PUBLIC NOTICE
REQUEST FOR PROPOSALS
ELECTRONIC REGISTERING FAREBOX & MOBILE
TICKETING SYSTEMS
The Mid Mon Valley Transit Authority (MMVTA), jointly with Fayette Area Coordinated Transportation (FACT,) will receive sealed proposals for the acquisition of a farebox system and mobile ticketing options at the MMVTA, 1300 McKean Avenue, Charleroi, PA 15022-2135, until 3:00 PM on Wednesday, September 4, 2024. At this time, proposals received will be publicly opened and recorded by name and number of copies. Proposal information is available to be picked up, mailed, faxed or e-mailed during normal business hours (Monday-Friday, 8:30 AM to 4:30 PM) by contacting Stephanie
Lee, MMVTA Operations Coordinator,
slee@mmvta.com, 724-489-0880.
Both Agencies implement positive affirmative action procedures to ensure that all Disadvantaged Business Enterprises (DBE), Small Businesses (SBE), and other Diverse Businesses (DB), including Veterans, have maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part, with Federal and State funds provided for in this Project. The MMVTA and FACT do not discriminate on the basis of race, color, national origin or sex in the award and performance of FTA-assisted contracts.
A Pre-Proposal Conference will be held at MMVTA’s offices on Tuesday,
August 13, 2024 at 11:00 AM.
REQUEST FOR
QUALIFICATIONS
Traffic/Parking Analysis – Community economic development organization requests Qualifications relative to the following: 1) completing traffic and parking studies in an urban mixed-use neighborhood, 2) designing transportation improvements, 3) professionals available for this assignment, 4) working with multiple stakeholders and the public, 5) minority and women-owned businesses participation.
Within 30 days of publication, firms/individuals should send Qualifications along with methods of compensation to: DJS Ventures, Inc., 312 Chestnut Rd., Edgeworth, PA. 15143.
THE BOARD OF
PUBLIC EDUCATION
OF THE SCHOOL DISTRICT OF PITTSBURGH
Sealed bids will be received in the Bellefield Avenue Lobby, Administration Building, 341 South Bellefield Avenue until 11:00 A.M. prevailing time July 31, 2024 and will be opened at the same hour in the administration building cafeteria:
TRANSLATION DEVICE WITH ENTERPRISE LEVEL SECURITY
General Information regarding bids may be obtained at the Purchasing Office, 341 South Bellefield Avenue, RM 349 Pittsburgh, PA 15213. The bid documents are available on the School District’s Purchasing web site at: www.pghschools.org
Click on Our Community; Bid Opportunities; Purchasing – under Quick Links.
The Board of Public Education reserves the right to reject any and all bids, or select a single item from any bid.
We are an equal rights and opportunity school district
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 July 30, 2024, until 2:00 P.M., local prevailing time for:
Pgh. Obama 6-12
(Jr./Sr. High School) (*REBID*)
Bleacher Demolition and UST Removal
General Primes
Project Manual and Drawings will be available for purchase on June 30, 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.
PORT AUTHORITY OF ALLEGHENY COUNTY
ADVERTISEMENT
Separate sealed Bids for the Work as listed hereinafter will be received at the Procurement Department of Port Authority of Allegheny County (Authority), 345 Sixth Avenue, Third Floor, Pittsburgh, Pennsylvania, 15222-2527 until 1:30 p.m. on Monday, August 26, 2024 and will be 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 Procurement Department at or before the advertised time for submission of Bids. Bidders submitting bids via FedEx, UPS, USPS, or other carrier must immediately provide tracking information to the assigned contract specialist via e-mail. Upon delivery, bidder will notify the assigned contract specialist with an e-mailed receipt. Bids received or time stamped in the Procurement Department after the advertised time for the submission of Bids shall be non-responsive and therefore ineligible for Award.
BUS RAPID TRANSIT (BRT) UPTOWN TO OAKLAND
CONTRACT NO. BRT-001
The Work of this Project includes, but is not limited to, the furnishing of all labor, materials, tools, equipment, and incidentals necessary for the construction of the Uptown to Oakland (BRT-001) portions of the Downtown-Uptown-Oakland Bus Rapid Transit project. The Work includes, but is not limited to, demolition; reconstruction/resurfacing of roadways and sidewalks; traffic signals; utility coordination, drainage removal, relocations, support, and replacement; maintenance and protection of traffic and pedestrians;
BRT station construction, BRT systems installation, testing and commissioning; roadway lighting; bikeways and pedestrian facilities; pavement markings; noise and vibration controls sidewalk vault demolition and reconstruction; and Authority control center upgrades.
A copy of the bid documents will be available on July 14, 2024 and can be obtained by accessing or creating your eBusiness account at PRT’s eBusiness website: http://ebusiness.ridePRT.org. Guides are provided for accessing, updating, or creating an eBusiness account. Please be sure to register for any/all construction categories relevant to your firm. Link to the bidding documents is pasted below:
BRT-001
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, Susanna Broadus at (412) 566-5257.
The Bidder’s attention is directed to the following contacts for Bidder’s questions:
Procedural Questions Regarding Bidding:
David Hart – Authority
(412) 566-5415 dhart@rideprt.org
All other questions relating to the Bid Documents must be submitted by mail or email to:
Port Authority of Allegheny County
Procurement Office – Construction Division
345 Sixth Avenue, Third Floor
Pittsburgh, PA 15222-2527
Attn: David Hart
(412) 566-5415
dhart@rideprt.org
In addition, the Bidder’s attention is directed to the following schedule of activities for preparation of its Bid:
9:00 AM Pre-Bid Conference
Monday, July 29, 2024 will be conducted in person or via Teams at:
Port Authority of Allegheny County
Procurement Office
345 Sixth Avenue – Third Floor –
Pittsburgh, PA 15222-2527
Teams Meeting ID Number:
232 633 400 763
Passcode: 3doxNc
Call in (audio only): 412-927-0245
Conference ID: 568 580 030 #
Attendance is not mandatory but
strongly recommended
1:30 PM Bids Due
Monday, August 26, 2024 Port Authority of Allegheny County
Procurement Office
345 Sixth Avenue – 3rd Fl –
Pittsburgh, PA 15222
Please print, fill out, place in
envelope with identifying label, seal and deliver by the time and
date indicated.
Bids submitted via Fed Ex, UPS,
USPS or other carrier are subject
to the notification requirements
indicated above.
Please call Contract Specialist at
(412) 566-5415 prior to arriving.
2:00 PM Bid Opening will be conducted @
Monday, August 26, 2024 2:00 pm via Teams or in person at the
location indicated above
Teams Meeting ID: 271 720 152 412
Passcode: qGyfDu
Call in (audio only): 412-927-0245
Conference ID: 534 792 255 #
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.
ALLEGHENY COUNTY, PA DEPARTMENT OF PUBLIC WORKS
PITTSBURGH, PA JULY 17, 2024
The Office of the Director of the DEPARTMENT OF PUBLIC WORKS OF ALLEGHENY COUNTY will receive Letters of Interest with current SF 330 for professional services until 2:00 p.m. on August 23, 2024 for the following assignment:
COUNTY PROJECT NO. ZEMS-GT10
OPEN END GEOTECHNICAL ENGINEERING AND RIGHT-OF-WAY SERVICES
The work and services which may be required under this Agreement encompass a wide range of environmental studies and engineering efforts with the possibility of several different types of projects with short completion schedules being assigned concurrently. The anticipated types of projects include but are not limited to: design of lateral support projects, roadway design related to lateral support, surveying, drilling, field and laboratory testing for geotechnical investigations, design of maintenance plans for flood control and pollution control projects, dam inspections, and construction consultation. The design of lateral support projects may include required design from other disciplines including traffic engineering, highway engineering, land and soil survey, right-of-way, utility design and drainage design.
The engineering work and services that may be required under this contract include, but are not limited to: perform field surveys, plot topography and cross sections, laying out and obtaining core borings, perform laboratory soil testing and evaluation, prepare soil reports, develop erosion control details and narrative, develop hydraulic reports, prepare right of way drawings per DM-3 standards, investigate and determine utility involvement on the projects, provide value engineering reviews, develop traffic control plans with narratives and prepare documents ready to bid, including construction plans, specifications, estimates and all pertinent submissions and materials necessary for bid. Prepare applications and obtain approval for any required permits, which include but are not limited to: soil erosion and sediment control, storm water management, hazardous waste, surface water and ground water quality, surface water and ground water hydrology, wetlands, cultural resources, environmental (typically Categorical Exclusion) documents and General Pennsylvania Department of Environmental Resources permits. Prompt response for emergency design services may be required, as needed.
The engineering services and environmental studies identified above are the general work activities that can be expected under this Open-End Contract. The primary goal of this contract is the design of lateral support projects. All PennDOT and FHWA publications, specifications and standard design practices are to be used in the development of designs. A more specific and project-related Scope of Work will be outlined for each individual Work Order developed under this Open-end Contract. Each individual Work Order will be a maximum of $800,000.00. The Agreement will be for a period of 5 years, with projects assigned on an as-needed basis. The maximum amount of the Open-end Agreement will be $2,000,000.00. The agreement will be paid utilizing Cost Plus Fixed Fee, Lump Sum, Cost per Unit of Work or Specific Rate methods of payment.
Submit five (5) hard copies and one (1) electronic file in .pdf format of your Letter of Interest, current
Standard Form 330 (SF 330) and Sustainability Profile to:
Stephen G. Shanley, P.E., Director Allegheny County Department of Public Works
County Office Building, Room 501 542 Forbes Avenue
Pittsburgh, PA 15219 ATTENTION: Meghan Sexton, P.E.
Place five (5) copies of your Letter of Interest with required SF 330 and sustainability forms in a sealed opaque envelope with firm’s name, the title, the number of the Project, and the words “Letters of Interest” written on the front. If you mail the Letter of Interest, insert the sealed opaque envelope containing the Letter of Interest and SF 330 form inside a separate mailing envelope.
The Director will receive Letters of Interest with a maximum page limit of five pages along with accompanying SF 330 forms and sustainability profile until the day and hour stated in this Public Advertisement. The Director will not consider any Letter of Interest received after the set day and hour and will return it to the addressee unopened. The firm is responsible for ensuring that the Director receives the Letter of Interest by the set day and hour.
The County will use only SF 330 of firms responding with Letters of Interest to prequalify firms for consideration for these services. The County encourages responses from small firms, minority and women owned firms and firms that have not previously worked for the County.
The County will only accept the Sustainability Profile Standard Form. This form can be found at:
http://alleghenycounty.us/DPWsolicitations
The County will preselect or short-list three firms for consideration for this Project assignment on the following evaluation criteria: Experience, Record, Size, Workload, Related Work and Sustainability Profile. By a Request for Proposal the Department of Public Works will notify the short-listed firms to submit proposals. The County will invite each of these firms to attend a Preproposal Scoping and Presentation Meeting. The County will base final selection of a firm for this assignment on the following evaluation criteria: Oral Presentation/Project Proposal, Organization, Design Ability, Experience, Special Criteria such as community involvement and other sensitive areas of Project development and Sustainability Profile. Up to three shortlisted firms may be selected to enter into contract.
The County’s minority business enterprise and women’s business enterprise goals for this Project will be 13% of the total price for MBE participation and 2% of the total price for WBE participation.
Certification of MBEs and WBEs by the County is mandatory on or before proposal due date. Firms submitting a Letter of Interest must have their MBE/WBE participants in place and noted in their letter and/or SF 330 form information in order to be considered for this project.
The Director may reject any Letters of Interest/Proposals and may waive any irregularity in the Submission of Letters of Interest/Proposals. For further information contact Ms. Meghan Sexton, P.E., Project Manager, at 412-350-1284.
Stephen G. Shanley, P.E., Director
Allegheny County Department of Public Works
INVITATION FOR BIDS
Sealed bids for the Slippery Rock Township McCandless Road
Reconstruction Project located in Slippery Rock Township will be received electronically via PennBid in the office of Benjamin Holland, BUTLER COUNTY CONTROLLER, on or before 5:00 p.m. August 9, 2024.
Bids will be opened in the office of Ben Holland, Controller, on Monday, August 12, 2024 at 9:00 a.m. located on the 5th 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 August 6, 2024 at 2:00 p.m. The project scope includes installation of storm sewers, inlets, road widening, asphalt curbing and restoration per the bid package.
A Non-Mandatory Pre-Bid meeting will be held at the Slippery Rock Township Municipal Building at 155 Branchton Rd, Slippery Rock, PA 16057 at 10:00 a.m. on Thursday, August 1, 2024.
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
HOUSING AUTHORITY OF THE CITY OF PITTSBURGH
INVITATION FOR BIDS (IFB) FOR
GEOTHERMAL SUPPORT
AUTHORITY WIDE
IFB# 300-03-24 REBID
The Housing Authority of the City of Pittsburgh (HACP) hereby requests bids from qualified Firms or Individuals capable of providing the following service(s):
Geothermal Support Authority Wide
IFB #300-03-24 REBID
The documents will be available no later than July 15, 2024 and signed, sealed bids will be accepted until 9:00 a.m. on August 6, 2024. The Housing Authority of the City of Pittsburgh will only be accepting physical bids dropped off in person from 8:00 a.m. until the closing time of 9:00 a.m. on August 6, 2024, in the lobby of 412 Boulevard of the Allies, Pittsburgh, PA 15219. Bids may be uploaded to the
Authority’s online submission site; the link is accessible via the HACP website and within the IFB. Sealed bids may still be mailed via USPS at which time they will be Time and Date Stamped at 412 Boulevard of the Allies, 6th Floor, Pittsburgh, PA 15219.
Parties or individuals interested in responding may download a copy of the Solicitation from the Business Opportunities page of
www.hacp.org.
Questions or inquiries should be directed to:
Mr. James Harris
Housing Authority of the
City of Pittsburgh
Procurement Department
412 Boulevard of the Allies
6th Floor
Pittsburgh, PA 15219
A pre-submission meeting will be held via Zoom meeting on July 25, 2024 at 9:00 a.m. Please see meeting information below:
Join Zoom Meeting
Meeting ID: 8359139
Passcode: 262982
+1 646 931 3860 US
The Housing Authority of the City of Pittsburgh strongly encourages certified minority business
enterprises and women business enterprises to
respond to this solicitation.
HACP has revised their website. As part of those revisions, vendors must now register and log-in, to view and download IFB/RFPs documentation.
Caster D. Binion,
Executive Director
Housing Authority of the City
of Pittsburgh
HACP conducts 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
D/B/A PITTSBURGH REGIONAL TRANSIT
REQUEST FOR PROPOSAL NO. 24-05
Port Authority of Allegheny County d/b/a Pittsburgh Regional Transit (PRT) is requesting proposals for the performance of the following service (“Contract Services”):
PHONE SYSTEM UPDATE SERVICES
The work under the proposed Agreement will consist of the design, installation, and deployment of a new, single vendor IP-PBX phone system to replace PRT’s currently installed Avaya Aura systems, along with additional services to replace PRT’s current services, including but not limited to: Unified Communications (UC), Interactive Voice Response (IVR) and emergency dispatcher services.
The Agreement will be for a 3-year period with the option to extend the term of the Agreement up to 2 additional years at the sole discretion of PRT.
A copy of the Request for Proposal (RFP) will be available on or after July 19, 2024 and can be obtained by registering at the PRT’s ebusinesswebsite: http://ebusiness.ridePRT.org and following the directions listed on the website. Please note that Proposers must register under the ebusiness categories of PSITS – Pro Information Technology and 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 Fred Buckner at (412) 566-5467 or via email Fbuckner@ridePRT.org.
A Pre-Proposal Conference for interested parties will be held at 9:30 a.m., prevailing time, August 8, 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/4fbVjOk
To join by Microsoft Teams call-in number:
- 412-927-0245 United States, Pittsburgh (Toll)
- Conference ID: 748 735 324#
The PRT call-in number has been set up and is as follows:
- Toll Free Number (Canada/US): 1-800-974-5902
- Local Dial-In Number: (416) 874-8100
- Conference ID #: 4051776
Electronic proposals must be both received, and time stamped by arepresentative of the Procurement Department through PRT’s Ebusiness website at or before 2:00 p.m., prevailing time, August 20, 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.
PORT AUTHORITY OF ALLEGHENY COUNTY D.B.A. PRT
Electronic Bids will be received online at PRT’s Ebusiness website (http://ebusiness.portauthority.org).
Bid submittals will be due 11:00 AM on August 6, 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 Bid – Ebusiness website (http://ebusiness.portauthority.org)
BID NAME | BID NUMBER | ||
1 | B24-05-53 | TWC Atennas | |
2 | REV24-07-60A | Waste Oil Removal Services for Revenue | |
3 | B24-07-61A | LRV Split Disc Rotors | |
4 | B24-07-62A | Asbestos Free Brake Assembled on Shoes | |
5 | B24-07-63 | Railroad Cross Ties | |
6 | B24-07-64A | Differential Gear Lubricant | |
7 | B24-07-66A | Graphic Film and Pre-Masking Tape | |
8 | B24-07-68A | Bus Manufacturing Inspection Oversight Services | |
9 | B24-06-56A | Contactless Smart Fare Media | |
10 | B24-07-65A | Panasonic Toughbooks | |
No bidder may withdraw a submitted Bid for a period of 75 days after the scheduled time for opening of the sealed bids.
A Pre-Bid Conference will be held for each of the above solicitations on July 23, 2024, through your web browser via Microsoft Teams video conferencing. Attendance at this meeting is not mandatory but is strongly encouraged.
Teams meeting information is available within the Bid Documents for each solicitation on rideprt.org and eBusiness.rideprt.org. Potential bidders may also email the contract specialist assigned to the solicitation.
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 Supplier will be required to comply with all applicable Equal Employment Opportunity laws and regulations.
The Supplier 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 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.
ALLEGHENY COUNTY SANITARY AUTHORITY
LEGAL NOTICE
CONTRACT NO. 1799, G, E, H, P
SOLIDS THICKENING AND DEWATERING IMPROVEMENTS
Sealed Bids for CONTRACT NO. 1799, G, E, H, P –Solids Thickening and Dewatering Improvements shall be received at the Engineering Department office of the Allegheny County Sanitary Authority, 3300 Preble Avenue, Pittsburgh, PA, 15233, until 11:00 A.M., Prevailing Time, Friday, September 6, 2024 and then shall be publicly opened and read. A Pre-Bid Meeting will be held in-person, in the O&M Building Auditorium on Wednesday, August 7, 2024 at 9:00 A.M., Prevailing Time. Pre- registration will be required. If interested in attending the Pre-Bid Meeting, contact Kathleen P. Uniatowski via email at kathleen.uniatowski@alcosan.org .
ALCOSAN encourages businesses owned and operated by minorities and women to submit bids on Authority Contracts or to participate as subcontractors or suppliers to successful Bidders. Successful Bidders are to use minority and women’s businesses to the fullest extent possible.
Contract Documents may be examined and obtained at the Engineering office of the Authority. A non-refundable fee of One hundred dollars ($100) (no cash or credit cards will be accepted) will be charged for each set of Contract Documents received. Bid Security shall be furnished by providing with the Bid a Certified Check or Bid Bond in the amount of 10% of the Bid Price. Contract documents must be purchased directly from ALCOSAN to qualify as an eligible bidder.
Any questions regarding the Technical Specifications within the Contract Bidding Documents should be directed to Bradley Zook, Michael Baker International, via email at Bradley.Zook@mbakerintl.com .
Any questions regarding the Purchase of Contract Bidding Documents should be directed to Kathleen P. Uniatowski, ALCOSAN, via email at contract.clerks@alcosan.org.
The Authority reserves the right to reject any or all bids, to waive any informality in any bid and to accept any bid should it be deemed in the interest of the Authority to do so.
ALLEGHENY COUNTY SANITARY AUTHORITY
Kimberly Kennedy, P.E.
Director of Engineering and Construction
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