Projects Bidding


Project Post Date Contract Contact
GREATER JOHNSTOWN WATER AUTHORITY NORTH FORK DAM REHABILITATION PROJECT

Sealed Bid Proposals will be received by Greater Johnstown Water Authority at its office at 640 Franklin Street Johnstown, PA, 15901 until 10:00 a.m., prevailing time, on July 15, 2025 at which time they will be opened and read publicly for the following projects:

Greater Johnstown Water Authority
North Fork Dam Rehabilitation Project
Contract 1/2025



Copies of the Contract Documents must be obtained at the office of Gibson-Thomas Engineering, 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 $500.00.

A certified check, payable to the Greater Johnstown Water Authority, or a satisfactory Bid Bond executed by the Bidder and an acceptable surety in an amount equal to 10 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.

All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act), Equal Employment Opportunity, 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 and the Steel Products Procurement Act.

This project is funded in whole or part with federal funds. Davis-Bacon wage rates and other federal requirements apply and are included in the bid documents. Labor Compliance is mandatory.

The Greater Johnstown Water Authority does not discriminate regarding race, color, religion, sex, national origin, disability or age in its employment procedures and practices in access to the Authority’s services and program. The

Greater Johnstown Water Authority reserves the right to reject any or all bids or to waive any informalities in the bidding.
Award criteria and basis for rejection will be in accordance with the Instructions to Bidders included in the Project Manual/Bid Package. No bid may be withdrawn for ninety (90) calendar days after the scheduled closing time for receipt of bids.

More Information
DEER CREEK DRAINAGE BASIN AUGHORITY FAWN HAVEN SANITARY SEWER RELOCATION

Separate and sealed proposals will be received by Deer Creek Drainage Basin Authority, Allegheny County, Pennsylvania, at the Authority’s office, located at 945 Little Deer Creek Valley Rd, Russellton, PA, 15076, until 10:00 a.m., prevailing time, on July 16, 2025, at which time they will be opened and publicly read for the following project:

Deer Creek Drainage Basin Authority
Fawn Haven Sanitary Sewer Relocation
Contract 1/2025

Copies of the Contract Documents must be obtained at the office of Gibson-Thomas Engineering Co., 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 refund will be made for bid documents.

Bidders will be responsible to view the project on their own. Any questions regarding the project must be submitted to Allen Kniss no later than 4:00 P.M. on July 11, 2025 via email at allen.kniss@gibson- thomas.com

Bid Packages must be clearly marked "PROPOSAL ENCLOSED" with job name and contract number
on the lower left corner of the Bid Envelopes.

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 Deer Creek Drainage Basin Authority.

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

Pennsylvania Prevailing Wages are applicable to this project.

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

The Deer Creek Drainage Basin Authority 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 THE CITY OF NEW KENSINGTON LEAD SERVICE LINE REPLACEMENT

Sealed Bid Proposals will be received by the MUNICIPAL AUTHORITY OF THE CITY OF NEW KENSINGTON at its office at 920 Barnes Street, P.O. Box 577, New Kensington, Pennsylvania, 15068 until 10:00 a.m., prevailing time, on August 6, 2025 at which time they will be opened and read publicly for the following project:

Municipal Authority of the City of New Kensington

Lead Service Line Replacement

Contract 2/2025

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 $150.00.

This project is federally funded by EPA financial assistance dollars and therefore requires all contractors to demonstrate compliance with federal Executive Orders 11625, 12138, and 12432 and EPA Regulations at 40 CFR Part 33, through the detailed documentation of solicitation of Disadvantage Business Enterprises (DBEs). Contractors must demonstrate the Six Good Faith Efforts to identify and solicit DBE firms that are potential sources for any procurement action in the areas of project construction, equipment, services, and supplies by including state qualified small businesses, and minority and women owned business enterprises in the bidding process.

A certified check, payable to the Municipal Authority of the City of New Kensington, or a satisfactory Bid Bond executed by the Bidder and an acceptable surety in an amount equal to 10 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.

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 Municipal Authority of the City of New Kensington reserves the right to reject any or all bids or to waive any informalities in the bidding. Award criteria and basis for rejection will be in accordance with the Instructions to Bidders included in the Project Manual/Bid Package. No bid may be withdrawn for one hundred twenty (120) calendar days after the scheduled closing time for receipt of bids.

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