ADVERTISEMENT FOR BIDS
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 June 3 2025 until 10:00 a.m. prevailing time at which time they will be opened and read publicly for the following project:
Chambers Avenue Interceptor Relocation - Contract R022-25
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.
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 May 28 2025 at 12:00 noon 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 Bidders 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No bid may be withdrawn for one hundred twenty (120) days after the same has been filed with the Authority.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).
375198 (5/20/25)