Legal Advertising Bids and Proposals 3-10-21

OFFICIAL ADVERTISEMENT
THE BOARD OF PUBLIC EDUCATION of the
SCHOOL DISTRICT OF PITTSBURGH
ADVERTISEMENT FOR BIDS
Sealed proposals shall be deposited at the Administration Building, Bellefield Entrance Lobby, 341 South Bellefield Avenue, Pittsburgh, Pa., 15213, on March 16, 2021, until 2:00 P.M., local prevailing time for:
Service & Maintenance Contracts at Various Schools, Facilities, Facilities & Properties:
-Gas and Oil Burners, Boilers and Furnaces Inspection, Service, and Repairs (REBID)
Pgh. Crescent ECC
Various Asphalt and Concrete Repairs
General Prime
Project Manual and Drawings will be available for purchase on Monday, February 22, 2021 at Modern Reproductions (412-488-7700), 127 McKean Street, Pittsburgh, Pa., 15219 between 9:00 A.M. and 4:00 P.M. The cost of the Project Manual Documents is non-refundable. Project details and dates are described in each project manual.

 

ALLIES & ROSS MANAGEMENT AND DEVELOPMENT
CORPORATION
REQUEST FOR PROPOSALS (RFP) FOR
Tax Credit Investor and/or Limited Partner and/or Construction Lender for the Northview Midrise Rebid
ARMDC RFP #2021-33-REBID
The Allies & Ross Management and Development Corporation (ARMDC) hereby request proposals from qualified Firms or Individuals capable of providing the following service(s):
Tax Credit Investor and/or Limited Partner and/or Construction Lender for the Northview Midrise
The documents will be available no later than March 1, 2021 and signed, sealed proposals will be accepted until 9:00 A.M. on March 23, 2021. The Housing Authority of the City of Pittsburgh will only be accepting physical proposals dropped off in person from 8:00 AM until the closing time of 9:00 AM on March 23, 2021 in the lobby of 100 Ross St. Pittsburgh, PA 15219. Proposals may be uploaded to the ARMDC’s online submission site, the link is accessible via the HACP website and within the RFP. Sealed proposals may still be mailed via USPS at which time they will be Time and Date Stamped at 100 Ross Street 2nd Floor, Suite 200, Pittsburgh, PA 15219.
Parties or individuals interested in responding may download a copy of the Solicitation from the Business Opportunities page of http://www.HACP.org.
Questions or inquires should be directed to:
Mr. Kim Detrick – Procurement Director/Chief Contracting Officer
Housing Authority of the City of Pittsburgh
Procurement Department
2nd Floor, Suite 200
100 Ross Street
Pittsburgh, PA 15219
412-643-2832
A pre-submission meeting will be held via Zoom meeting; on March 15, 2021 at 9:00 A.M. Please see meeting information below:
Join Zoom Meeting
Meeting ID: 991 1716 1943
Passcode: 520068
+1 301 715 8592 US
(Washington D.C)

The Allies & Ross Management and Development Corporation strongly encourage certified minority business enterprises and women business enterprises to respond to this solicitation.
ARMDC has revised their website. As part of those revisions, vendors must now register and log-in, in order to view and download IFB/RFPs documentation.

Caster D. Binion,
President & CEO

ARMDC & HACP conduct business in accordance with all federal, state, and local civil rights laws, including but not limited to Title VII, the Fair Housing Act, Section 504 of the Rehabilitation Act of 1973, the Americans with Disabilities Act, The PA Human Relations Act, etc. and does not discriminate against any individuals protected by these statutes.

 

 

 

LEGAL ADVERTISEMENT
Port Authority of Allegheny County
REQUEST FOR PROPOSAL NO. 21-01
Port Authority of Allegheny County (Authority) is requesting proposals for the performance of the following service (“Contract Services”):
UTILITY CONSULTING AND ADMINISTRATIVE SUPPORT SERVICES
The work under the proposed Agreement consists of the monitoring of utility bills including recommendations for cost reductions of utility services; bill approval services; assisting Port Authority in energy and telecommunications procurements; and energy management. which includes the construction and maintenance of an accurate and historical database of energy costs and usage; an inventory of meters, site addresses and phone numbers of utility providers; support of Port Authority’s staff regarding construction activities; and, at the request of Port Authority, an on-site energy audit of operating locations.
The required services will be issued on a work order basis as they are approved to proceed by Authority.
The Agreement will be for a three (3) year period with the option to extend the term of the Agreement up to two (2) additional years at the sole discretion of Authority.
A copy of the Request for Proposal (RFP) will be available on or after March 5, 2021 and can be obtained by registering at the Port Authority ebusiness website: http://ebusiness.portauthority.org and following the directions listed on the website. Please note that Proposers must register under the ebusiness categories of PROFESSIONAL – Professional Services and PSUC – Pro Utility 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 Anna Marie McKibben at (412) 566-5104 or via email amckibben@PortAuthority.org.
An Information Meeting for interested parties will be held at 9:30 a.m., prevailing time, March 18, 2021 via Microsoft Teams video conference and/or conference call to answer any questions regarding this RFP.
To join by Microsoft Team video conference:
• http://bit.ly/RFP21-01
To join by Microsoft Teams call-in number:
• 412-927-0245 United State, Pittsburgh (Toll)
• Conference ID: 161 790 157#
Electronic proposals must be both received, and time stamped by a representative of the Purchasing and Materials Management Department through Authority’s Ebusiness website at or before 2:00 p.m., prevailing time, April 6, 2021, at http://ebusiness.portauthority.org. Proposals received or time stamped by a Purchasing and Materials Management Department representative through Authority’s Ebusiness website 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, and the Federal Transit Administration (FTA) of the U.S. Department of Transportation (DOT). The proposal process and the performance of the requested services will be in accordance with guidelines and regulations of the FTA “Third Party Contracting Guidelines”, FTA Circular 4220.1F, as amended, and all applicable federal, state, and local laws and regulations.
Port Authority of Allegheny County, in compliance with 49 C.F.R., Part 26, as amended, implements positive affirmative action procedures to ensure that all Disadvantaged Business Enterprises (“DBEs”) have the maximum opportunity to participate in the performance of contracts and subcontracts financed, in whole or in part, with federal funds, if any, provided under or for the proposed Agreement. In this regard, all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 C.F.R., Part 26, to ensure that DBEs have the maximum opportunity to compete for, and perform contracts and subcontracts for, the Contract Services.
Port Authority of Allegheny County, in compliance with 74 Pa.C.S. § 303, as may be amended, also requires that certified Diverse Businesses, (“DBs”) have the maximum opportunity to compete for, and perform contracts and subcontract for, the Contract Services. In this regard, all Proposers, and the Contractor, 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 and subcontracts for, the Contract Services.
Further, proposers and the Contractor shall not discriminate on the basis of race, color, religion, creed, age, disability, national origin, sex, sexual origin, gender identity or status as a parent in the award and performance of contracts or subcontracts for these Contract Services.
Port Authority of Allegheny County reserves the right to reject any or all proposals.

 

THE WASHINGTON COUNTY HOUSING AUTHORITY will receive separate, and sealed bids for the following prime contract
single bid with the Authority:
FAN-COIL COOLING / HEATING UNIT REPLACEMENTS
CALIFORNIA MANOR
243 SECOND STREET
CALIFORNIA, PA 15419
WCHA 2021-G2 CONTRACT;
A/E COMMISSION # 3220
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 11:00 AM EDT, WEDNESDAY,
APRIL 14, 2021 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 the contract award.
A Non-Mandatory Pre-Bid Meeting will be held at 11:00 AM EDT,
WEDNESDAY, MARCH 31, 2021 onsite at California Manor, 243 Second Street, California, Pa 15419.
Plans and Specifications may be examined at the following Plan Rooms: Builders Exchange, Cleveland, OH; Builders Exchange, Pittsburgh, PA; OVCEC, Wheeling,WV; and Construct Connect, Norcross, GA. A CD containing PDF’s of all bid documents may be obtained through the office of the Architect, Shaeffer & Madama, Inc., 57 Fourteenth Street, Wheeling, WV 26003 upon receipt of a $25.00 non-refundable payment and valid email address.
Please submit all required documents in a sealed envelope clearly marked:
“WCHA FAN-COIL COOLING / HEATING UNIT REPLACEMENTS”
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 Authority reserves the right to reject any or all bids for any reason(s) what so ever and to waive informalities in the bidding.

STEPHEN K. HALL
EXECUTIVE DIRECTOR

 

 

 

Hearing Impaired Call TDD (724) 228-6083

 

About Post Author

Comments

From the Web

Skip to content