Quantcast
Channel: Athens Daily Review: Bids
Viewing all 7846 articles
Browse latest View live

LEGAL NOTICE NESHANNOCK T...

$
0
0
LEGAL NOTICE Neshannock Township School District Bid Advertisement On Wednesday, June 10, 2015, the Neshannock Township School District will open sealed bids for Kindergarten Restrooms, Neshannock Memorial Elementary School, 3834 Mitchell Rd., New Castle, PA 16105. Bids will be received up to 1:00 P.M. in the Neshannock Township School District Administration Office, 3834 Mitchell Road, New Castle, PA 16105. Bids should be marked “RESTROOM BID” to the attention of Justin DiMuccio, Business Manager. It is the intent of the Owner to enter into separate contracts as follows: Contract No. 1 General Construction. Contract No. 2 Mechanical Construction. Contract No. 3 Electrical Construction. Bids shall conform with Contract Documents prepared by HHSDR Architects/Engineers, 40 Shenango Ave., Sharon, PA, 16146, and 201 Century Building, 130 Seventh St., Pittsburgh, PA, 15222. Bidders may obtain same from HHSDR at their Sharon office (724) 981-8820, upon refundable deposit of $150.00/set. Bids shall include a Bid Security Bond or Check, payable to Neshannock Township School District, in an amount of five percent (5%) of the bid, in accordance with Instructions to Bidders, as included in the Contract Documents. The Neshannock Township School District reserves the right to waive irregularities and to accept or reject any or all bids, whichever is most advantageous to the Neshannock Township School District. Neshannock Township School District Justin DiMuccio, Business Manager Legal: May 29, June 1, 8 LEGAL NOTICE The Neshannock Township School District will accept sealed bids for the sale of District owned vehicles and/or equipment. Bids must be submitted by 3:00 P.M. on June 17th, 2015 at the Neshannock Township School District Administration Office, 3834 Mitchell Road, New Castle, PA 16105. The bids will be opened and publicly read on June 18th, 2015 at 2:00 P.M. at the same location. The envelopes should be sealed and clearly marked for the specific item Bid. The vehicles and/or equipment for sale will be sold “as-is, where-is” with no guarantees or warranties offered. • 1 – 1998 Ford F-150 Standard Cab, 4WD, 8 FT Bed, 68,976 Miles VIN# 1FTZF18WXWNA47777 • 1 – 2000 GMC 3500 24 Passenger Bus, Diesel, 97,123 Miles VIN# 1GDJG31F1Y1159633 Terms of sale – Cash, money order or certified bank check Vehicle and/or equipment may be inspected Monday through Wednesday 8:00 A.M. until 10:00 A.M at the Neshannock Township Bus Garage, 3834 Mitchell Road, New Castle, PA 16105.. The Neshannock Township School District reserves the right to reject any and all bids. Justin DiMuccio Business Manager Neshannock Township School District Legal: June 1, 8, 15, 2015 Request for Proposal Energy Performance Contracting Program Extension The Housing Authority of the County of Lawrence, is seeking proposals from interested Energy Services Companies (ESCos) that are capable of providing comprehensive energy management and energy-related capital improvement services through an energy performance contact that will improve the energy and water efficiency of the Housing Authority of the County of Lawrence complexes. The RFP can be obtained by contacting Gene Digennaro, Executive Director at (724) 656-5100 ext 203 or email address: HYPERLINK admin@lawrencecountyha.com Response due date is; July 1, 2015 Gene DiGennaro, Executive Director Housing Authority of the County of Lawrence 481 Neshannock Avenue P.O. Box 988 New Castle, PA 16103 Legal: June 3, 8, 10, 2015 RFP Request for Proposal Laundry Services Contract The Housing Authority of the County of Lawrence, identified hereafter as HACL, is requesting bid proposals from companies to provide the following services at Lawrence Manor, McGrath Manor and Skyview Towers in New Castle, PA and Crescent Place, Ellwood City, PA. Laundry Services Contract, Scope of Work General The Housing Authority of the County of Lawrence will award contracts to the top responsible bidder for the above listed contract. A contract will be generated for a term of (3) three years, with an option to renew for two (2) additional years. Prices for services will be frozen for a period of (5) five years at amounts proposed and agreed to in said contracts for the term of the contracts. Exceptions will be noted. All interested qualified parties should contact Gene DiGennaro at HACL at (724)656-5100. X203. Submittals are due by 2:00 pm on June 18, 2015. One copy of your bid, printed single-sided, must be submitted in a sealed envelope, clearly marked as RFP LAUNDRY SERVICES. Proposals should be delivered to the following address and date and time stamped by the due date and time. Any RFP received after the due date and time will be returned unopened to the bidder. No faxed or emailed proposals will be accepted. Gene DiGennaro, Executive Director Housing Authority of the County of Lawrence 481 Neshannock Avenue P.O. Box 988 New Castle, PA 16103 Phone 724-656-5100 Legal: June 1, 3, 8, 2015

NOTICE OF REQUEST FOR PROPOSAL...

$
0
0
NOTICE OF REQUEST FOR PROPOSALS Sealed proposals will be received by the Niagara County Department of Management&Budget, Division of Purchasing, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York for: RFP 2015-33: Consultant Services for Isolation and Quarantine Tabletop Exercise for the Niagara County Department of Health at 2:00 PM on July 14, 2015. Detailed proposal specifications and forms are available, upon request, at the Department of Management&Budget, Division of Purchasing, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York 14094. Contact the Division of Purchasing by phone at 716-439-7200, or by email at purchasing@niagaracounty.com. #N&L148673 6/17/2015

NOTICE TO BIDDERS NOTICE IS HE...

$
0
0
NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that the Undersigned, on behalf of the Essex County Board of Supervisors, will accept sealed bids at the Office of the Purchasing Agent until 2:00 P.M. on July 10, 2015 for the Roof Replacement to the Essex County Government Center. A pre-bid conference shall be held on June 25, 2015 at 10:00 AM at Essex County Government Center, Elizabethtown, NY 12932. Bidders shall meet at the front of the Government Center Complex. All contractors who plan to submit a bid are urged to attend. The bids shall be opened and read aloud on July 10, 2015 at 2:00 P.M. at the Office of the Purchasing Agent, 7551 Court Street, Elizabethtown, New York. If additional information concerning the bidding is required, please call (518) 873-3332. All bids submitted in response to this notice shall be marked "SEALED BID - GOVERNMENT CENTER ROOF REPLACEMENT (PHASE 2)" clearly on the outside of the envelope. All bids shall be submitted on the bid sheets included in the package, and no other forms shall be accepted. Specifications and standard proposals for the proposed work may be obtained at the above address, by calling 518-873-3332, or on the County's website at www.co.es sex.ny.us. Each proposal must be accompanied by either a Certified Check payable to Essex County Treasurer in the amount of five percent (5%) of amount of the bid or a Bid Bond, in a form acceptable to the Essex County Attorney. A labor and material Payment Bond and a Performance Bond in the form contained in the Contract documents will be required of the successful Bidder. Attention of the bidders is particularly called to the requirements as to the conditions of employment to be observed and minimum wage rates under the Contract. Essex County reserves the right to reject any and all bids not considered to be in the best interest of Essex County, and to waive any technical or formal defect in the bids which is considered by Essex County to be merely irregular, immaterial, or unsubstantial. In addition to bid sheets, the bidder shall submit executed non-collusion bid certificates signed by the bidder or one of its officers as required by the General Municipal Law Sec. 103d. The bidder shall also submit an executed certificate of compliance with the Iran Divestment Act signed by the bidder or one of its officers as required by the General Municipal Law Sec. 103g. A Contract awarded pursuant to this notice shall be subject to the provisions of Sections 103-1, 103-b, 103-d and 103-g of the General Municipal Law. PLEASE TAKE FURTHER NOTICE that Essex County affirmatively states that in regard to any contract entered into pursuant to this notice, without regard to race, color, sex, religion, age, national origin, disability, sexual preference or Vietnam Era veteran status, disadvantaged and minority or women-owned business enterprises will be afforded equal opportunity to submit bids in response hereto. Dated: June 15, 2015 Linda M. Wolf, CPA Purchasing Agent Essex County Government Center 7551 Court Street - PO Box 217 Elizabethtown, New York 12932 (518) 873-3332

LEGAL NOTICE CITY OF NORTH TON...

$
0
0
LEGAL NOTICE CITY OF NORTH TONAWANDA WASTEWATER TREATMENT PLANT INVITATION FOR BIDS FOR THE PURCHASE OF NATURAL GAS Notice is hereby given that sealed proposals for the purchase of Natural Gas from gas producers, gas supply companies, or authorized marketers of natural gas for the City of North Tonawanda Wastewater Treatment Plant will be received by the City Clerk-Treasurer of the City of North Tonawanda until 11:30 A.M., prevailing time, Wednesday, July 15, 2015 at which time they will be publicly opened. Specifications may be obtained at the Water/Wastewater Office, 830 River Road, North Tonawanda, NY. The City of North Tonawanda reserves the right to waive any informalities in or to reject any and all bids. No bidder may withdraw his bid within sixty (60) days after the actual opening thereof. Bidders must agree to sign a statement of non-collusion in accordance with Chapter 751 of the Laws of the State of New York. Dan Quinn City Clerk/Treasuer __________________________________ BID PACKAGES SHOULD BE SENT TO: City Clerk-Treasurer City of North Tonawanda 216 Payne Avenue North Tonawanda, NY 14120 LABEL BID PACKAGE: NATURAL GAS BID City of North Tonawanda Wastewater Treatment Plant #N148721 6/18/2015

LEGAL NOTICE CITY OF NORTH TON...

$
0
0
LEGAL NOTICE CITY OF NORTH TONAWANDA WASTEWATER TREATMENT PLANT INVITATION FOR BIDS FOR ANIONIC POLYMER Notice is hereby given that sealed proposals for the furnishing one (1) or three (3) year's supply (approximately 6,000 or 18,000 pounds more or less) of Anionic Polymer for the City of North Tonawanda Wastewater Treatment Plant will be received by the City Clerk/Treasurer of the City of North Tonawanda until 11:00 A.M., prevailing time, Wednesday, July 8, 2015 at which time they will be publicly opened. Specifications may be obtained at the Water/Wastewater Office, 830 River Road, North Tonawanda, NY, 14120, between the hours of 8:00 A.M. and 2:00 P.M., prevailing time. Each proposal must be accompanied by a certified check, cash, or bid bond in the amount of ten percent (10%) of the total bid. The City of North Tonawanda reserves the right to waive any informalities in or to reject any and all bids. No bidder may withdraw his bid within sixty (60) days after the actual opening thereof. Bidders must agree to sign a statement of non-collusion in accordance with Chapter 751 of the Laws of the State of New York. Dan Quinn City Clerk/Treasurer __________________________________ BID PACKAGES SHOULD BE SENT TO: City Clerk-Treasurer City of North Tonawanda 216 Payne Avenue North Tonawanda, NY 14120 LABEL BID PACKAGE: ANIONIC POLYMER BID City of North Tonawanda Wastewater Treatment Plant #N148722 6/18/2015

BID NOTICE WEST BEAVER TOWNSHI...

$
0
0
BID NOTICE West Beaver Township of Snyder County, PA at 4682 Ridge Road, Beaver Springs, PA 17812 until 6:00 PM, on July 13,2015, to be opened on July 13 2015, at approximately 7:30 PM at West Beaver Township Municipal Building For the following contract: Paving Contract: Furnish and place approximately 570 Tons of Superpave Asphalt Wearing Course Hot or Warm Mix 9.5 MM

BID NOTICE FOR SALE 10.66 ACRE...

$
0
0
Bid Notice FOR SALE 10.66 ACRES VACANT LAND Zoned - Urban Fringe BUFFALO TOWNSHIP, UNION COUNTY 8525 Old Turnpike Road/SR 45 (Adjoins property of Mifflinburg School District - municipal water on site) Sealed bids accepted until 4:00 p.m. on July 10, 2015 Call 570-286-6701 for bid packet Bid opening at 4:00 p.m., Monday, July 13, 2015 DI: 6/18, 25&7/2/15

LEGAL NOTICE CITY OF NORTH TON...

$
0
0
LEGAL NOTICE CITY OF NORTH TONAWANDA WASTEWATER TREATMENT PLANT INVITATION FOR BIDS FOR DRY CATIONIC ORGANIC POLYMER Notice is hereby given that sealed proposals for the furnishing one (1) or three (3) year's supply (approximately 6,000 or 18,000 pounds more or less) of Cationic Polymer for the City of North Tonawanda Wastewater Treatment Plant will be received by the City Clerk/Treasurer of the City of North Tonawanda until 11:00 A.M., prevailing time, Wednesday, July 8, 2015 at which time they will be publicly opened. Specifications may be obtained at the Water/Wastewater Office, 830 River Road, North Tonawanda, NY, 14120, between the hours of 8:00 A.M. and 2:00 P.M., prevailing time. Each proposal must be accompanied by a certified check, cash, or bid bond in the amount of ten percent (10%) of the total bid. The City of North Tonawanda reserves the right to waive any informalities in or to reject any and all bids. No bidder may withdraw his bid within sixty (60) days after the actual opening thereof. Bidders must agree to sign a statement of non-collusion in accordance with Chapter 751 of the Laws of the State of New York. Dan Quinn City Clerk/Treasurer __________________________________ BID PACKAGES SHOULD BE SENT TO: City Clerk-Treasurer City of North Tonawanda 216 Payne Avenue North Tonawanda, NY 14120 LABEL BID PACKAGE: DRY CATIONIC POLYMER BID City of North Tonawanda Wastewater Treatment Plant #N148726 6/18/2015

SEALED PROPOSALS WILL BE RECEI...

$
0
0
Sealed proposals will be received by the St. Clair Township of Westmoreland County, 550 Seward St., Box 506, Seward, PAÊ 15954 until 2:00pm on July 8, 2015 for the following: Ê ITEM 1 12140 sy Perform Bituminous Seal Coat as per PennDOT Pub 408, Sec. 470ÊÊÊÊÊÊÊÊÊÊÊÊÊ ITEM 2 3920 sy Perform Bit. Surface Treatment as per PennDOT Pub. 408, Sec. 480 ITEM 3 3920 sy Perform Bit. Prime Coat as per PennDOT Pub. 408, Sec. 461 Liquidated damages apply at the rate of $250.00 per calendar day.Ê Proposals must be upon the firms furnished by the Municipality.Ê For third class cities the bid must be accompanied by a certified check or bid bond in the amount of 10% of the bid, made payable to the municipality.Ê For other municipal types it is the discretion of the municipality.Ê A performance bond or certified check in the amount of 100% of the contract shall be furnished by the successful bidder within 20days after the contract is awarded.Ê The Municipality reserves the right to reject any or all proposals.Ê ÊÊÊÊÊÊÊÊÊÊÊÊÊÊÊ St. Clair Township by:Ê Lori Smith Secretary/Treasurer June 12, 2015

NOTICE TO CONTRACTORS SEALED P...

$
0
0
Notice to Contractors Sealed proposals will be received by the Township of East Chillisquaque Board of Supervisors for the replacement of culverts located along Snyder and Mountain Roads in East Chillisquaque, Northumberland County, Pennsylvania. Bids mailed to East Chillisquaque, 1110 Mexico Road, Milton, PA 17847 must be received at this address no later than 3:00 p.m. on Monday, June 29, 2015. Bids may be dropped off at Pottsgrove Firehouse, 70 Firehouse Lane, Pottsgrove, PA 17865 between 6:45 p.m. and 7:00 p.m. on Monday, June 29, 2015. Bids will be opened at the Pottsgrove Firehouse at 7:05 p.m on June 29, 2015. Bidders are welcome to attend. Bidders shall be responsible to see completed bids are received at one of these locations at the proper time. Bidders may bid on one or both culvert projects. Specifications, plans and bid forms upon which all bids must be submitted may be obtained at the offices of Light-Heigel&Associates, Inc., 430 East Main Street, Palmyra, PA 17078, (717) 838-1351, and 142 Main Street, Montandon, PA 17850, (570) 524-7742, beginning June 11, 2015. A non-refundable fee of $25.00 will be charged for each bid package. Checks must be made payable to East Chillisquaque Township. Bid documents may be examined at the offices of Light-Heigel&Associates, Inc., 430 East Main Street, Palmyra, PA 17078, (717) 838-1351, between the hours of 8:30 a.m. and 4:30 p.m., Monday through Friday, and 142 Main Street, Montandon, PA 17850, (570) 524-7742, by appointment. Contract to use prevailing wage rates for Snyder Rd Culvert as determined by the Secretary of the Department of Labor and Industry. These rates must be paid by the contractor. Prevailing wage rates will not be required for Mountain Rd culvert. Employees shall not be discriminated against because of race, color, age, religion, sex, or national origin. Your offer will be required to be submitted under a condition of irrevocability for a period of 45 days after bid opening. The owner reserves the right to accept or reject any or portions of all bids deemed in the Authorities best interest. All bids shall be marked and identified on the outside of the envelope as "East Chillisquaque Culvert Replacement". DI: June 18, 2015

ADVERTISEMENT FOR BID 2015 MIL...

$
0
0
ADVERTISEMENT FOR BID 2015 Milling and Resurfacing vARIOUS CITY STREETS DALTON PROJECT NO. PW-2015-LMIG Sealed bids will be received by the City of Dalton Finance Department located at 300 W. Waugh Street, Dalton, Georgia 30722 until: tuesday, JULY 7, 2015 at 2 PM for the furnishing of all materials, labor, tools, skill, equipment and incidentals unless noted otherwise for the construction of the project entitled: 2015 Milling and Resurfacing VARIOUS CITY STREETS DALTON PROJECT NO. PW-2015-LMIG at which time and place the sealed bids will be publicly opened and read aloud. Bids received after the designated time will not be considered. The principal items of construction are: Variable depth milling, leveling, resurfacing, and thermoplastic striping of various City Streets using GDOT LMIG funds. All work shall be performed according to the latest Georgia D.O.T. Standards and Specifications. Road mileage is subject to change and depends upon the availability of funding. Bidders shall inform themselves of and comply with all conditions and specifications contained in the bid package, contract, related documents and State and Federal Law. The bid package, specifications, and contract documents for this project are open to public inspection at the City of Dalton Public Works Department located at 535 Elm Street, Dalton, Georgia 30721. The Public Works Department may be contacted by telephone at (706) 278-7077 or by mail at P.O. Box 1205, Dalton, Georgia 30722. One Contract shall be awarded covering all work and the maximum time for completion shall not exceed 120 consecutive calendar days from the starting date specified in the Notice to Proceed. Bidders must agree to pay as liquidated damages the sum of $300.00 per each consecutive calendar day thereafter. Due consideration will be given to delivery of materials in specifying starting date. Plans and contract documents may be obtained free of charge by picking up in person at the City of Dalton Public Works Department. Contract documents and the bid package for this project may also be obtained electronically via the City of Dalton’s webpage @ http://www.cityofdalton-ga.gov. Should a bidder choose to download the bid package from the City of Dalton webpage, please send a written request to be added to the Project “Bidder’s List” by sending an email request to: aparker@cityofdalton-ga.gov. Bids must be accompanied by a Certified Check or Bid Bond in an amount equal to not less than five percent (5%) of the bid to be considered. No bid may be withdrawn after the scheduled closing time for receiving bids for a period of sixty (60) days. The Owner reserves the right to reject any or all bids (and/or alternates) and to waive formalities and re-advertise. Anyone seeking to bid on and/or perform work on this project must be prequalified by the Georgia Department of Transportation. CITY OF Dalton, GEORGIA BY P. Andrew Parker, EIT Assistant Public Works Director 06/05 06/12 06/19 06/26

THE WHITFIELD COUNTY BOARD OF ...

$
0
0
The Whitfield County Board of Commissioners will receive sealed bids until 2:00 PM on June 25, 2015 for the following: w ITB# PW-15-ACON-1123 – Asphaltic Concrete The bid will be opened and read publicly in the Board of Commissioners Office. Anyone interested is invited to attend. Whitfield County reserves the right to accept or reject any or all bids for any reason, to waive technicalities, and to make an award deemed in its best interest. The Invitation to Bid document is available at www.whitfieldcountyga.com or call Brian McBrayer at 706-275-7504. 6/12 6/19

BID INSTRUCTIONS DALTON FIRE D...

$
0
0
BID INSTRUCTIONS Dalton Fire Department will receive sealed bids until Friday June 26, 2015 at 12:00 PM for a 2015 Ford F150 short bed pickup truck for the Dalton Fire Department. Dalton Fire Department reserves the right to accept or reject any or all bids. Vendor Information: Vehicles offered shall meet or exceed the detailed requirements listed in the specifications. Bidders shall indicate exactly what they are offering in the blanks under “Bidder Response” on the specification sheet. If this is not complete your bid may be rejected. Bid specifications may be obtained at Dalton Fire Department Statioin 1, or online at www.cityofdalton-ga.gov. Complete the bid sheet enclosed with the specification requirements. Mail or present the proposal in person to the Dalton City Hall in a sealed envelope to the following: City of Dalton Attn. Finance Office 300 W Waugh St. Dalton, GA 30720-4268 (Please put the following number on the outside of the envelope, FD 2015-11) Please note the deadline for submittal of bids is: Friday June 26, 2015 at 12:00 PM Bid opening will be Friday June 26, 2015 at 1:00 PM in the finance conference room on the first floor of City Hall.

CITY OF GAINESVILLE ADVERTISEM...

$
0
0
City of Gainesville Advertisement for Proposal City of Gainesville will accept at the City Hall, 200 S. Rusk, Gainesville, TX. 76240, proposals for Employee Group Medical, Pre and Post 65 Retiree Coverage at 2:00 p.m., June 29, 2015. Late proposals will not be accepted and will be returned unopened. Two (2) copies of the proposals will be accepted until the date and local time listed. Each proposal must be in a sealed envelope and labeled “Employee Group Health, Pre and Post 65 Retiree Coverage” on the outside of the envelope. One (1) copy of the Specifications and any other Request for Proposal documents may be obtained on or after Friday, June 12, 2015 from the Wellspring Insurance Agency. Until final award by the City, The City of Gainesville reserves the right to reject any or all proposals, waive minor technicalities or to proceed otherwise when in the best interest of the City. Wellspring Insurance Agency, Inc., serves as the Benefits Consultant for the City. Please direct all inquiries to our consultant, Erik C. Clark, at 940-464-4400.

BID NOTICE THE SUNBURY HOUSING...

$
0
0
BID NOTICE The Sunbury Housing Authority will receive sealed bids from bona fide contract bidders for a Prime General Construction Contract for Re-Roofing at Memorial Acres, Sunbury, PA. Proposals will be received at the Office of the Housing Authority at 705 Market Street, Sunbury, PA 17801 until 3:00 PM prevailing time, Tuesday, July 7, 2015. Proposals will be opened publicly and read aloud at that time. No bids shall be withdrawn for a period of sixty (60) calendar days subsequent to the opening date of the bids without written consent of the Housing Authority. Documents are on file at the Housing Authority Office and the Architects Office. Contract bidders may secure copies of the Bid Documents from the Architect, B3 Architects, 309 N Fifth St, Sunbury, PA. Attention is called to the provision for Equal Opportunity and the Compliance Section 3 Regulations (employment opportunities for low income persons in HUD-Funded construction modernization projects) and the payment of not less than the wages set forth in the Specifications. A mandatory pre-bid conference will be held at 10:00 AM prevailing time, Friday, June 26, 2015 at the Memorial Acres Community Building, Sunbury, PA The Sunbury Housing Authority is an Equal Opportunity Agency which does not discriminate against any person because of race, color or national origin. The Housing Authority reserves the right to reject any or all bids and to waive any information informalities in bids. Sandi Ressler Executive Director DI: June 19 and 25, 2015

INVITATION TO BID WHITFIELD CO...

$
0
0
INVITATION TO BID Whitfield County Public Works Project No. 14121 Whitfield County Public Works will receive sealed bids for all materials, labor, tools, equipment and incidentals necessary for the construction of the Beaverdale Road Culvert Replacement Project until July 16th, 2015 at 2:00 P.M. local time. Bids will be opened to the public at 2:00 P.M. on said date at Whitfield County Public Works Department Office. Proposal can be mailed or delivered to the attention of Dewayne Hunt, Director, located at 170 Gillespie Drive, Dalton, GA 30721-0248, until 2:00 P.M. local time, July 16th, 2015, and then at said place publicly opened and read aloud. Proposals received after the designated time will not be considered. The Scope of Work Includes: Construction of the Beaverdale Road culvert replacement project will be conducted within the right of way at the Nickolson Branch stream crossing between Boyd Road and Bryant Trail. The project consists of the following major elements: Construction of approximately 66 feet of double 8x8 concrete culverts, (2) wingwalls with parapet, and miscellaneous grading and roadway items. The GDOT Standard Specifications Construction Transportation Systems, 2013 Edition, Supplemental Specifications Book, 2008 edition, and applicable special provisions and supplemental specifications apply ot the contract. The successful bidder must have a Performance Bond in the amount of Fifty percent (50%) of the Bid Price and a Certificate of Insurance. Payment for the work will be made on a monthly basis and within 30 days of the date in which billing is received. Applications for payment should be submitted on or before the first of each month a and will be approved for payment by the OWNER on the basis of work in place. Plans, specifications and CONTRACT DOCUMENTS may be reviewed at the following locations. Southland Engineering 114 Old Mill Road CARTERSVILLE, GA 30120 770-387-0440 Whitfield County Public Works 170 Gillespie Drive Dalton, GA 30721-0248 (706)278-7167 Bid Documents may be obtained from Southland Engineering for a non-refundable fee of $120.00 The anticipated start date will be August 1st, d2015. The right is reserved by the Owner to delay the award of the Contract for a period not to exceed Ninety (90) days from the date of opening of the bids. The right is also reserved to reject or accept any and all bids in whole or in part and to waive any and all technicalities of informalities. 06/19 06/26 07/03 07/10

REQUEST FOR PROPOSAL NOB NORTH...

$
0
0
Request for Proposal Nob North Golf Course is accepting Request For Proposal to repair/replace roof on the Maintenance Shop. Envelopes containing RFP’s must be sealed, addressed to City of Dalton-Finance Departent, 300 W Waugh Street, Dalton, GA 30720 and marked as follows: “Nob North-Maintenance roof”. RFP’s must be received in the Finance Dept by Friday June 26th 2015 at 10:00 AM. Proposals will be opened publicly in the Finance Department, 300 W Waugh Street, Dalton, GA on Friday June 26th 2015 at 10:05 AM. Additional information can be obtained by contacting Michael Hendricks at 706-463-5732 or mhendricks@cityofdalton-ga.gov. The right to reject any or all proposals or request additional information or clarification deemed necessary for evaluations reserved to the owner, City of Dalton, Dalton, Georgia. 05/30 06/06 06/13 06/20

THE HOLLIDAYSBURG AREA SCHOOL ...

$
0
0
The Hollidaysburg Area School District will receive sealed bids for bakery, dairy, iced tea and ice cream products until 2:00 p.m. on Tuesday, July 7, 2015 at 405 Clark Street, Hollidaysburg, Pa 16648. Specifications may be obtained be downloading the forms at http://tigerwires.com/domain/5 or in the office of the undersigned. The Board reserves the right to accept or reject any or all bids. Susan M. Baker Business Manager/Board Secretary

NOTICE TO BIDDERS CAMBRIA COU...

$
0
0
NOTICE TO BIDDERS CAMBRIA COUNTY TRANSIT AUTHORITY (CamTran) INCLINED PLANE INC. PROJECT: INCLINED PLANE PAINTING Invitations are extended to qualified bidders on a single contract to paint the Inclined Plane facility located at 711 Edgehill Drive, Johnstown, PA 15905. All bidders must submit all pertinent information regarding the equipment and installation (including complete specifications on equipment and any warranty information, etc.). CamTran will receive proposals, in triplicate at its office at 502 Maple Ave, Johnstown, PA 15901 for this contract until 1:30 PM prevailing time, on Friday, July 17, 2015. At that time, proposals will be opened at a public meeting in the Cambria County Transit Authority boardroom. Any proposal received after that time will be returned to the proposer unopened. An optional pre-bid meeting for interested parties will be held at 1:30 PM., Friday, July 10, 2015 at the Inclined Plane at 711 Edgehill Drive, Johnstown, PA. Bid documents are available at CamTranÕs at 502 Maple Ave. Johnstown, PA 15901 or by calling (814) 535-5526 ext. 201. The successful bidder will be required to comply with all applicable Non-Discrimination and Non Collusion laws and regulations to certify that they are not on the Comptrollers GeneralÕs list of ineligible contractors. CamTran solicits and encourages disadvantaged business enterprise participation. The successful bidder will be required to comply with all applicable EEO laws and regulations. CamTran provides equal opportunity in Employment, Service and Contractual Agreements. The proposal must be clearly marked on the outside bearing the name and address of the bidder and marked ÒINCLINE PAINTINGÓ. This project is subject to financial assistance between the CamTran, the Federal Transit Administration, PennDOT, and other funding sources. CamTran reserves the right to reject any or all bids, and award to the contract as it deems to be in its best interest.

THE STATE UNIVERSITY OF NEW YO...

$
0
0
The State University of New York College at Plattsburgh will receive sealed Proposals for Project No. 1509 Titled Limited Renovation of Beaumont Hall 3rd and 4th Floors until 3:00 p.m. Local Time on July 13, 2015 at the Campus Purchasing Office, 101 Broad Street, Plattsburgh, NY 12901 and such proposals will be publicly opened and read aloud immediately thereafter. The project includes selective laboratory decommissioning and abatement removal of the existing laboratory casework and associated fume hoods and sinks on the third and fourth floors of Beaumont Hall. The estimated construction cost is $106,000.00. Bidding and Contract Documents may be examined free of charge at the campus Purchase Office, Kehoe Building, Room #714, SUNY Plattsburgh, 101 Broad Street Plattsburgh, NY 12901 and at JMZ Architects and Planners P.C., located at 190 Glen Street, Glens Falls, NY 12801, the Architect. Complete and partial sets of the Bidding and Contract Documents may be obtained from the campus Purchasing Office and at: CDC News, Syracuse, NY nclarke@cdcnews.com Eastern Contractors Association Inc., Albany, NY judyp@ecainc.org McGraw-Hill Construction/Dodge Reports una_taylor@mcgraw-hill.com Works in Progress, Burlington, VT Melissa@worksinprog.com Northern NY Builders Exchange info@nnbe.com Section 143 of the State Finance Law requires payment of a deposit to receive paper documents. Accordingly, a deposit check in the amount of $40.00 made payable to SUNY Plattsburgh is required in addition to your UPS account number for shipping costs. Deposits less than $50.00 are non-refundable. Electronic copies of the bid documents are available at no cost by e-mailing tesorijp@plattsburgh.e du A mandatory pre bid meeting is scheduled for July 7, 2015 at 1:00 pm in the second floor lobby of the Beaumont Hall Building, SUNY Plattsburgh, 115 Broad Street, Plattsburgh, NY 12901. Bids must be submitted in duplicate in accordance with the instructions contained in the Information for Bidders. Security will be required for each bid in an amount not less than five (5) percent of the total Bid. It is the policy of the State of New York and the State University to encourage minority business enterprise participation in the project by contractor, subcontractors, and suppliers, and all bidders are expected to cooperate in implementing this policy. The State University of New York reserves the right to reject any or all bids.
Viewing all 7846 articles
Browse latest View live




Latest Images