BLACKLICK TOWNSHIP SUPERVISORS NEHRIG ROAD BRIDGE REPLACEMENT
Separate and sealed proposals will be received by the Blacklick Township Supervisors at its office located
at 132 Hill Road, Blairsville, PA 15717, until 10:00 a.m. prevailing time on Monday, December 22nd,
2025 at which time all Bid Proposals will be opened and read publicly for the following project:
BLACKLICK TOWNSHIP
NEHRIG ROAD BRIDGE REPLACEMENT
CONTRACT 1/2025
This project will consist of the removal of an existing concrete bridge structure carrying Nehrig
Road over Stewart Run and replacing it with an aluminum structural plate box culvert. In addition,
the nearby intersection of Nehrig Road with PA 217 will be upgraded with revised geometry.
Paving, guide rail, signing, pavement markings, drainage channels, and erosion controls are
included in the work. Note that the work is to be completed during the summer of 2026 while
school is out of session.
Copies of the Contract Documents including Drawings and Detailed Specifications are on file and
may be obtained at the office of Gibson-Thomas Engineering Co., located at 1004 Ligonier Street
(P.O. Box 853), Latrobe, PA 15650, between the hours of 8:00 a.m. and 4:00 p.m., upon a nonrefundable payment of $150.00 for each set of contract documents.
A certified check, payable to Blacklick Township, or a satisfactory Bid Bond executed by the Bidder and an
acceptable surety in an amount equal to ten percent (10%) of the total of the Bid shall be submitted with
each bid to guarantee the Bidder’s entrance into a contract if given the award. 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 statutes of the Commonwealth of Pennsylvania, or any applicable
municipal ordinances. Proposals must be submitted on the forms provided.
This project is being funded in part or fully by a Multimodal Transportation Grant through DCED by the
Commonwealth of Pennsylvania Commonwealth Financing Authority (CFA). 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, Anti-Pollution
Regulations, and the Steel Products Procurement Act.
Pennsylvania Prevailing Wage Rates will apply to this contract.
Notice is hereby given that the asphalt price index in accordance with PennDOT Publication 408 is
applicable for the Contract.
The Blacklick Township Supervisors reserve the right to reject any or all bids or to waive any informalities in
the bidding. The award criteria and basis for rejection will be in accordance with the Instructions to Bidders.
No bid may be withdrawn for sixty (60) calendar days after the scheduled closing time for receipt of bids. |
|
|
More Information |
MUNICIPAL AUTHORITY OF WESTMORELAND COUNTY CSO 006 RECONSTRUCTION & PARTIAL SEPARATION PROJECT
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 January 8, 2026 until 9:00 a.m., prevailing time, at which
time they will be opened and read publicly for the following projects:
CSO 006 Reconstruction and Partial Separation Project - Contract R023-25
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 for each set of Bidding Documents.
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 December 18, 2025 at 2:00 p.m. at the Municipal Authority of Westmoreland
County Distribution and Engineering Office Building 3. 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 CITY OF JEANNETTE MANHOLE LINING PROJECT
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 January 8, 2026 until 9:00 a.m., prevailing time, at which
time they will be opened and read publicly for the following projects:
City of Jeannette Manhole Lining Project Contract R026-26
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 for each set of Bidding Documents.
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 December 18, 2025 at 2:00 p.m. at the Municipal Authority of Westmoreland
County Distribution and Engineering Office Building 3. 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 |
ROSS TOWNSHIP BABCOCK BOULEVARD TRAFFIC SIGNAL UPGRADES
Separate and sealed proposals will be received by Ross Township, Allegheny County, Pennsylvania, at their Municipal Building
located at 1000 Ross Municipal Drive, Ross Township, PA 15237, until 10:00 A.M., prevailing time, on January 13th, 2026, at
which time they will be opened and read for the following project:
ROSS TOWNSHIP
BABCOCK BOULEVARD TRAFFIC SIGNAL UPGRADES
BABCOCK BOULEVARD (SR 4011) & ROCHESTER ROAD (SR 4011) - CONTRACT 1/2026
BABCOCK BOULEVARD (SR 4011) & THOMPSON RUN ROAD – CONTRACT 2/2026
This project includes the new construction by full modernization / replacement of traffic signal equipment. Each project will be bid
separately. The Bidder may elect to bid on either or both of the Contracts.
Copies of the Contract Documents, including Drawings and Detailed Specifications, must be obtained at the Pittsburgh office of
Gibson-Thomas Engineering located at 9951 Old Perry Highway, Wexford, PA 15090 between the hours of 9:00 a.m. and 3:00 p.m.
upon a non-refundable payment of $125.00 for each set of requested Bid Documents. Specifications can be mailed at the Contractor’s
request for no additional charge.
Proposals shall be delivered in a sealed envelope and clearly marked on the outside with the Contract Number in the lower
left corner and bearing the words "Ross Township – Babcock Boulevard Traffic Signal Upgrades – [Name of Prime
Contract(s)]” to the Ross Municipal Building located at 1000 Ross Municipal Drive, Ross Township, PA 15237.
Bidders will be responsible for viewing the project locations on their own. All questions regarding the technical aspects of the
Project should be submitted to Sam P. Deffenbaugh, EIT by email at Sam.Deffenbaugh@gibson-thomas.com. Questions related
to obtaining Bid Documents shall be addressed to Chelsey Fajbik, Contract Administrator, by email at Chelsey.Fajbik@gibsonthomas.com. Bidders can also call the GTE office at 724-935-8188.
Proposals must be submitted on the forms provided. Proposals to receive consideration must be accompanied by a Certified
Check or Bidder's Bond from a Surety Company authorized to do business in Pennsylvania, made to the order of Ross Township in
an amount equal to ten percent (10%) of the total amount of the Proposal as a guarantee that if the Proposal is accepted,
the successful Bidder will enter into an Agreement within fifteen (15) days after Notice of the Award of the Contract.
Pennsylvania Prevailing Wage Rates are required to be paid on this contract.
Notice is hereby given that the Bituminous Price index in accordance with PennDOT Form 408 is applicable for the Contract.
Contractors must be PennDOT prequalified.
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 Ross Township. Bidders may not withdraw their
Proposal during the sixty (60) day period without forfeiting their Bid guarantee.
The Owner reserves the right to reject any or all bids or to waive any informality in bids received.
|
|
|
More Information |