LEGAL ADVERTISEMENT
REQUEST FOR PROPOSALS: The Allegheny County Housing Authority (ACHA) is accepting proposals from qualified contractors for:
CONTRACT: ACHA-1704 ELEVATOR CONSULTING SERVICES
DOCUMENTS: RFP documents will be available on/after Monday, April 1, 2024; Documents can be downloaded from the Housing Agency Marketplace: https://ha.internationaleprocurement.com/ or requested by contacting Dean Allen, Modernization Manager by email: dallen@achousing.org or by calling 412-402-2469.
FEE: No Charge for Emailed / Electronic Transfer documents.
NON-MANDATORY PRE-PROPOSAL
CONFERENCE: Wednesday, April 10, 2024, at 10:00AM EST at the ACHA Central Office, 301 Chartiers Avenue, McKees Rocks, PA 15136
QUESTION SUBMITTAL DEADLINE: Friday, April 26, 2024, at 10:00 AM EST
PROPOSALS DUE: Friday May 3, 2024, at 10:00 AM EST at the ACHA Central Office, 301 Chartiers Avenue, McKees Rocks, PA 15136
Section 3 Businesses, MWDBE, VOSB are encouraged to respond.
Frank Aggazio
Executive Director
Allegheny County
Housing Authority
ADVERTISEMENT
SALE OF SURPLUS EQUIPMENT
COMMUNITY COLLEGE OF ALLEGHENY COUNTY
The following surplus equipment will be offered for sale to the highest bidder(s):
REQUEST FOR QUOTATION 240416
Functional PC & Laptops, Functional Monitors, Functional Misc. Printers, Networking Equipment, etc., and Non-Functional IT Items, Science Lab Instruments
Bids are due in to the CCAC Purchasing Department no later than 2:00 PM on Tuesday, April 16, 2024.
For more information, contact
Michael Cvetic at
mcvetic@ccac.edu.
Community College of
Allegheny County
Purchasing Department
800 Allegheny Ave.
Pittsburgh, PA 15233
ALLEGHENY COUNTY AIRPORT AUTHORITY
LETTERS-OF-INTEREST FOR PROFESSIONAL ARCHITECTURAL SERVICES
APRIL 3, 2024
Letters-of-Interest (LOI) with current Form SF330, for professional
architectural services, will be received through the platform Submittable at www.acaacapitalprograms.submittable.com. The Letter of Interest (LOI) must be uploaded to Submittable by 12:00 PM (Noon) on May 17, 2024 (late submissions will not be accepted), for the following:
- General Professional Architectural Services
The ACAA will typically utilize a professional architectural firm on the projects listed below at Pittsburgh International Airport (PIT) and Allegheny County Airport (AGC) which requires architectural services. Specific responsibilities will include all aspects of design required for new construction, rehabilitation, repairs, remodeling, maintenance, and permitting of mechanical, electrical, structural, plumbing, fire protection, roof replacements, and other architectural related projects for the ACAA. Architectural firms will be required to provide, but not limited to, design, geotechnical investigations, surveying, permitting,
preparation of bidding documents, construction administration, construction cost estimating, value engineering, and maintain all records as required by the FAA, Findlay, Moon, and/or West Mifflin Townships, the ACAA, or other entities as required.
- Building Rehabilitation, Repair, Remodeling, and Replacement
Work may consist of, but not be limited to, miscellaneous mechanical, electrical, or structural repairs; rehabilitation, remodeling or historical restoration; roof replacement, brick work, plumbing, fire protection, painting, flooring, finishes, and signage on the Landside and Airside Buildings, and other miscellaneous buildings, as required.
- Lease Building and Hangar Improvements
Work may consist of miscellaneous improvements to several of the airport’s leased facilities that are in need of upgrades, repairs, rehabilitation, remodeling, historical restoration, or reconfigured due to age or reuse requirements of the facility.
- On-Call Professional Architectural Services
The ACAA has a need for separate contracts to provide professional architectural services on an on-call, as-needed basis to provide design, assessments, capital cost estimates, emergency evaluations and repairs, and other special needs for various projects that may arise. Architectural firms must be qualified and be prepared to respond on very short notice to various issues which may arise at any time of day, seven days a week. Experienced and qualified staff members must be on-call and available on a 24/7 basis. Areas of expertise must also include familiarity with FAA Advisory Circulars; and Moon, Findlay, and/or West Mifflin Townships, PennDOT and PADEP permitting requirements.
Submittal Procedure and Requirements:
If interested in providing any of the aforementioned services, firms are required to submit a Letter-of-Interest (LOI) and current Form SF330, identifying the specific service area(s) of interest with emphasis on main area(s) of competence. The ACAA encourages responses from small firms, minority, and women’s business firms, and firms that have not previously worked for the ACAA. The ACAA will use Form SF330 to evaluate and prequalify firms to be part of a highly qualified short-list, which will then be requested to submit comprehensive proposals. Comprehensive proposals will include the following at a minimum: Project understanding, project
experience, project team identification, organization chart and resumes; approach to major tasks such as scope and schedule management, techniques for cost control, approach to capital cost estimating, scope creep and change order management, and identification of Disadvantaged Business Enterprise (DBE) Firms with description and quantity of work they will perform to meet or exceed FAA and ACAA DBE requirements, which is currently 14.9%. Note: Do not include company brochures and limit the LOI to no more than three typewritten pages (8.5” x 11”, 11 pt. font) in addition to Standard Form 330. Additionally, Section H. Additional Information of the Standard Form 330 is limited to two typewritten pages. A link to obtain SF330 can be found by going to the following website:
https://www.gsa.gov/forms-library/architect-engineer-qualifications
Submissions will be received in PDF format as one file only through the platform Submittable at https://acaacapitalprograms.submittable.com. Do NOT mail or deliver hard copies as they will be considered rejected and will be returned to the respondent unopened. Please note that Submittable does not support Internet Explorer 11. Submittable recommends the following browsers: Microsoft Edge, Google Chrome, Mozilla Firefox, or Apple Safari.
Submissions should be made to:
Mr. Jeff Bezek, P.E.
Director, Engineering
Allegheny County Airport Authority
Pittsburgh International Airport
Landside Terminal, 4th Floor Mezz.
PO Box 12370
Pittsburgh, PA 15231-0370
Questions should be directed to Mr. Jeff Bezek, P.E. at 412-472-3852 or email to jbezek@flypittsburgh.com
Final consultant selections may include short-listing, technical proposal evaluation, and interviews and will be based on, but not limited to, the following criteria: Staff qualifications, experience and local office bench strength; demonstrated interest in the projects; organization, clarity, cohesiveness, quality and completeness of both the written proposal and oral presentation; sensitivity to ACAA requirements and project constraints; indicated ability to manage projects, produce required results, meeting project schedule and controlling costs; demonstrated knowledge of FAA, PennDOT, local, and ACAA applicable standards and requirements; capital cost estimating expertise, constructability reviews, value engineering, construction procedures and scheduling methods; monitoring DBE goals, mentoring DBE firms, impacts to airport operations and other areas of professional architecture.
OFFICIAL ADVERTISEMENT
THE BOARD OF PUBLIC
EDUCATION
of the
SCHOOL DISTRICT OF
PITTSBURGH
Sealed proposals shall be deposited at the Administration Building, Bellefield Entrance Lobby, 341 South Bellefield Avenue, Pittsburgh, Pa., 15213, on April 09, 2024, until 2:00 P.M., local prevailing time for:
Brashear High School
Brashear Retaining Wall
Replacement Project
General Primes
Project Manual and Drawings will be available for purchase on March 25, 2024, 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.
OFFICIAL ADVERTISEMENT
THE BOARD OF PUBLIC
EDUCATION
of the
SCHOOL DISTRICT OF
PITTSBURGH
Sealed proposals shall be deposited at the Administration Building, Bellefield Entrance Lobby, 341 South Bellefield Avenue, Pittsburgh, Pa., 15213, on April 16, 2024, until 2:00 P.M., local prevailing time for:
George K. Cupples Stadium
Replace Fire Alarm System
Electrical Primes
Project Manual and Drawings will be available for purchase on March 25, 2024, 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.
ADVERTISEMENT FOR BIDS
WILKINS TOWNSHIP
110 PEFFER ROAD, TURTLE CREEK, PENNSYLVANIA 15145
2024 PAVING PROGRAM
Wilkins Township (Owner) is requesting Bids for the construction of the following Project: 2024 Paving Program. Bids will be received by Wilkins Township online via PennBID, until Wednesday April 24, 2024, at 11 a.m. local time. At that time the Bids received will be opened electronically and posted on PennBID’s website.
The Base Project consists of milling and resurfacing approximately 29,200 square yards of roadway. Alternate Bids will also be received for the milling and resurfacing of up to approximately another 15,000 square yards of roadway to be awarded at the Township’s discretion.
Bids will be received for a single prime Contract. All documents and solicitation details are available online at no cost on PennBID:
https://pennbid.bonfirehub.com/
Bids shall be accepted online through the PennBID Program. Additional bidding requirements are found in Section 00 21 13, “Instructions to Bidders”, of the Bidding Documents. All bidders must submit bid security of a Certified Check or Bid Bond in the amount of 10% of the Base Bid.
All questions about the meaning or intent of the Bidding Documents are to be submitted via PennBID in accordance with the Instructions to Bidders. Telephone inquiries are unacceptable.
All bids shall be irrevocable for 60 days after the bid opening date as provided by the Act of November 26, 1978 (P.L. 1309, No. 317), as amended by the Act of December 12, 1994 (P.L. 1042, No. 142).
Wilkins Township reserves the right to waive any defects, errors, omissions, mistakes, informalities, to accept any bid or combination of bids that are deemed to be in the best interest of the Township and to reject any or all proposals.
LEGAL ADVERTISEMENT
PORT AUTHORITY OF ALLEGHENY COUNTY
D/B/A PITTSBURGH REGIONAL TRANSIT
REQUEST FOR PROPOSAL NO. 24-03
Port Authority of Allegheny County d/b/a Pittsburgh Regional Transit (PRT) is requesting proposals for the performance of the following service (“Contract Services”):
POINT OF SALE SYSTEM SERVICES
The work under the proposed Agreement consists of providing, installing and testing point-of-sale hardware and software at the PRT’s Downtown Service Center, located at 623 Smithfield Street, Pittsburgh, PA, 15222.
The Agreement will be for a three-year period with the option to extend the term of the Agreement up to two additional years at the sole discretion of PRT.
A copy of the Request for Proposal (RFP) will be available on or after March 27, 2024 and can be obtained by registering at the PRT’s ebusiness website: http://ebusiness.ridePRT.org and following the directions listed on the website. Please note that Proposers must register under the ebusiness categories of PSFAIB – Pro Finance/Invest/Banking or PSSC – Pro Software Consulting for this RFP. Proposers may also register in other categories for any future RFPs issued by PRT. If you have specific questions regarding this RFP, please contact John Young at (412) 566-5216 or via email Jyoung@ridePRT.org.
A Pre-Proposal Conference/ Information Meeting for interested parties will be held at 9:30 a.m., prevailing time, April 10, 2024, via Microsoft Teams video conference and/or conference call to answer any questions regarding this RFP.
To join by Microsoft Team video conference:
https://bit.ly/Pre-ProposalMtg24-03
To join by Microsoft Teams call-in number:
412-927-0245 United States, Pittsburgh (Toll)
Conference ID: 858 278 46#
Electronic proposals must be both received, and time stamped by a representative of the Procurement Department through PRT’s Ebusiness website at or before 2:00 p.m., prevailing time, May 01, 2024, at http://ebusiness.ridePRT.org. Proposals received or time stamped by a Procurement Department representative through PRT’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 d/b/a Pittsburgh Regional Transit, 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 d/b/a Pittsburgh Regional Transit, 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 d/b/a Pittsburgh Regional
Transit reserves the right to reject any or all proposals.
DOCUMENT 00030-AA
ADVERTISEMENT ANNOUNCEMENT
ALLEGHENY COUNTY AIRPORT AUTHORITY
PITTSBURGH, PENNSYLVANIA
The Allegheny County Airport Authority will be receiving scanned PDF proposals through Submittable, and a submission link will be sent to each registered plan holder. Submissions are to be submitted via Submittable by 1:00 p.m. prevailing local time on April 30, 2024, and bids will be opened by the Airport Authority and results will be emailed by end of business day of bid opening for the following project:
ALLEGHENY COUNTY AIRPORT AUTHORITY
PROJECT NUMBER 8G3-24 (GENERAL)
REHABILITATE RUNWAY 10L-28R PHASE 1
AT PITTSBURGH INTERNATIONAL AIRPORT
A pre-bid conference will be held at 1:00 p.m., on April 10, 2024, in Conference Room A at Pittsburgh International Airport Landside Terminal, 4th Floor Mezz, Pittsburgh, PA 15231.
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.
Proposals must be made on the Authority’s form and in accordance with the Plans and Specifications and the “Instructions to Bidders”’.
The non-refundable charge of $150.00 for the Bid Documents and the Plans, and Specifications through the bidding platform Submittable at https://acaacapitalprograms.submittable.com.
Please note that Submittable does not support Internet Explorer 11. Submittable recommends the following browsers: Microsoft Edge, Google Chrome, Mozilla Firefox, or Apple Safari.
This project has DBE participation goals; 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://paucp.dbesystem.com/
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.
To view a complete advertisement, which is also included in the bidding documents visit www.flypittsburgh.com – ACAA Corporate – Business Opportunities or call 412-472-3677 or 412-472-2136.
ALLEGHENY COUNTY AIRPORT AUTHORITY
INVITATION FOR BIDS
Sealed bids for the Alameda Multi-use field Project located in Butler Township will be received electronically via PennBid in the office of Benjamin Holland, BUTLER COUNTY CONTROLLER, on or before 2:00pm, April 23, 2024.
Bids will be opened at the public meeting on Wednesday, April 24, 2024 at 10:00am in the public meeting room 1st floor in the Butler County Government Center, 124 West Diamond Street, Butler, PA, with results displayed on PennBid shortly thereafter.
Plans, specifications and bid documents are available at no cost on PennBid (https://pennbid.bonfirehub.com)
Any questions regarding the project must be submitted via the “Ask A Question” feature in PennBid no later than April 17, 2024 at 2:00pm. The project scope includes
construction of paved sidewalks with ADA access.
Each proposal shall be accompanied by a bidder’s bond, or certified check or cashier’s check, in favor of the County of Butler, in the amount of not less than ten percent. The County of Butler reserves the right to waive any informality in and to accept or reject any and all bids or any part of any bid. No bid may be withdrawn for a period of sixty (60) days.
Prevailing wages established under the Davis-Bacon Act will apply to this contract. The contract documents contain requirements addressing prevailing labor wage rates, labor standards, nondiscrimination in hiring practices, goal for minority and female participation, MBE and WBE participation, participation by Section 3 residents and businesses and related matters.
BOARD OF BUTLER COUNTY COMMISSIONERS
Leslie Osche, Chairman
Kim Geyer
Kevin Boozel
Attest:
Lori Altman
Director of Human Resources/Chief Clerk
OFFICIAL BID NOTICE
TOWNSHIP OF UPPER ST. CLAIR
Sealed and separate bids will be received by the Township of Upper St. Clair, 1820 McLaughlin Run Road, Upper St. Clair, PA 15241, Allegheny County, Pennsylvania until 9:00 a.m., Tuesday, May 14, 2024, and the BIDS will be publicly opened and read thereafter in the Township Building at the same address for the following:
JANITORIAL AND CLEANING SERVICES
For the Municipal Building, Public Works Building, Recreation Center, Tennis Administration Building, all located on McLaughlin Run Road, Main Fire Station on Washington Road, Community & Recreation Center on Mayview Road, and the Morton Road Fire Substation on Morton Road
Please refer to https://www.twpusc.org/business/bid_information.php, for details regarding specifications and Bidding requirements.
Matthew R. Serakowski
Township Manager
OFFICE OF MANAGEMENT & BUDGET
ADVERTISEMENT
Separate and sealed Bid Proposals will be received electronically starting on Monday, April 1st, 2024 for:
2024-IFB-004– Modular Block Wall Construction CD
Information on solicitations is available on the City of Pittsburgh website: http://purchasing.pittsburghpa.gov
Bid proposals are requested on behalf of the City of Pittsburgh. All bids must be submitted via the above website and all required documents must be provided or the bid proposal may be considered non-responsive.
The contractor will be required to comply with all applicable Equal Employment Opportunity requirements for Federally Assisted construction contracts. The contractor must assure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Attention is called to Executive Order 11246, to Section 3 of the Housing and Urban Development Act of 1968, 12 U.S.C. 1701U, and to the Section 3 Clause and Regulations set forth in 24 CFR, Part 135.
The Contractor will be required to comply with the following laws, rules and regulations:
All provisions of US Executive Order 11246 of September 24, 1965, as amended by US Executive Order 11375 and as supplemented in US Department of Labor Regulations (41 CFR, Part 60), and of the rules, regulations, and relevant orders of the US Secretary of Labor.
Contractor shall comply with all applicable standards, orders, or requirements
issued of the Clean Air Act (42 USC 1857 et. seq.), Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR, Part 15).
Contractor shall comply with the Davis-Bacon Act the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR part 5).
Procedures for compliance to these acts shall be as follows:
All specifications for construction contracts and subcontracts will contain the prevailing wage rates (as enclosed in this bid package) as determined by the Secretary of Labor in accordance with the Davis-Bacon Act, as amended (40 U.S.C. 276-a to 276-C-5) and provision that overtime compensation will be paid in accordance with the Contract Work Hours and Safety
Standards Act Regulations (29 CFR, Parts 5 and 1926). The contract provisions shall require that these standards be met.
Notice of Requirement for Affirmative Action to Ensure Equal
Employment Opportunity (Executive Order 11246):
Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Specifications” set forth in 41 CFR Public Contracts and Property Management Part 60-4.3 Equal Opportunity Clauses.
Goals for minority participation: 18%
Goals for female participation: 7%
These goals are applicable to all construction work (whether or not Federal or Federally-Assisted) performed in the “covered area.”
As used in this notice, and in the contract resulting from this solicitation, the “covered area” is Pittsburgh SMSA (Allegheny, Washington, Beaver and Westmoreland counties).
The contractor shall comply with Title VI of the Civil Rights Act of 1964 and 1988, as amended, Section 109 of the Community Development Act of 1974, with Executive Order 11625 (Minority Business Enterprise) and Executive Order 12138 (Women’s Business Enterprise).
The Proposers will be required to submit the package of certifications included with the contract documents relating to Equal Employment Opportunity.
Vendors submitting responses on federally funded projects must register on SAM.gov and provide proof of registration.
The City of Pittsburgh reserves the right to withhold the award of contract for a period of sixty (60) calendar days after the opening of bids.
The City of Pittsburgh reserves the right to reject any or all Proposals.
PORT AUTHORITY OF ALLEGHENY COUNTY D.B.A. PRT
Electronic Proposals will be received online at PRT’s Ebusiness website (http://ebusiness.portauthority.org).
Proposals/bid submittals will be due 11:00 AM on April 22, 2024 and will be read at 11:15 AM., the same day, through your web browser via Microsoft Teams video conferencing, for the following:
Electronic Proposal – Ebusiness website
(http://ebusiness.portauthority.org)
Bid Number | Bid Name | ||
1 | B24-01-09ARR | Herbicide Spraying for Vegetation | |
2 | B24-02-13AR | Bio-Diesel Fuel | |
To join the bid opening through Microsoft Teams meeting on your computer, mobile app or room device
Meeting ID: 253 633 827 131
Passcode: QZ2t5Y
Or call in (audio only)
412-927-0245
Phone Conference ID: 729 384 918
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 10:00 AM on April 8, 2024 through your web browser via Microsoft Teams video conferencing.
Join on your computer, mobile app or room device
Meeting ID: 248 902 001 399
Passcode: 5xkBho
Or call in (audio only)
412-927-0245
Phone Conference ID: 447 767 94
Attendance at this meeting is not mandatory, but is strongly encouraged. Questions regarding any of the above bids will not be entertained by the PRT within five (5) business days of the scheduled bid opening.
These contracts may be subject to a financial assistance contract between
Port Authority of Allegheny County d.b.a. PRT 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 d.b.a. PRT 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 PRT reserves the right to reject any or all bids.
TO PLACE AN AD:
Classifieds
412-481-8302 Ext. 136
E-mail:
ads@newpittsburghcourier.com
Deadline/Closing/Cancellation Schedule
for copy, corrections, and cancellations: Friday
noon preceding Wednesday publication