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 No Bid Proposal may be withdrawn for sixty (60) calendar days after the scheduled closing time for its receipt.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 |
CITY OF ARNOLD RANKIN STREET REVITALIZATION (PHASE II)
Separate and sealed proposals will be received by The City of Arnold, Westmoreland County, Pennsylvania, at 1829 Fifth
Avenue, Arnold PA 15068, until 10:00 AM, prevailing time, March 16, 2026, at which time they will be opened and
publicly read for the following project:
CITY OF ARNOLD
RANKIN STREET REVITALIZATION (PHASE II)
Contract 1/2026
Contract Documents, including Drawings and Detailed Specifications, are on file at the office of Gibson-Thomas
Engineering, 1004 Ligonier Street, Latrobe, PA 15650 Phone: 724-539-8562
Copies of the Contract Documents MUST be obtained at the office of Gibson-Thomas Engineering, located at the
above address, between the hours of 9:00 a.m. and 4:00 p.m., upon a non-refundable fee of $150.00 for Contract
1/2026, made payable to Gibson-Thomas Engineering Company.
The project is funded in whole or part with funds from the Commonwealth of Pennsylvania, Commonwealth
Financing Authority (CFA).
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 City of Arnold. 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.
All contractors must adhere to Act 127 of 2012 (Public Works Employment Verification Act),
Nondiscrimination/Sexual Harassment Provisions, State Contractor Responsibility Program, Offset Provision
for Commonwealth Grants, 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.
Pennsylvania Prevailing Wages are applicable to this project.
No Bid Proposal shall be withdrawn for 60 calendar days after the scheduled closing time for receipt of Bids.
The City of Arnold reserves the right to reject any or all bid proposals or to waive any informality in the bids received
or accept any bid it deems in its best interest.
|
|
|
More Information |
NORTH MAHONING TOWNSHIP BEHM ROAD STRUCTURE REPLACEMENT
Separate and sealed proposals will be received by the North Mahoning Township Supervisors at its office
located at 673 Mottarn Road, Rochester Mills, PA 15771 until 10:00 a.m. prevailing time on Tuesday,
March 24, 2026 at which time all Bid Proposals will be opened and read publicly for the following project
NORTH MAHONING TOWNSHIP
BEHM ROAD STRUCTURE REPLACEMENT
CONTRACT 1/2026
This project will consist of the removal of an existing combination concrete bridge structure
and metal pipe structure carrying Behm Road over Mudlick Run and replacing it with an
aluminum structural plate box culvert. The proposed culvert has been purchased by North
Mahoning Township separate from this contract and delivery of the culvert is to be
coordinated by the Contractor. The Contractor must use the purchased culvert. Aggregate
roadway surfacing with asphalt surface treatment, guide rail, drainage channels, and
erosion controls are included in the work.
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 North Mahoning 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 North Mahoning 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 |