Bids and Proposals 9-7-16

INVITATION TO BIDDERS
ECMS Designated Contract
CITY OF PITTSBURGH
DEPARTMENT OF PUBLIC WORKS
ADVERTISEMENT
PROJECT: JONCAIRE STREET STEPS
ECMS NO. 104247
BTE PROJECT NO. 13261
The City of Pittsburgh, in cooperation with the Pennsylvania Department of Transportation, will be accepting bids, through the Pennsylvania Department of Transportation’s Engineering and Construction Management System (ECMS), for the total replacement of the Joncaire Street Steps in the Oakland area of the City. The work will include the demolishing of the existing concrete steps and the construction of a new set of concrete steps connecting Panther Hollow with Oakland.
The construction plans and specifications can only be viewed on the Pennsylvania Department of Transportation’s ECMS website https://www.dot14.state.pa.us/ECMS/. The bid documents should be available on, or shortly after, Thursday, September 8, 2016.
Only electronic bids from ECMS business partners will be accepted. To register as a business partner go to https://www.dotdom2.state.pa.us/ECMS/ECMSHome.nsf/frmECMSframeset?open&eurd
ECMS_Business_Partner.nsf/frmBPPublicHome?OpenForm). All bidders (and subcontractors) on this project must be prequalified by the Pennsylvania Department of Transportation for the type of work to be performed.
An optional Pre-Bid meeting will be held on Thursday, September 15, 2016, at 9:00 a.m., EDT in Room 301 of the City-County Building, 414 Grant Street, Pittsburgh, PA 15219.
The bid opening (Let Date) is scheduled for Thursday, September 29, at 11:00 a.m., EDT. Bidders may view the bid opening online.
Michael Gable, CPRP, Director
Public Works
Sam Ashbaugh, Director
Office of Management
and Budget
REQUEST FOR PROPOSAL
Sealed bid proposals are hereby solicited for the Community College of Allegheny County, 800 Allegheny Avenue, Pittsburgh PA 15233 (412.237.3020) on the following items:
Request for Proposal 3083 – CCAC Donora Campus/Center Feasibility Study
A pre-proposal meeting will be held at 10:00 a.m. on Monday, September 19, 2016.  The assembly point will be the Office of College Services, 800 Allegheny Avenue, Pittsburgh, PA 15233.
Proposals will be received at the Purchasing Department until Tuesday, October 11, 2016 at 2:00 p.m.
Any proposals received after this deadline will be considered as “late” and will be returned unopened to the offerer.
The CCAC Purchasing Department is now publishing all bids via the CCAC website at https://www.ccac.edu/Bid-RFP_Opportunities.aspx. It will be each vendor’s responsibility to monitor the bid activity within the given website (“Bid and RFP Opportunities”) and ensure compliance with all applicable bid documents inclusive of any issued addenda.  Failure to incorporate any applicable addenda in the final submittal may result in the rejection of your bid.
Proposals may require Bid Bonds, Performance Bonds, Payment Bonds, and Surety as dictated by the specifications.
No bidder may withdraw his bid for a period of ninety (90) days after the scheduled closing time for receipt of bids.
The Board of Trustees reserves the right to reject any and all bids.
The Community College of Allegheny County is an Affirmative Action/Equal Employment Opportunity Employer and encourages bids from Minority/Disadvantaged owned businesses.
BID
Clarion University Project CL-783-Steamline Project – Work consists of the replacement of underground steam, condensate and pumped   discharge lines from Manholes 9 to 11 located on the campus of Clarion University in Clarion, Mandatory prebid Sept. 29th, 10 am.  $65 non-refundable fee for bid package. For more information, go to www.clarion.edu/construction
bids or contact rwolfgong@clarion.edu or 814-393-2365.
NOTICE TO PROPOSERS
REQUEST FOR PROPOSALS FOR AUDITING SERVICES
The Stadium Authority of the City of Pittsburgh will receive proposals for Auditing Services as identified below. The agreement for this work will be with the Stadium Authority. The Request for Proposals may be obtained after the date identified below from Theresa Bissell, Controller – E-mail: tbissell@pgh-sea.com, Telephone: (412) 393-0200, Facsimile: (412) 393-7104.
Project: Auditing Services
RFP Available: September 7, 2016
Date/Location for Proposals: 4:30 PM, Friday, September 16, 2016
Stadium Authority, Attn: Theresa Bissell, 171 10th Street, 2nd Floor, Pittsburgh, PA 15222
ADVERTISEMENT
Sealed bid proposals are hereby solicited for the Community College of Allegheny County, Purchasing Department, 800 Allegheny Avenue, Pittsburgh PA 15233(412.237.3020) on the following items:
Bid Proposal No. 977-2 – Replace Fire Protection Systems – Office of College Services
A MANDATORY pre-bid meeting will be held on-site at 10:30 a.m. on Friday, September 16, 2016.  The assembly point will be the Office of College Services lobby, 800 Allegheny Avenue, Pittsburgh, PA 15233.
Proposals will be received at the Purchasing Department until 2:00 P.M. Prevailing Time on Thursday, September 22, 2016 at which time they will be publicly opened.
Any proposals received after this deadline will be considered as a “late bid” and will be returned unopened to the offerer.
The CCAC Purchasing Department is now publishing all bids via the CCAC website at https://www.ccac.edu/Bid-RFP_Opportunities.aspx. It will be each vendor’s responsibility to monitor the bid activity within the given website (“Bid and RFP Opportunities”) and ensure compliance with all applicable bid documents inclusive of any issued addenda.  Failure to incorporate any applicable addenda in the final submittal may result in the rejection of your bid.
Proposals may require Bid Bonds, Performance Bonds, Payment Bonds, and Surety as dictated by the specifications.
No bidder may withdraw his bid for a period of ninety (90) days after the scheduled closing time for receipt of bids.
The Board of Trustees reserves the right to reject any and all bids.
The Community College of Allegheny County is an Affirmative Action/Equal Employment Opportunity Employer and encourages bids from Minority/Disadvantaged owned businesses.
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).
Proposals/bid submittals will be due 11:00 AM on September 30, 2016 and will be read at 11:15 AM., the same day, at Port Authority’s Heinz location at 345 Sixth Avenue, Third Floor, Pittsburgh, Pennsylvania 15222-2527, for the following:
Electronic Proposal – Ebusiness website
(https://ebusiness.portauthority.org)
Bid Number     Bid Name
B160545AR Bus Batteries
B160659A Connectcards
B160864 Switch Machines
B160873A Air, Oil, and Fuel Filters
B160879 Prequalification for Natural Gas
B160880 Prequalification for Electricity
Paper Proposal – Documents are available for the following item at Port Authority’s Main Offices
345 Sixth Avenue, Third Floor,
Pittsburgh Pennsylvania 15222-2527
B160761A Copier Management Services
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 10:00am EDT, on September 14, 2016 at Port Authority’s Heinz location at, 345 Sixth Avenue, Third Floor, 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.
LEGAL ADVERTISEMENT
Port Authority of Allegheny County
REQUEST FOR PROPOSAL NO. 16-13
Port Authority of Allegheny County (Authority) is requesting proposals for the performance of the following service:
PEOPLESOFT FINANCE SYSTEM UPGRADE SERVICES
The work under the proposed Agreement consists of qualified contractor to upgrade Authority’s Oracle PeopleSoft Financials and Supply Chain Management software from version 8.9 to version 9.2. The PeopleSoft upgrade Contractor shall be responsible for developing implementation options, detailed project plans, resource plans, schedules, training and supporting strategies to significantly improve Authority’s PeopleSoft based Financial System, and to partner with Authority and implement Authority selected customizations and modifications.
A copy of the RFP will be available on or after and can be obtained by registering at the Port Authority ebusiness website: https://ebusi
ness.portauthority.org and following the directions listed on the website. Please note that Proposers must register under the ebusiness category of PSITS – Pro Information Technology and/or PSSC – Pro Software Consulting for this RFP.  Proposers may also register in other categories for any future RFPs issued by Port Authority.  If you have specific questions regarding this RFP, please contact Jerimaine Ward at (412) 566-5147.
An Information Meeting for interested parties will be held at 1:30 p.m. prevailing time, September 15, 2016 in the Fifth Floor Board Room of Port Authority of Allegheny County’s downtown offices, 345 Sixth Avenue to answer any questions regarding this RFP.
Hard copy proposals must be both delivered to, and time stamped by a representative of the Purchasing and Materials Management Department at or before 2:00 p.m., prevailing time, October 3, 2016 at the Purchasing and Materials Management Department, Port Authority of Allegheny County, 345 Sixth Avenue, Third Floor, Pittsburgh, Pennsylvania, 15222-2527. Proposals received or time stamped in the Purchasing and Materials Management Department after the advertised time for the submission of proposals shall be non-responsive and therefore ineligible for award.  Each Proposer shall be solely responsible for assuring that its proposal is timely received and time stamped in accordance with the requirements herein.
This Contract Services may be funded, in part, by, and subject to certain requirements of, the County of Allegheny and the Commonwealth of Pennsylvania. The proposal process and the performance of the requested services will be in accordance with all applicable federal, state, and local laws and regulations.
Port Authority of Allegheny County, in compliance with 74 Pa.C.S. § 303, as may be amended, require that certified Diverse Businesses (“DBs”) have the maximum opportunity to participate in the performance of contracts and subcontracts for these Contract Services.  In this regard, all Proposers shall make good faith efforts in accordance with 74 Pa.C.S. § 303, to ensure that DBs have the maximum opportunity to compete for and perform contracts. Proposers shall also not discriminate on the basis of race, color, religion, creed, age, disability, national origin, sexual origin, gender identity or status as a parent in the award and performance of contracts for these Contract Services.
Port Authority of Allegheny County reserves the right to reject any or all proposals.
 
INVITATION TO BID
WASHINGTON COUNTY HOUSING AUTHORITY
The Washington County Housing Authority will receive separate, sealed bids for a single general prime contract with the Authority as follows:
SITE IMPROVEMENTS
Valley View Terrace
Canonsburg, PA  15317
A certified check or bank draft payable to the Washington County Housing Authority, a US Government Bond or 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 10:00AM/EST ON WEDNESDAY, OCTOBER 5, 2016 at the Washington County Housing Authority, 100 Crumrine Tower, Franklin Street, Washington, PA 15301 at which time the bids will be publicly opened and read aloud.  Bids will be held by the Housing Authority for a period not to exceed sixty (60) days prior to contract award.
A Pre-Bid Meeting will be held:
9:00AM/EST ON WEDNESDAY, SEPTEMBER 21, 2016
Valley View Terrace Community Room, 518 Dawson Street,
Canonsburg, PA.
Plans, specifications and contract documents may be examined at the following location:
The Builders Exchange
1813 North Franklin Street
Pittsburgh, PA  15233
or obtained through the office of the Architect, Shaeffer & Madama, Inc., 57 Fourteenth Street, Wheeling, WV 26003 upon receipt of a $100.00 deposit.  Any unsuccessful bidder returning such sets within ten (10) consecutive calendar days following the bid opening in good, reusable condition will be refunded their deposit less postage.  Non-bidders will not receive a refund. Contractors are limited to two (2) sets by deposit.  Plans, Specifications and Contract documents may be obtained in CD format from the Architect for a $25.00 non-refundable payment.
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 informality in the bidding.
STEPHEN K. HALL
EXECUTIVE DIRECTOR
INVITATION TO BID
THE RIDC REGIONAL GROWTH FUND is soliciting proposals from qualified companies to perform certain selective demolition services at the RIDC, Westmoreland Technology Center site, located in Mt. Pleasant, East Huntington Township, Westmoreland County, PA.  The successful bidder will perform all work described in the bid documents, including all selective demolition, general trades and all other work necessary to complete the RIDCW, Suite 1381 Landlord Improvements project. The successful bidder will be required to enter into a written agreement with The RIDC Regional Growth Fund.
Bids will be received at the offices of RIDC, at 210 Sixth Avenue, Suite 3620, Pittsburgh, PA 15222 until 2:00 pm, Monday, September 19, 2016.
Bids are to be in sealed envelopes, the outside clearly indicating that it is a sealed bid, with the name of the bidder, the due date and time, and the following project title: “RIDCW, Suite 1181 Landlord Improvements project”. Bids will be privately opened.
Bid Documents may be obtained via email by request after Wednesday, September 7, 2016. Forward requests to:
mmccann@ridc.org
Each proposal shall be made upon forms provided. RIDC reserves the right to accept or reject any and all bids or waive any informality in the bidding for any reason whatsoever. Bids may be held by RIDC for a period not to exceed one hundred twenty (120) days from the date of opening of bids for the purpose of reviewing the bids prior to awarding the contract.
A mandatory Pre-Bid Meeting will be held at the project site at 10:00 am, Tuesday, September 13, 2016.  The address is shown below.
RIDC Westmoreland
Technology Center
Door #4
1001 Technology Drive
Mt. Pleasant, PA 15666
Bidders are advised that RIDC has obtained funding for this project from the Commonwealth of Pennsylvania 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.
All questions must be forwarded via email to Mark S. McCann, RIDC Construction Project Manager at mmccann@ridc.org.
PORT AUTHORITY OF ALLEGHENY COUNTY
ADVERTISEMENT
Separate sealed Bids for the Work as listed hereinafter will be received at the Purchasing and Materials Management Department of Port Authority of Allegheny County (Authority) Heinz 57 Center, 345 Sixth Avenue, Third Floor, Pittsburgh, Pennsylvania, 15222-2527 until 1:30 p.m. on October 06, 2016 and will be publicly opened and read immediately thereafter at the same address. Each Bidder shall be solely responsible for assuring that its Bid is both received and time stamped by a representative of the Purchasing and Materials Management Department at or before the advertised time for submission of Bids.  Bids received or time stamped in the Purchasing and Materials Management Department after the advertised time for the submission of Bids shall be non-responsive and therefore ineligible for Award.
5TH & ATWOOD STATION
CONTRACT NO. SYS-16-06
The Work of this Project includes, but is not limited to, the furnishing of all labor, materials, equipment, tools, supervision, maintenance and protection of traffic, erosion and sedimentation control, and incidental items to perform the construction of a new bus station including, but not necessarily limited to, concrete paving, site furnishings, steel screen wall structures, steel canopy structures, glass canopy and screen wall panels, signage, lighting, and landscaping.
Bid Documents will be available for public inspection and may be obtained on or after September 06, 2016 at Authority’s offices at the following address:
Port Authority of Allegheny County
Purchasing and Materials Management Department
Heinz 57 Center
345 Sixth Avenue, Third Floor
Pittsburgh, Pennsylvania 15222-2527
Bid Documents are available for purchase as follows:  Bid Documents are available in an electronic form on compact disk upon payment of $15.00 per CD.  Payment shall be by check or money order (NO CASH), payable to “Port Authority of Allegheny County.”  No refunds of payment will be made.  Upon request, Bid Documents can be mailed upon receipt of payment in full.  Should the purchaser wish to have the Bid Documents delivered via special delivery, such as UPS or Federal Express, the purchaser shall provide its appropriate account numbers for such special delivery methods.
This Project is subject to financial assistance contracts between Authority and County of Allegheny, Commonwealth of Pennsylvania and the Federal Transit Administration (FTA) of the U. S. Department of Transportation (DOT).
Authority, in compliance with 49 C.F.R., Part 26, as amended, 74 Pa. C.S. § 303, as may be amended, implements positive affirmative action procedures to ensure that all Disadvantaged Business Enterprises (“DBEs”) and certified Diverse Businesses (“DBs”) have the maximum opportunity to participate in the performance of contracts and subcontracts financed, in whole or in part, with federal and state funds provided for this Project.  In this regard, all Bidders shall take all necessary and reasonable steps, and make good faith efforts, in accordance with 49 C.F.R., Part 26, to ensure that DBE’s, and in accordance with 74 Pa. C.S. § 300, to insure that DBs, have the maximum opportunity to compete for and perform contracts. Bidders shall also not discriminate on the basis of race, color, religion, creed, age, disability, national origin, sexual origin, gender identity or status as a parent in the award and performance of DOT-assisted contracts.  It is a condition of this Contract that all Bidders shall follow the DBE and DB required procedures as set forth in the Bid Documents.   If aid is required to involve DBEs and DBs in the Work, Bidders are to contact Authority’s DBE Representative, Cameil Williams at (412) 566-5257.
The Bidder’s attention is directed to the following contacts for Bidder’s questions:
Procedural Questions Regarding Bidding:
Cindy Denner – Authority
cdenner@portauthority.org
(412) 566-5117
All other questions relating to the Bid Documents must be submitted by mail or email to:
Port Authority of Allegheny County
Heinz 57 Center
345 Sixth Avenue, Third Floor
Pittsburgh, PA  15222-2527
Attn:  Cindy Denner
cdenner@portauthority.org
In addition, the Bidder’s attention is directed to the following schedule of activities for preparation of its Bid:
9:00 a.m.            Pre-Bid Conference
September 14, 2016        Port Authority of Allegheny County
Heinz 57 Center
Park Conference Room, Third Floor
345 Sixth Avenue, Third Floor
Pittsburgh, PA 15222-2527
(Attendance is not mandatory,
but strongly recommended)
Pre-Bid Site Tour
(immediately following the Pre-Bid
Conference)
1:30 p.m.            Bids Due
October 06, 2016            Purchasing and Materials Management Department
Authority reserves the right to reject any or all Bids
ARTICLE 2 – PRE-BID CONFERENCE
A Pre-Bid Conference may be held with prospective Bidders to review the Bid Documents and generally discuss the Project.  The time and place will be specified in the Advertisement.  All Bidders are encouraged to submit their questions in writing to the respective individuals listed in the Advertisement prior to the time specified in the Advertisement for the Pre-Bid Conference.  A response may be provided during the Pre-Bid Conference or by Addendum thereafter.
ARTICLE 3 – PRE-BID TOUR
If a site tour is to be conducted covering the area(s) of the Work, it will be held at the date and time indicated in the Advertisement.
ARTICLE 4 – PUBLIC OPENING OF BIDS
Bids will be publicly opened and announced at the advertised time and place set for such Bid opening.
BID
Clarion University Project CL-783-Steamline Project – Work consists of the replacement of underground steam, condensate and pumped  discharge lines from Manholes 9 to 11 located on the campus of Clarion University in Clarion, Mandatory prebid Sept. 29th, 10 am.  $65 non-refundable fee for bid package
Clarion University Project CL-787- Roofing Project – Work consists of removal of the existing roofing system, flashings, accessories, insulation, etc. and the replacement with new TPO roofing system, insulation. Aluminum copings and accessories. Prebid Sept. 27th, 10 am. $65 non-refundable fee for bid package
For more information, go to www.clarion.edu/constructionbids or contact rwolfgong@clarion.edu or 814-393-2365.
BID
REDEVELOPMENT AUTHORITY OF ALLEGHENY COUNTY (RAAC) will receive Sealed Bids for the CARRIE FURNACE REDEVELOPMENT PROJECT – CENTRAL PHASE 3 SITE GRADING located in the Borough of Rankin, Allegheny County, PA, until 2:00 p.m. (prevailing time as determined by the RAAC date and time stamp clock) on September 27, 2016 at their office at One Chatham Center, Suite 900; 112 Washington Place, Pittsburgh, PA 15219 and will be immediately opened, read aloud and recorded.
Work generally consists of the following:
•Mobilization & Demobilization
•Insurance, Bonds, and Permits
•Erosion and Sedimentation Control
•Site Restoration
•Excavation and Embankment, import of approximately 79,000 cubic yards of fill material.
•Adjustment of sanitary sewer structures.
•Installation of a Construction Haul Road.
•Work indicated on the project drawings and specifications
For a non-refundable fee of Twenty-Five Dollars ($25.00), Bidders can obtain one (1) electronic (CD) complete set of the Contract Documents for the CARRIE FURNACE REDEVELOPMENT PROJECT – CENTRAL PHASE 3 SITE GRADING.  Electronic copies of the documents will be made available to interested Bidders starting SEPTEMBER 7, 2016 at the offices of:
GAI Consultants, Inc.
385 East Waterfront Drive
Homestead, PA 15120
Contract Documents will not be mailed.  There will be no exceptions.  NOTE: No cash can be accepted for the bid document deposit.  Checks or money orders are to be made payable to GAI Consultants, Inc.  Questions shall be submitted in writing via email to GAI Consultants, Inc. to the attention of: John Coyne, PE (j.coyne@gaiconsultants.com).  QUESTIONS WILL NOT BE RESPONDED TO AFTER 4:00 P.M. ON SEPTEMBER 21, 2016.
Contract documents, including drawings and specifications, will be on file and available for viewing (hard copy or digital depending on location) only during normal business hours, at the following office locations/websites:
1. GAI Consultants, Inc. (Hard Copy)
c/o John Coyne, PE
385 East Waterfront Drive
Homestead, PA 15120-5005
(412) 399-5297
2. Redevelopment Authority of Allegheny County (Hard Copy)
c/o Erin Deasy
One Chatham Center, Suite 900
112 Washington Place, Pittsburgh, PA  15219
(412) 350-3586
3. McGraw-Hill Construction Dodge (Digital)
600 Waterfront Drive, Suite 200
Washington’s Landing
Pittsburgh, PA 15222
(412) 330-2230
https://construction.com/ProjectCenter/
4. Pittsburgh Builders Exchange (Digital)
1813 N Franklin Street
Pittsburgh PA 15233
412-922-4200  ph.
412-928-9406  fax
www.pghbx.org
5. iSqFt, Inc. (Digital)
1-800-364-2059  ph.
513-645-8005  fax
www.isqft.com
A Pre-Bid Meeting is scheduled for 2:00 p.m. on Thursday, September 15, 2016 at the offices of GAI Consultants, 385 East Waterfront Drive, Homestead, PA 15120.  Persons planning to attend the pre-bid meeting are requested to contact Mark van de Venne at GAI Consultants, Inc. via email at: (m.vandevenne@gaiconsultants.com).
A certified check or bank draft, payable to the order of the Redevelopment Authority of Allegheny County, negotiable U.S. Government bonds, or a satisfactory bid bond executed by the Bidder and an acceptable surety authorized to do business in the Commonwealth of Pennsylvania, in an amount equal to ten percent (10%) of the total amount bid shall be submitted with each bid.
The successful Bidder will be required to furnish an assurance of completion in the form of satisfactory performance and payment bonds, each in the amount of 100% of the Contract Price and certificate of insurance prior to award of the Contract.  The Contractor awarded the Work shall provide construction maintenance securities as outlined in the Supplemental General Conditions of the contract documents.
Notice is hereby given that the successful Bidders shall comply with the following:
1. Compliance is required with the Davis-Bacon Act and other Federal Labor Standard Provisions; Title VI and other applicable provisions of the Civil Rights Act of 1964; the Department of Labor Equal Opportunity Clause (41 CFR 60 – 1.4); Section 109 of the Housing and Community Development Act of 1974; Executive Order 11625 (Utilization of Minority Business Enterprise); Executive Order 12138 (Utilization of Female Business Enterprise); in compliance with Section 504 of the Rehabilitation Act of 1973 and the Americans with Disabilities Act of 1990; the Allegheny County MBE/WBE Program enacted July, 1981, which sets forth goals of 13 percent Minority and 2 percent Female Business Enterprise; and the Allegheny County Ordinance #6867-12, setting forth goals of 5 percent Veteran-Owned Small Businesses.
2.  Further, notice is hereby given that this is a Section 3 Project under the Housing and Urban Development Act of 1968, (as amended) and must to the greatest extent feasible, utilize lower income residents for employment and training opportunities and Section 3 Business concerns and all contracts and subcontracts for this project shall contain the “Section 3 Clause” as set forth in 24 CFR, Part 135.38. Moreover, compliance is required by the prime contractor and all subcontractors with the document entitled Federal General Conditions that is included with the bid materials furnished, these Federal General Conditions to be incorporated by reference into all construction contracts between operating agency and contractor, contractor and subcontractor(s), and subcontractor(s) and lower tiered subcontractor(s).
3. Contractor agrees to comply with all applicable federal and state statutes and regulations including, but not limited to, the Building Energy Conservation Act, the Steel Products Procurement Act, the Trade Practices Act, the Public Works Contractor’s Bond Act of 1967, and the Flood Plain Management Act.  The Contractor must also comply with the Americans with Disabilities Act and agrees to minimize pollution and will strictly comply with all applicable related laws and regulations.
4. The Contractor agrees to comply with nondiscrimination/sexual harassment provisions and will include such provisions in all contracts and subcontracts.
5. Contractor must ensure that no contractor or subcontractor is currently under suspension or debarment by the Commonwealth, any state or the federal government.
6. Contractor must actively recruit minority and women’s subcontractors or subcontractors with substantial minority representation among their employees.
7. Contractor and its subcontractors shall furnish progress reports, status reports, project account statements, certificates, approvals, etc.
The RAAC reserves the right to reject any or all bids, to waive any informalities in the bidding, or to advertise for new proposals, if in the judgment of the RAAC, it is in their best interest.
No bidder may withdraw a bid within ninety (90) days after the actual date of opening thereof.  Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the RAAC and the Bidder.
Allegheny County Department of Economic Development
Robert D. Hurley, Executive Director

About Post Author

Comments

From the Web

Skip to content