Bids and Proposals 1-8-14

INVITATION FOR BIDS
SITE IMPROVEMENTS—
FOREST GLEN
CONTRACT NO. ACHA-1495
The Allegheny County Housing Authority (ACHA) is requesting bids from qualified firms for SITE IMPROVEMENTS. Bid Documents will be on file and may be obtained at the Allegheny County Housing Authority, 625 Stanwix Street, 12th Floor, Pittsburgh, PA, 15222, or by contacting the ACHA at 412-402-2464.  A Pre-Bid conference will be held on Wednesday22/January/2014, at 9:00AM at FOREST GLEN, Park Ridge Place, Forest Hills, PA 15221. Bids are due by 2:00 PM. local time on Thursday 6/February/2014 at the Allegheny County Housing Authority, at which time and place all bids will be publicly opened and read aloud. The ACHA encourages responses from small, minority, and women owned firms, as well as firms that have not previously performed work for the ACHA.
Frank Aggazio
Executive Director
Allegheny County
Housing Authority
 
 
ADVERTISEMENT
Sealed proposals will be received by the Regional Industrial Development Corporation of Southwestern Pennsylvania (RIDC) at the offices of Lennon, Smith, Souleret Engineering, Inc., 846  Fourth Avenue, Coraopolis, Pennsylvania  15108-1522 until 11:00 AM prevailing time on February 7, 2014 for:
PORTAL NOS. 6 AND 7
PHASE II PAVEMENT
RESTORATION
The scope of work includes the construction of heavy duty and light duty bituminous paving, bituminous milling and 2” overlay, concrete pavement, concrete curb, bituminous wedge curb, wheel stops, concrete bollards, ADA ramps, fine grading; restoration; add alternate for construction of CPP storm line; storm inlets, concrete pavement and bituminous concrete paving; linestriping; and all necessary appurtenances for said construction.
PORTAL NOS. 6 AND 7
PHASE III PAVEMENT
RESTORATION AND STORM SEWERS
The scope of work includes the construction of heavy duty bituminous paving, bituminous 2” milling and overlay, 2” bituminous paving, CPP storm line, storm inlets, a storm manhole, concrete curb, linestriping, and all necessary appurtenances for said construction.
All work shall be constructed according to the Contract Drawings and Specifications which are on file at the office of the Owner and Lennon, Smith, Souleret Engineering, Inc., 846 Fourth Avenue, Coraopolis, Pennsylvania  15108-1522.  Bids will be publicly opened  and  read  aloud  approximately  at 11:00 AM on February 7, 2014  at the office of Lennon, Smith, Souleret Engineering, Inc., 846 Fourth Avenue, Coraopolis, Pennsylvania  15108-1522.
Copies of the Contract Drawings and Specifications may be obtained by depositing a non-refundable deposit of Two Hundred Dollars ($200.00) with the Engineer.
A Pre-Bid Meeting will be held at the site (RIDC Offices – Keystone Commons West Shop – Electric Avenue and Braddock Avenue, Turtle Creek, PA 15145) on January 17, 2014 at 11:00 AM.
Bidders are advised that RIDC has obtained funding for this project from the Commonwealth of Pennsylvania’s Infrastructure Development Program (IDP) and, as a result thereof, the successful bidder must adhere to certain requirements mandated by the Commonwealth, including, but not solely, the Pennsylvania Prevailing Wage Act. All of such requirements are detailed in the bid documents.  Bidders are also encouraged to utilize Minority Business Enterprises / Women’s Business Enterprises (MBE/WBE).
The bid must be accompanied by a certified check or bid bond in the amount of ten percent (10%) of the bid, made payable to the Regional Industrial Development Corporation to guarantee the bidder’s entrance into the 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 as set forth in the plans, specifications, or any applicable statutes of the Commonwealth of Pennsylvania or any applicable municipal ordinances.
The RIDC reserves the right to reject any or all proposals and to waive any informalities in the bidding.  No bid may be withdrawn for ninety (90) calendar days after the scheduled time for receipt of bids.
The RIDC shall (a) award the construction contract to the lowest responsible bidder therefore, or (b) reject all bids received within ninety (90) days of the date of bid opening; provided, however, that the RIDC may, in its sole discretion, delay such award or rejection for up to one hundred twenty (120) days from the bid opening date until the RIDC has received all required approvals from other governmental agencies.
Bidders on this work will be required to comply with Title VI of the Civil Rights Act of 1964.
REGIONAL INDUSTRIAL
DEVELOPMENT
CORPORATION OF
SOUTHWESTERN
PENNSYLVANIA
Daniel C. Sharek, P.E.
Director of Engineering Services
 
 
ALLEGHENY COUNTY
SANITARY AUTHORITY
LEGAL NOTICE
CONTRACT NO. 1622
The Allegheny County Sanitary Authority is soliciting Bids for Contract No. 1622 – Furnishing and Delivering Fiberglass Flights for the Primary Sedimentation Tanks. Proposals will be received until 10:30 A.M., Prevailing Time, Friday¸ January 17, 2014 at the office of the Authority.
ALCOSAN encourages businesses owned and operated by minorities and women to submit bids on Authority Proposals or to participate as subcontractors or suppliers to the successful bidders. Successful Bidders are to use minority or women’s businesses to the fullest extent possible.
The Authority reserves the right to reject any or all Proposals, to waive any informality in any Proposal and to accept any Proposal should it be deemed in the interest of the Authority to do so. Bid Security in the amount of Two Thousand Five Hundred Dollars ($2,500.00) is required.
Documents pertaining to the submission of Bids are available at the office of the Authority, 3300 Preble Avenue, Pittsburgh, PA 15233.  Any questions regarding this contract document should be directed to Timothy F. Turkowski (412) 732-8012.
ALLEGHENY COUNTY
SANITARY AUTHORITY
DAVID W. BORNEMAN, P.E.
DIRECTOR, ENGINEERING & CONSTRUCTION
 
 
PORT AUTHORITY OF
ALLEGHENY COUNTY
Electronic Proposals will be received online at the Port Authority of Allegheny County’s Ebusiness website (https://ebusiness.portauthority.org).
Submission date for all of the proposals will be until 11:00 AM, January 30, 2014 and read at 11:15 a.m., the same day, in Port Authority’s Public Meeting Room, 345 Sixth Avenue, Third Floor, Pittsburgh, Pennsylvania 15222-2527, for the following:
Electronic Proposal – Ebusiness website (https://ebusiness.portauthority.org)
B13-04-34AR: Axle Box Roller Bearings LRV
B13-12-111: Heavy Duty
Crew Trucks
No bidder may withdraw a submitted Proposal for a period of 75 days after the scheduled time for opening of the sealed bids.
A Pre-Bid Conference will be held on each of the above items at 9:00AM, January 10, 2014 in the Port Authority’s Board Room at 345 Sixth Avenue, Pittsburgh, PA. Attendance at this meeting is not mandatory, but is strongly encouraged.  Questions regarding any of the above bids will not be entertained by the Port Authority within 48 hours of the scheduled bid opening.
These contracts may be subject to a financial assistance contract between Port Authority of Allegheny County and the United States Department of Transportation.  The Contractor will be required to comply with all applicable Equal Employment Opportunity laws and regulations.
Contractor is responsible for expenses related to acquiring a performance bond and insurance where applicable.
All items are to be FOB delivered unless otherwise specified.  Costs for delivery, bond, and insurance shall be included in bidder’s proposal pricing.
Port Authority of Allegheny County hereby notifies all bidders that it will affirmatively insure that in regard to any contract entered into pursuant to this advertisement, disadvantaged business enterprise will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
The Board of Port Authority reserves the right to reject any or all bids.
 
 
PROPOSALS
The Pittsburgh Parks Conservancy, in partnership with the City of Pittsburgh, is accepting proposals for Project Integrated Photovoltaic Design, Engineering, and Installation for the Frick Environmental Center. Submissions must be received by Thursday January 30, 2014 at 12:00PM EST and will be opened at the Pittsburgh Parks Conservancy office at 2000 Technology Drive, Suite 200, Pittsburgh, PA 15219.
Proposals must be made in accordance with the instructions, terms, and conditions described in the Request for Proposals, which can be downloaded from the Pittsburgh Parks Conservancy website at www.pittsburghparks.org/environmentalcenter. Questions about the RFP must be received in writing no later than Monday January 27, 2014 and should be directed to Marijke Hecht, Director of Education, mhecht@pittsburghparks.org.
 
 
Clarion University
Request for Proposal RFP RMW-13-002 for Roof Repair or Replacement Services is available to prospective bidders. Pre-bid is 1/15/14. Interested parties should email rwolfgong@clarion.edu or call 814-393-2365.
 
 
ALLEGHENY COUNTY AIRPORT AUTHORITY
Pittsburgh, Pennsylvania
Separate and sealed Proposals will be received at the Office of the Senior Manager of Procurement, Allegheny County Airport Authority, Department of Procurement, Pittsburgh International Airport, Landside Terminal, 4th Floor Mezz, P.O. Box 12370, Pittsburgh, PA  15231-0370 until 1:00 P.M. prevailing local time, JANUARY 29, 2014, and bids will be publicly opened and read by the Airport Authority in Conference Room A, Pittsburgh International Airport, Landside Terminal, 4th Floor Mezz, P.O. Box 12370, Pittsburgh, PA  15231-0370, one half hour later, for the following:
ALLEGHENY COUNTY AIRPORT AUTHORITY
2013 AIRPORT PREVENTATIVE MAINTENANCE
PROJECT NUMBER 55M1-13
AIRCRAFT PCA CHILLER REPLACEMENT
AT
PITTSBURGH INTERNATIONAL AIRPORT
A pre-bid conference will be held in Conference Room C, Fourth Floor, in the Landside Building, Pittsburgh International Airport, at 1:30 p.m., on JANUARY 10, 2014.
A site visit will be held immediately after the pre bid meeting.  It is highly recommended that all prospective bidders attend the pre bid and site visit as site visits are difficult to arrange individually.
Attention is called to the fact that not less than the minimum salaries and wages, as determined by the Pennsylvania Department of Labor and Industry, must be paid on these projects.
The Allegheny County Airport Authority in accordance with the Davis Bacon Act and other Federal Labor Standards;  Title VI of the Civil Rights Act of 1964, 78 Stat, 252, 42 U.S.C., 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Sub-title A, Office of the Secretary, Part 21, Nondiscrimination in federally assisted programs of the County of Allegheny issued pursuant to such Act; Executive Order 11246; Section 3 of the Housing and Urban Development Act of 1968; Section 109 of the Housing and Community Development Act or 1974; and Executive Order 11625 [Utilization of Minority Business Enterprises], hereby notifies bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award.  It is a condition of the bidding process/contract that responsible bidders/contractors shall follow the disadvantaged enterprise procedure set forth in the project manual/contract documents.
Proposals must be made on the Authority’s form and in accordance with the Plans and Specifications and the “Instructions to Bidders”’ all of which may be viewed,  at the Allegheny County Airport Authority, Engineering, Contracting Section, Pittsburgh International Airport, Landside Terminal, 4th Floor Mezz, P.O. Box 12370, Pittsburgh, PA  15231-0370.  (Mezzanine Level).
Copies of the above data for the prospective bidder will be furnished, upon making an application to the Allegheny County Airport Authority. There will be a separate non-refundable charge of $150.00 [sales tax included] for the Plans and Specifications and Bidding Documents for each particular phase of the aforementioned projects. Check or Money Order in the amount to cover the charges for the cost of the documents shall be made out to the ALLEGHENY COUNTY AIRPORT AUTHORITY.  Cash cannot be accepted nor will credit be extended for any of these charges.
Prospective bidders may request to have their bid documents mailed.  An additional fee in the amount of $75.00 [sales tax included] for the handling costs of each requested proposal must be paid in advance.  This fee must be received by the Allegheny County Airport Authority, prior to the mailing of the documents, and no requests will be honored within [10] calendar days prior to the bid opening date.
DBE firms must be certified with the Pennsylvania Unified Certification Program) (PA UCP). Firms must be certified prior to award of contract.  A searchable database of DBE firms can be found on the PA UCP web site: https://www.paucp.com
Proposals must be accompanied by a Certified Check or Surety Company Bond [on The Authority’s form] to the order of/or running to the Allegheny County Airport Authority for the amount fixed in the Instructions to Bidders as evidence that you, the Bidder, will accept and carry out the conditions of the Contract in case of an award.
The Airport Authority will accept only bonds written by Surety Companies on the U.S. Treasury Department Annual List of Surety Companies.  Limits for those companies appearing on the U.S. Treasury Department List cannot be exceeded.
All prospective bidders are required to execute the Bid Schedule, Bid Bond, Proposal, Non-Collusion Affidavit,  Non-Segregated Facilities Form, Status of Contracts on Hand, the Letter of Assent, adhering to the Allegheny County Project Stabilization Agreement, Bidder’s Understanding of Conditions Applicable to Proposal, EEOC Compliance Form, Non-Discrimination Certification, Lobbying Certification Form, Contractor’s Experience Questionnaire, the DBE Certification form and documentation,  and Public Works Employment Verification Form, which are all included within the proposal of each respective project; otherwise, the bid could be rejected.
The Airport Authority reserves the right to reject any and all bids or waive any informalities in the bidding.
No bidder may withdraw his bid for a period of sixty [60] days after the scheduled closing time for receipt of bids.
For additional information call the Engineering Contracts Department at 412-472-3779, 412-472-3543,  or the Project Manager at 412-472-5578.
Bradley D. Penrod, A.A.E.
ALLEGHENY COUNTY AIRPORT AUTHORITY
 
 
INVITATION FOR BIDS
The Washington County Housing Authority will receive separate sealed bids for three separate prime contracts with the Authority for H/C Unit Conversion at PA17-03 Frederick Terrace, Fredericktown, PA.
A certified check or bank draft, payable to the Washington County Housing Authority, U.S. Government Bonds, or a satisfactory Bid Bond executed by the bidder and acceptable sureties in the amount equal to ten percent (10%) of the bid shall be submitted with each bid.
Bids will be received no later than 10:00 A.M prevailing time, Thursday, February 6th, 2014 at the Washington County Housing Authority, 100 Crumrine Tower, Franklin St., Washington, PA. (TDD #724-228-6083 & Telephone: 724-228-6060).  At that time the bids will be publicly opened and read aloud. Bids will be held by the Housing Authority for a period of not to exceed 60 days prior to contract award.
A non-mandatory Pre-Bid Meeting will be held in the Community Room at Frederick Terrace on Wednesday January 15th, 2014 at 10:00 A.M. prevailing time.
Proposal forms and a complete set of bid Construction Documents may be obtained by submitting a written request to or personally visiting the offices of Mavrovic Architects The Design Center, 5001 Baum Blvd., Suite 500, Pittsburgh, PA  15213, 412/687-1500.
A non-refundable fee of one hundred fifty dollars ($150.00) includes the cost of printing, handling and postage.  If overnight shipping is specifically requested, an additional
non-refundable fee of $30.00 is required.  Plans and specifications are also on file at:
Builders Exchange of PIT
1813 N. Franklin St.
Pittsburgh, PA. 15233
Ph: 412-922-4200
Fx: 412-928-9406
or On-line at McGraw-Hill Construction Dodge
www.dodge.construction.com
The work to be performed under this contract is a Section 3 Project under provisions of the Housing & Urban Development Act of 1968, as amended, and must, to the greatest extent feasible, provide opportunities for training and employment for lower-income residents of the project and contracts for work in connection with the project be awarded to business concerns which are located in, or owned by, Washington County residents.  Particular attention is directed to requirements of Executive Order 11246, 11625 and 12138, as well as Section 3 requirements, as set forth in the Specifications
The Washington County Housing Authority reserves the right to reject any or all bids or waive any informalities in the bidding.
STEPHEN K. HALL
EXECUTIVE DIRECTOR

About Post Author

Comments

From the Web

Skip to content