763-6472
FAX: (717) 787-9138
12. The Contractor shall transfer the manufacturers’ warranties to the Owner on all materials used
on the project. The Contractor shall provide a one (1) year workmanship warranty on the completely installed
project.
Contractor shall warrant against defects in workmanship for the installation of the doors for a period of
One (1) year commencing upon the completion date.
Contractor shall perform all work hereunder in accordance with the generally accepted standards and
practices of the industry. The Contractor shall render diligently and competently all services specified
hereunder. The Owner shall not be responsible for discovering deficiencies in the work. The Contractor shall
cause to be corrected, at no cost or expense to the Owner, any deficiencies in the work.
13. This Agreement, including all of the Contract Documents set forth in Paragraph 3, contains the
entire agreement between the parties, and no other agreements, oral or otherwise, regarding the subject
matter of the Agreement shall be deemed to exist or bind any of the parties.
14. This Agreement shall not be modified except by a written document signed by the parties
hereto.
IN WITNESS WHEREOF, the County of Franklin, Pennsylvania have caused these presents to be executed
and its corporate seal affixed thereto and the Contractor has caused these presents to
be executed in a like manner the days and year above written.
ATTEST:
_____________________ ____________________________
By:
ATTEST: COUNTY OF FRANKLIN, PA
_____________________ ______________________________
Dean A. Horst, Chairperson
______________________________
John T. Flannery, Commissioner
______________________________
Robert G. Ziobrowski, Commissioner
BID FORM
IFB 2025232-03 KITCHEN HVAC REPLACEMENT FOR THE FRANKLIN COUNTY JAIL
To: Franklin County Controller’s Office
Franklin County Administration Building
272 North Second Street
Chambersburg, PA 17201
The undersigned, having carefully examined the specifications and instructions to bidders, and being familiar with the
various requirements concerning the work, agree to furnish all materials and preform all work necessary in strict
accordance with the Contract Documents for the consideration in the following amount:
Base Bid
Proposed Make: _____________________________________________________________________
Proposed Model: ___________________________________________________________________
Total Project Cost: $__________________________________________________________ (words)
$__________________________________________________________ (figure)
Alternate No. 1 – Refer to Addendum #2 for the description and provisions of the alternate listed below
Proposed Make: _____________________________________________________________________
Proposed Model: ___________________________________________________________________
The addition/deduction of: $__________________________________________________________
(circle one) (words)
$__________________________________________________________ (figure)
If written notice of the acceptance of the bid is mailed or delivered to the undersigned within thirty (30) days after
the day set for the opening of this bid or at any other time thereafter before it is withdrawn, the undersigned will
execute and deliver the contract documents to the Owner in accordance with this bid as accepted, and will also
furnish and deliver to the Owner the Performance Bond within seven (7) days after personal delivery or after deposit
in the mail of the notification of acceptance of this bid.
Notice of acceptance, or request for additional information, may be addressed to the undersigned at the address set
forth below.
The undersigned hereby declares that this bid is made without connection with any other person or persons making a
bid for the same work and is without collusion or fraud.
Submitted by:________________________________
(Type Name)
Signed by: __________________________________
Title: ______________________________________
Address: ___________________________________
Phone: ____________________________________
Date: ______________________________________
___________________________________________
Contractor
___________________________________________
Address
___________________________________________
(Submitted By)
BID FORM
IFB 2025232-03 KITCHEN HVAC REPLACEMENT FOR THE FRANKLIN COUNTY JAIL
To: Franklin County Controller’s Office
Franklin County Administration Building
272 North Second Street
Chambersburg, PA 17201
The undersigned, having carefully examined the specifications and instructions to bidders, and being familiar with the
various requirements concerning the work, agree to furnish all materials and preform all work necessary in strict
accordance with the Contract Documents for the consideration in the following amount:
Base Bid
Proposed Make: _____________________________________________________________________
Proposed Model: ___________________________________________________________________
Total Project Cost: $__________________________________________________________ (words)
$__________________________________________________________ (figure)
Alternate No. 1 – Refer to Addendum #2 for the description and provisions of the alternate listed below
Proposed Make: _____________________________________________________________________
Proposed Model: ___________________________________________________________________
The addition/deduction of: $__________________________________________________________
(circle one) (words)
$__________________________________________________________ (figure)
If written notice of the acceptance of the bid is mailed or delivered to the undersigned within thirty (30) days after
the day set for the opening of this bid or at any other time thereafter before it is withdrawn, the undersigned will
execute and deliver the contract documents to the Owner in accordance with this bid as accepted, and will also
furnish and deliver to the Owner the Performance Bond within seven (7) days after personal delivery or after deposit
in the mail of the notification of acceptance of this bid.
Notice of acceptance, or request for additional information, may be addressed to the undersigned at the address set
forth below.
The undersigned hereby declares that this bid is made without connection with any other person or persons making a
bid for the same work and is without collusion or fraud.
Submitted by:________________________________
(Type Name)
Signed by: __________________________________
Title: ______________________________________
Address: ___________________________________
Phone: ____________________________________
Date: ______________________________________
___________________________________________
Contractor
___________________________________________
Address
___________________________________________
(Submitted By)
BID CHECKLIST
Bid Forms – 2 copies _____
References (Attachment A) _____
Non-Collusion Affidavit _____
Cut Sheet/Technical Data Sheet _____
Description of any building alterations necessary _____