Projects Bidding


Project Post Date Contract Contact
LIGONIER VALLEY SCHOOL DISTRICT 2026 HOT MIX PAVING PROJECT

Separate and sealed bid proposals will be received by The Ligonier Valley School District, Westmoreland County, Pennsylvania, at the Administrative Office, located at 339 West Main Street, Ligonier, PA, 15658, until 12:00 noon. prevailing time on March 05, 2026, at which time they will be opened and publicly read for the following project:

Ligonier Valley School District
2026 Hot Mix Paving Project
Contract 1/2026

Copies of the Contract Documents may be obtained at the office of Gibson-Thomas Engineering Co., P. O. Box 853, Eiseman Building, 1004 Ligonier Street, Latrobe, PA 15650, between the hours of 9:00 a.m. and 4:00 p.m., upon a non-refundable payment of $150.00 for each set of contract documents.

The work will consist of the contractor milling approximately 17,000 SY, installing 935 ton of level course, 18,000 SY of 1½“ wearing course, 975 SY of 4” binder course, 975 SY of 6” subbase, 150 SY of concrete sidewalk replacement, 210 LF of concrete curb replacement, 360 CY of excavation, 2 inlet replacements, and line painting.

The Contractor is advised that the Pennsylvania Prevailing Wage requirements apply to Contract 1/2026 as determined by the Secretary of the Department of Labor and Industry.

All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act). All workers on the job site shall have Act 151, Act 34 and FBI clearances.

Each Proposal shall be accompanied with a certified check or Bidder's Bond in the amount of ten percent (10%) of the proposal, in favor of Ligonier Valley School District.

Notice is hereby given that the bituminous price index in accordance with PennDOT Form 408 is applicable for the Contract.

Ligonier Valley School District reserves the right to reject any or all bids or to waive any informality in bids received. No bidder may withdraw his bid within sixty (60) days after the actual date of the opening.

More Information
TARENTUM BOROUGH TRIPAK WATERLINE REPLACEMENT PROJECT

Separate and sealed proposals will be received by Tarentum Borough, Allegheny County, Pennsylvania, at the Borough Office, 318 Second Avenue, Tarentum, PA 15084 until 1:30 p.m. prevailing time on March 4, 2026, at which time they will be opened and publicly read for the following project:

Tarentum Borough
Tripak Waterline Replacement Project
Contract 2/2026

Copies of the Contract Documents may be obtained at the office of Gibson-Thomas Engineering Co., P. O. Box 853, Eiseman Building, 1004 Ligonier Street, Latrobe, PA 15650, between the hours of 9:00 a.m. and 4:00 p.m., upon a non-refundable payment of $125.00 for each set of contract documents.

"Compliance is required with the Pennsylvania Prevailing Wage Act of 1961, P.L. 987, No. 442; 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); Executive Order 11625 (Utilization of Minority Business Enterprise); Executive Order 12138 (Utilization of Female Business Enterprise); in compliance with Section 504 of Rehabilitation Act of 1973 and Americans with Disabilities Act of 1990; 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 Businesses."

Each Proposal shall be accompanied with a certified check or Bidder's Bond in the amount of ten percent (10%) of the proposal, in favor of Tarentum Borough.

The Contractor is advised that the Pennsylvania Prevailing Wage requirements apply to this project as determined by the Secretary of the Department of Labor and Industry.

All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act).

No bid may be withdrawn for sixty (60) days after the same has been filed with the Borough of Tarentum.

The Borough of Tarentum reserves the right to reject any or all bids or to waive any informality in bids received.

More Information
CLYMER BOROUGH MUNICIPAL AUTHORITY STORM IMPROVEMENTS

Separate and sealed proposals will be received by the Clymer Borough Municipal Authority, at the Municipal
Office located at 470 Adams Street, Clymer, PA 15728 until 10:00 a.m. prevailing time, on Tuesday, March
3, 2026, at which time they will be opened and publicly read for the following project:

CLYMER BOROUGH MUNICIPAL AUTHORITY
CLYMER BOROUGH STORM IMPROVEMENTS
Contract 1/2026

The Project consists of improvements to eleven existing storm sewer outfalls into Two Lick Creek,
replacement of an existing inlet and sidewalk along a State Road, improvements to an existing storm sewer
headwall and construction of a storm sewer debris basin within the Borough of Clymer.

Copies of the Contract Documents must be obtained at the office of GIBSON-THOMAS ENGINEERING
located at 1004 Ligonier Street., (P. O. Box 853), Latrobe, PA 15650, between the hours of 9:00 a.m.
and 4:00 p.m. upon the payment of a non-refundable fee of $250.00.

Each Proposal shall be accompanied with a certified check or Bidder's Bond in the amount of ten percent
(10%) of the proposal, in favor of the Borough of Clymer. No faxed Bids will be accepted. No Bid Bond shall
be waived or returned because the Bidder has failed to or cannot comply with any requirements as set forth
in the plans, specifications, or any applicable statutes of the Commonwealth of Pennsylvania, or any applicable
municipal ordinances.

This project is being funded in part by the Pennsylvania Commonwealth Financing Authority. All contractors
must adhere to Act 127 of 2012 (Public Works Employment Verification Act), Non-Discrimination/Sexual
Harassment Provisions, State Contractor Responsibility Program, the Americans with Disability Act, AntiPollution Regulations, Prohibition of Illegal Alien Labor on Assisted Project Act and the Steel Products Procurement Act.

No bid may be withdrawn for sixty (60) days after the same has been filed with the Authority.

All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act).

The Pennsylvania Prevailing Wage Requirement will apply to this project.

The Borough of Clymer reserves the right to reject any or all bids or to waive any informality in the Bid
Proposals received and bidding procedure.

More Information
MUNICIPAL AUTHORITY OF WESTMORELAND COUNTY CITY OF JEANNETTE SANITARY SEWER LATERAL LINING

Separate and sealed proposals will be received by the Municipal Authority of Westmoreland County at its office at 124 Park and Pool Road, New Stanton, Pennsylvania, 15672 (mailing address: PO Box 730, Greensburg, PA 15601) on March 6, 2026 until 1:00 p.m., prevailing time, at which time they will be opened and read publicly for the following project:

City of Jeannette - Sanitary Sewer/Lateral Lining - Contract R025-26

Prospective Bidders may obtain or examine the Bidding Documents at the office of GIBSON-THOMAS ENGINEERING 1004 Ligonier Street., P. O. Box 853, Latrobe, PA 15650, between the hours of 9:00 a.m. and 4:00 p.m. Bidding Documents are available for purchase upon the payment of a non-refundable fee of $150.00.

Bids can either be mailed using the above address or dropped off in the "Bid Mailbox" located at the entrance to the Distribution and Engineering Office Building 3. A picture of the New Stanton Campus Layout as well as the drop-off location are included with the bid specifications to provide clarification. Bids will be opened in the Distribution and Engineering Office Building 3. Neither the Owner nor the Engineer will be responsible for full or partial sets of Bidding Documents, including addenda, if any, obtained from sources other than Gibson-Thomas Engineering.

A Non-Mandatory Pre-bid conference for the Project will be held on February 26, 2026 at 9:00 a.m at the Municipal Authority of Westmoreland County Board Room. Attendance at the pre-bid conference is encouraged but not required in order to submit a bid.

Each Proposal shall be accompanied with a certified check or Bidder's Bond in the amount of ten percent (10%) of the proposal, in favor of the Municipal Authority of Westmoreland County.

No bid may be withdrawn for one hundred twenty (120) days after the same has been filed with the Authority.

All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act).

The Pennsylvania Prevailing Wage Requirement does apply to this project.

The Authority reserves the right to reject any or all bids or to waive any informality in bids received.

Instructions to Bidders.

For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.

Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A - Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference applies an American Iron and Steel requirement to this project. All listed iron and steel products used in this project must be produced in the United States. The term “iron and steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. The following waivers apply to this Contract: DeMinimis, Minor Components, Pig Iron and direct reduced iron.

This project is subject to the Build America, Buy America Act (BABAA) requirements under Title IX of the Infrastructure Investment and Jobs Act (IIJA), Pub. L. 117-58, §§ 70901-70953. Absent an approved waiver, all iron, steel, manufactured products, and construction materials used in this project must be produced in the United States. The following BABAA waivers apply to this Contract: DeMinimis, Small Grants, and Minor Components.

This Contract is expected to be funded in part with funds provided by the United States Department of Agriculture, Rural Utilities Service (RUS).

More Information
MUNICIPAL AUTHORITY OF WESTMORELAND COUNTY TRUCK WASH

Separate and sealed proposals will be received by the Municipal Authority of Westmoreland County at its office at 124 Park and Pool Road, New Stanton, Pennsylvania, 15672 (mailing address: PO Box 730, Greensburg, PA 15601) on March 9, 2026 until 10:00 a.m. prevailing time, at which time they will be opened and read publicly for the following project:

TRUCK WASH
Contract R049-26

Bids can either be mailed using the above address or dropped off in the "Bid Mailbox" located at the entrance to the Distribution and Engineering Office Building 3. A picture of the New Stanton Campus Layout as well as the drop-off location are included with the bid specifications to provide clarification.

Contract Documents, including Drawings and Detailed Specifications, are on file at the office of Gibson-Thomas Engineering, 1004 Ligonier St., Latrobe, PA 15650.

Copies of the Plans and Specifications must be requested from Gibson-Thomas Engineering, between the hours of 9:00 a.m. and 4:00 p.m. upon a non-refundable payment of $150.00

Bidders will be responsible for viewing the project on their own. Any questions regarding the project must be submitted to Peter Buss no later than 4:00 P.M. on March 5, 2026, via fax (724) 539-3697 or email at peter.buss@gibson-thomas.com.

Bid Packages must be clearly marked "PROPOSAL ENCLOSED – CONTRACT R049-26 with the associated contract number on the lower left corner of the Bid Envelopes. All bids received will be opened and read at the Distribution and Engineering Office Building #3 at the time and place designated above.

Each proposal shall be accompanied with a certified check or Bid Bond in the amount of ten percent (10%) of the proposal, in favor of the Municipal Authority of Westmoreland County.

No bid may be withdrawn for sixty (60) days after the same has been filed with the Municipal Authority of Westmoreland County.

Pennsylvania Prevailing Wages are applicable to this project.

Any bid not submitted under the conditions provided herein will be rejected.

The Municipal Authority of Westmoreland County reserves the right to reject any or all bids or to waive any informality in bids received or to accept any bid it deems in its best interest.

More Information
MUNICIPAL AUTHORITY OF BUFFALO TOWNSHIP FREEPORT WTP EXPANSION

Notice is hereby given that Sealed Bids will be received by the Municipal Authority of Buffalo Township at its office at 707 South Pike Road, Sarver, PA 16055, until 1:00 p.m., prevailing time, on April 9, 2026 at which time they will be opened and publicly read for the following projects:

Freeport WTP Expansion

General/Mechanical - Contract 1/2026
Electrical – Contract 2/2026

Copies of the Contract Documents may be obtained at the office of GIBSON-THOMAS ENGINEERING COMPANY, 1004 Ligonier Street, P. O. Box 853, Latrobe, Pennsylvania, 15650, weekdays between the hours of 9:00 a.m. and 4:00 p.m. upon payment of a non-refundable fee of $250.00 for each set of Bid Documents.

Each Bid Proposal shall have with it a Bid Bond which has, as security, either a corporate surety or a bank or cashier’s check payable to the “Municipal Authority of Buffalo Township” same in an amount equal to ten percent (10%) of the Bid Proposal submitted. No Bid Bond shall be waived or returned because the Bidder has failed to, or cannot comply with, any requirements set forth in the plans, specifications, or any applicable federal or state statutes and regulations or municipal ordinances. No Bid Proposal may be withdrawn for sixty (60) calendar days after the scheduled closing time for its receipt.

A Pre-Bid Meeting will be held on March 25, 2026 @ 10:00 a.m. at the Freeport Water Treatment Plant. Attendance at this meeting is not mandatory.

All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act), Nondiscrimination/Sexual Harassment Provisions, State Contractor Responsibility Program, the Americans with Disability Act, Anti-Pollution Regulations, Contractor Integrity Provisions, Prohibition of Illegal Alien Labor on Assisted Project Act and the Right-of-Know Law , Build American Buy American and the American Iron & Steel Act/Steel Product Procurement Act.

Prevailing wages established under the Davis-Bacon Act will apply to these contracts.

The Authority does not discriminate regarding race, color, religion, sex, national origin, disability or age in its employment procedures and practices or in access to the Authority’s services and programs. The Authority reserves the right to reject any or all Bid Proposals or to waive any informality in the Bidding.

More Information
YOUNGWOOD BOROUGH DEPOT STREET STORM WATER IMPROVEMENT

Separate and sealed bid proposals will be received by Youngwood Borough, Westmoreland County, Pennsylvania, at
the Youngwood Borough Municipal Office, located at 17 South Sixth Street, Youngwood, PA 15697 until 10:00 a.m.
prevailing time on March 18, 2026, at which time they will be opened and publicly read for the following project:

Youngwood Borough
Depot Street Stormwater, Road and Water Line Improvement Project
Contract 1/2026

The construction work for this project will consist of milling, paving, line painting, curbing, and sidewalk upgrades for
roadway improvements. The work within the roadway consists of storm sewer collections and conveyance upgrades
around 1,300 ft of pipe and 23 inlets. Roadway work will also include 1,200 ft of waterline replacement with valves and
interconnections. Water line services and interconnections will be made by the MAWC Water Authority staff. The
Contractor will be responsible for opening ditch line and installing new main line. Storm sewer and water line work is
located generally within Depot Street from 4th Street up to 8th Street. Road resurfacing includes Depot Street and
several adjacent roads and alleys.

Copies of the Contract Documents must be obtained at the office of Gibson-Thomas Engineering Co., P. O. Box 853,
Eiseman Building, 1004 Ligonier Street, Latrobe, PA 15650, between the hours of 8:00 a.m. and 4:00 p.m., upon a
non-refundable payment of $150.00 for each set of contract documents. No refund will be made for bid documents.

This project is being funded in whole or in part by the Commonwealth of Pennsylvania, Commonwealth
Financing Authority (CFA) and the PA Department of Community and Economic Development (DCED). All
contractors must adhere to Act 127 of 2012 Public Works Employment Verification Act, Nondiscrimination/Sexual Harassment Provisions, State Contractor Responsibility Program, the Americans with
Disability Act, Anti-Pollution Regulations, Prohibition of Illegal Alien Labor on Assisted Project Act and the
Steel Products Procurement Act.

The Pennsylvania Prevailing Wage Rate Requirements will apply to this project. Labor Compliance is mandatory.

Each Proposal shall be accompanied by a certified check or Bidder’s Bond in the amount of ten percent (10%) of the
proposal, in favor of Youngwood Borough. Bid packages must be clearly marker “Proposal Enclosed” with job name and
contract number on the lower left corner of the Bid Envelope. No faxed Bids will be accepted. No Bid Bond shall be
waived or returned because the Bidder has failed to or cannot comply with any requirements as set forth in
the plans, specifications, or any applicable statutes of the Commonwealth of Pennsylvania, or any applicable
municipal ordinances.

No bid may be withdrawn for sixty (60) days after the same has been filed with Youngwood Borough.
Youngwood Borough Council reserves the right to reject any or all bids or to waive any informality in bids received.

More Information
UNITY TOWNSHIP MUNICIPAL SANITARY AUTHORITY 2026 ANNUAL PIPE BURSTING CONTRACT AS NEEDED

Separate and sealed proposals will be received by Unity Township Municipal Sanitary Authority, Westmoreland County, Pennsylvania, at its office, located at 370 Pleasant Unity Mutual Rd, Greensburg, Pennsylvania, 15601, until 11:00 a.m., prevailing time, March 16, 2026, at which time they will be opened and publicly read for the following project:

2026 Annual Pipe Bursting Contract.
As Needed
Contract 1/2026

Copies of the Contract Documents must be obtained at the office of Gibson-Thomas Engineering Co., located at , 1004 Ligonier Street, Latrobe, PA 15650, between the hours of 9:00 a.m. and 4:00 p.m., upon the payment of a non-refundable fee of $100.00 for each set of Bid Documents.

All interested Bidders must be prequalified by the Authority prior to submitting any Bid. Specifications will not be given out to Contractor’s who have not been prequalified. Minimum requirements for prequalification include but may not be limited to five (5) years of documented Pipe Bursting experience. (With a minimum of 5,000 LF of installation)

All Bid Proposals must be accompanied by a Bid Bond which shall have, as security therefore, either a Corporate Surety or certified cashier’s check payable to the Unity Township Municipal Authority, same to be in an amount equal to ten percent (10%) of the total Bid Proposal submitted. All Corporate Sureties must be registered in the State of Pennsylvania.

No bid may be withdrawn for ninety (90) days after the same has been filed with the Unity Township Municipal Authority.

All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act).

The Pennsylvania Prevailing Wage Requirements do apply to this project.

The Unity Township Municipal Authority reserves the right to reject any or all bids or to waive any informality in Bid Proposals or procedures.

More Information
NORTH STRABANE TOWNSHIP 2026 PAVING PROGRAM

Separate and sealed proposals will be received by North Strabane Township at their Municipal Building,
located at 1957 Rt. 519, Canonsburg, PA, 15317, until Noon, prevailing time, on Friday, March 13, 2026, at
which time they will be opened and publicly read for the following project:

2026 North Strabane Township Paving Program
Contract 2/2026

The project will consist of a Base Bid and Alternate Bids:

Base Bid – Milling 3.5” Depth approximately 29,400 s.y.; Base Repair 1,700 s.y.;
installing approximately 3,740 tons of (2.5” Depth) 19 mm Binder Course (PG 64-22, 3.0
to 30.0 million ESAL’s SRL-M); 2,685 tons of 1-½“ Depth Wearing Course (9.5 mm, PG
64-22, 3.0 to 30.0 million ESAL’s SRL-M); also to include tack coat, 4” Double Yellow Line
Striping, Wedge Curb, driveway transitions, keyways and traffic control measures.

Alternate Bid 1– Milling of 1.5” Depth approximately 2,350; also to include keyways and
traffic control measures.

Alternate Bid 2 – install approximately 220 tons of 1-1/2” Depth Wearing Course (9.5
mm, PG 64-22, 3.0 to 30.0 million ESAL’s SRL-M), include tack coat, 4” Double Yellow
Line, wedge curb and traffic control measures.

Copies of the CONTRACT DOCUMENTS may be obtained at the office of Gibson-Thomas Engineering,
located at 1004 Ligonier Street; 5th Floor, Latrobe, PA 15650 (Telephone: 724-539-8562), between the hours
of 8:00 a.m. and 4:00 p.m. upon a non-refundable payment of $150.00 for each set. Checks shall be
made payable to Gibson-Thomas Engineering Co., Inc.

The Contractor shall inspect and review each roadway or project area prior to submitting a bid.

Itemized quantities and listing of individual roadways are provided in the bid documents.

Based upon budget limitations and financial capability of the Owner, North Strabane Township has the right to
accept or deny any or all Bids.

Notice is hereby given that the Contractors are subject to provisions of the PA Prevailing Wage Act.

All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act).

Each Proposal shall be accompanied by a certified check or Bidder's Bond in the amount of ten percent (10%)
of the proposal, in favor of North Strabane Township.

Each Bidder shall certify they are a prequalified contractor by PennDOT and attach the certificate to
the outside of their proposal envelope.

North Strabane Township reserves the right to reject any or all bids or parts thereof, or items therein, to waive
any informality in bids received and to accept the bid which is in their best interests. No bidder may withdraw
his bid within sixty (60) days after the actual date of the opening.

More Information

Need Help on Your Next Project?

Our past experience, key staff and commitment to total client satisfaction are the major factors that our clients consider when contracting with Gibson-Thomas Engineering.

Contact Us Today

Gibson-Thomas is a multi-discipline consulting engineering firm established in 1916 in Latrobe, Pennsylvania. Our past experience, key staff and commitment to total client satisfaction are the major factors that our clients consider when contracting with Gibson-Thomas.

724-539-8562
Corporate Office
    • 1004 Ligonier Street
      Latrobe, PA 15650
    • P: 724-539-8562
Pennsylvania Offices
  • Fayette Office
    • Lemont Furnace, PA
    • P: 724-323-8020
  • Harrisburg Office
    • Camp Hill, PA
    • P: 717-612-9880
  • Indiana Office
    • Indiana, PA
    • P: 724-471-2246
  • Pittsburgh Office
    • Wexford, PA
    • P: 724-935-8188
  • Washington Office
    • Eighty Four, PA
    • P: 724-249-2603
Florida Office
    • Fort Myers, FL
    • P: 239-776-2908