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

PURSUANT TO CHAPTER 472 OF THE...

$
0
0
Pursuant to Chapter 472 of the 1998 Session Laws of New York, the Keene Central School District hereby requests sealed bids for the lease of one (1) fifty eight passenger school bus for a five (5) year term. Bids will be accepted until Monday, November 14, 2016, at which time they will be publicly opened and read. Bids should be submitted to District Clerk. Bid specifications can be obtained from the District Clerk or by calling 518-576-4555. The Board of Education reserved the right to waive any informalities in or to reject any or all bids, or to accept the bid that in its judgment will be in the best interest of the District.

REQUEST FOR RE-BIDS FOR INCID...

$
0
0
REQUEST FOR RE-BIDS FOR INCIDENTAL CARPET REPLACEMENT FOR THE JOHNSTOWN HOUSING AUTHORITY The Johnstown Housing Authority is requesting bids for Incidental Carpet Replacement in connection with the public housing program to replace carpeting on an Òas neededÓ basis. The term of the contract will be from January 1, 2017 through December 31, 2017. Interested respondents may obtain Request for Bid Documents containing detailed submission requirements from the Administrative Office, Johnstown Housing Authority, 501 Chestnut Street, Johnstown, PA 15906 (814-535-7771). Documents are available at no cost. Prospective bidders may contact Jack Goss, Director of Maintenance, at (814) 535-7771, for information on examples of work to be performed, and to make arrangements for a walk-through inspection of the AuthorityÕs facilities. Attention is called that all applicable Equal Employment Opportunity requirements for federally-assisted contracts must be complied with. This includes strict compliance with Executive Order 11246, as amended, (establishing a goal of 6.9% for female employment); Nondiscrimination; Executive Order 11625, Minority Business Enterprise; Executive Order 12138, Housing and Urban development Act of 1968, Section 3, Affirmative Action Plan; Payment of all prevailing minimum wages, and Minority Business Participation. Notice is hereby given that this is a Section 3 covered project and that the Johnstown area has been defined as a Section 3 area. The Authority promotes the utilization of business concerns which are located in or owned in substantial part by persons residing in the Section 3 area and promotes job training and employment opportunities for qualified, lower income, Section 3 area residents. Bids will be accepted at the Administrative Office of the Authority, 501 Chestnut Street, Johnstown, PA 15906, until 10:00 a.m. prevailing time on Thursday, December 1, 2016. Bids will be publicly opened on Thursday, December 1, 2016, at 10:15 a.m. at the Administrative Office, Board Room, 501 Chestnut Street, Johnstown, PA 15906. Bids should be placed in two sealed envelopes; the outer envelope will be addressed to the Johnstown Housing Authority, P O Box 419, Johnstown, PA 15907 and shall clearly indicate that they contain bid documents for Incidental Carpet Replacement, and the place, date and time of bid opening. The Johnstown Housing Authority reserves the right to accept or reject any or all bids or to waive any informalities in the bidding, and to withhold contract award for a period of ninety(90)days. THE JOHNSTOWN HOUSING AUTHORITY Daniel J. Kanuch, Executive Director

REQUEST FOR PROPOSALS ARCHITEC...

$
0
0
REQUEST FOR PROPOSALS ARCHITECTURAL/ ENGINEERING SERVICES FOR THE HOUSING AUTHORITY OF SOMERSET COUNTY The Housing Authority of Somerset County is requesting proposals for architectural/engineering consulting services for the Department of Housing and Urban DevelopmentÕs Capital Fund Program. Funding has been secured for modernization work at PA29-1, Kircher Place, Boswell, PA; PA 29-2, Stadium Terrace, Windber, PA and PA 29-3, Boswell Heights, Boswell, PA. Interested respondents may obtain Request for Proposal documents containing detailed submission requirements from the Housing Authority of Somerset County, 350 Garrett Avenue, P. O. Box 38, Boswell, PA 15531-0038 (814) 629-5147. Documents are available at no cost. Attention is called to all respondents that you must comply with all applicable Equal Employment Opportunity requirements for federally assisted contracts. This includes strict compliance with Executive Order 11246 as amended (establishing a goal of 6.9% for female employment and 1.3% minority percentage by craft); Nondiscrimination; Executive Order 11625, Minority Business Enterprise; Executive order 12138, Women Business Enterprise; Section 3 of the Housing and Urban Development Act of 1968; Civil Rights Act of 1964; and Minority Business Participation. Notice is hereby given that this is a Section 3 covered project. The Authority promotes the utilization of business concerns, which are located in or owned in substantial part by persons residing in the Section 3 area and promotes job training and employment opportunities for qualified, lower income, Section 3 area residents. Interested firms are requested to respond by proposal submission (satisfying the requirements of this invitation) on or before Thursday, December 15, 2016. THE HOUSING AUTHORITY OF SOMERSET COUNTY BERNARD HOAR CHAIRMAN

FOR SALE BY SEALED BID 15,880...

$
0
0
For Sale by Sealed Bid 15,880 square feet of Improved Land in City of Johnstown, Cambria County, PA The Pennsylvania Department of Transportation invite offers for purchase by Sealed Bid of 15,880 square feet of land with a 624 SF dilapidated garage located in the City of Johnstown, Cambria County situated between Strayer Street and Spickler Avenue. The property has been appraised at $10,000.00 The bid opening will be held on November 21, 2016 at 2:00pm. Broker participation invited written notice of representation must be included in sealed bid. Conditions Bids received after the above date and time will not be accepted. A deposit of 10% of the bid price must accompany the sealed bid. The bid must be submitted on a Department Bid form. For additional information and bid form, contact Joseph Tagliati, Property Manager, at (814) 696-7215 between the hours of 7:00am and 3:00pm, Monday through Friday.

INVITATION TO BID LION STREET ...

$
0
0
INVITATION TO BID LION STREET AND MILL STREET IMPROVEMENTS BOROUGH OF GEISTOWN, CAMBRIA COUNTY, PENNSYLVANIA Sealed Bids for the construction of improvements to Lion Street and Mill Street will be received at the office of Keller Engineers, Inc., 420 Allegheny Street, Hollidaysburg, PA 16648, until 11:00 am prevailing local time on the 12th day of December, 2016, at which time the Bids received will be opened and read. A recommendation of award will be made at the Geistown Borough Council meeting scheduled for December 14, 2016 at 6:00 pm prevailing local time. Lion Street improvements consist of roadway base repair and overlay as well as inlet and pipe installation. Mill Street improvements consist of full depth pavement reclamation, overlay, and pipe and inlet installation. The Issuing Office for the Bidding Documents is Keller Engineers, Inc., 420 Allegheny Street, Hollidaysburg, PA 16648. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 8:00 am and 5:00 pm, and may obtain copies of the Bidding Documents from the Issuing Office as described below. Printed copies of the Bidding Documents may be obtained from the Issuing Office. Bidding Documents are available in portable document file (PDF) format and will be emailed to the prospective bidder. Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office. All bidders must be registered at the office of Keller Engineers, Inc. to be eligible to bid. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the bidding requirements and contract documents must be paid on the project, and that the contractors must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. All bidders are responsible for compliance with the Employee Verification Act of 2013. The Public Works Employment Verification Form must be completed before an award can be given. Prequalification of Bidder as specified in Section 102.01 of PennDOT Specifications Publication 408 is required. The Borough of Geistown reserves the right to reject any and all bids and to waive any and all informalities. Bids may be held by the Borough of Geistown for ninety (90) days after the day of the bid opening for the purpose of reviewing the bids and evaluating the qualifications of the bidders, prior to awarding the contract. No bidder may withdraw his bid before the expiration of such ninety (90) day period provided; however, that if the award of the contract is delayed by a required approval of another governmental agency, the sale of bonds, or the award of grant or grants, the Borough of Geistown shall reject all bids or award the contract to the lowest responsible bidder within ninety (90) days of the date of the bid opening, and no bidder may withdraw his bid before the expiration of such ninety (90) day period. Ms. Karen Giebfried Secretary 721 East Oakmont Boulevard Johnstown, PA 15904

BOARD OF COOPERATIVE EDUCATION...

$
0
0
BOARD OF COOPERATIVE EDUCATIONAL SERVICES SOLE SUPERVISORY DISTRICT ST. LAWRENCE/LEWIS COUNTIES PO BOX 231, 40 WEST MAIN STREET CANTON, NY 13617 NOTICE TO BIDDERS Sealed bids are sought and requested by the Board of Cooperative Educational Services, St. Lawrence/Lewis Counties for the following: Produce - December 2016 Bid forms and instructions to bidders may be obtained by contacting: Donald R. Haller St. Lawrence/Lewis BOCES Cooperative Purchasing Special Education Building 20104 NYS RT 3 Watertown, NY 13601 315-779-7390 Bids will be received until Thursday, November 17, 2016 @ 11:00 AM at the St. Lawrence/Lewis BOCES Cooperative Purchasing Office, in Watertown, New York, at the above address, at which time they will be publicly opened, read, and recorded. Any bid received after designated time will not be considered and be returned to the bidder unopened. The bidder assumes the risk of any delay in the mail or in the handling of mail by employees of the Board. Whether sent by mail or by means of personal delivery, the bidder assumes the responsibility for having his bid in on time at the Office of the Executive Officer, Board of Cooperative Educational Services. Bids opened and read shall remain irrevocable for a period of sixty days. The award of contracts, if at all, shall be made as soon as practicable after the bid opening. Maureen Bouchey District Clerk Board of Cooperative Educational Services Sole Supervisory District St. Lawrence/Lewis County PO Box 231, 40 West Main Street Canton, NY 13617

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 until Friday December 2, 2016 at 2:00 pm for Marked Timber on Lands of Essex County, in the Town of Lewis, NY. Specifications and bid forms are available by contacting the Office of the Purchasing Agent, Linda M. Wolf, Government Center, 7551 Court Street, Elizabethtown, New York 12932, 518-873-3332, on the Seller's website at www.co.essex. ny.us, or from Essex County Soil and Water Conservation District at 518-962-8225 and online at http://www.es sexcountyswcd.org/. The bids shall be opened publicly and read aloud on December 2, 2016 at 2:00 P.M. at the Office of the Purchasing Agent, 7551 Court Street, Elizabethtown, New York 12932. All bids submitted in response to this notice shall be marked "SEALED ESSEX COUNTY TIMBER BID" clearly on the outside of the envelope. Dated: November 7, 2016 Linda M. Wolf, CPA Purchasing Agent Essex County Government Center 7551 Court Street - PO Box 217 Elizabethtown, New York 12932 (518) 873-3332

NOTICE TO BIDDERS THE TOWN OF ...

$
0
0
NOTICE TO BIDDERS The Town of Westport invites the submission of bids on the following STANDING TIMBER on 44 acres. Bids will be received on or before November 22, 2016 at 3:00 p.m. Information for bidders specifications and forms of proposal may be obtained from Laura Benedict at Essex County Soil and Water Conservation District at 3 Sisco Street, PO Box 407, Westport, NY, telephone (518)962-8225, e-mail lbenedict @westelcom.com.

SECTION 00 1113 ADVERTISEMENT ...

$
0
0
SECTION 00 1113 ADVERTISEMENT FOR BIDS FROM: 1.01 THE OWNER (HEREINAFTER REFERRED TO AS OWNER): Whispering Maples Memorial Gardens, Inc. P.O. Box 163 Ellenburg Depot, NY 12935 1.02 AND THE ARCHITECT (HEREINAFTER REFERRED TO AS AEDA, P.C.): Architectural&Engineering Design Associates, P.C. 1246 Route 3, P.O. Box 762 Plattsburgh, NY 12901 1.03 DATE: NOVEMBER 8TH, 2016 1.04 TO: POTENTIAL BIDDERS A. The Owner is requesting sealed bids for three (3) Prime Contracts (General Construction, Mechanical Work and Electrical Work) for Whispering Maples Memorial Gardens, located at 251 Tom Miller Road, in Plattsburgh, NY and at 5055 US Route 11, in Ellenburg Depot, NY. Bids will be received until 2:00 pm on the 2nd day of December, 2016 and then publicly opened and read aloud at the Town of Plattsburgh offices at 151 Banker Road, Plattsburgh, NY. B. Bid proposals submitted prior to the bid due date and time noted above shall be delivered by U.S. Mail, private carrier, or hand delivered to Town of Plattsburgh Town Clerk, at 151 Banker Road, Plattsburgh, NY 12901. The Clerk will receive bids on behalf of Whispering Maples Memorial Gardens Inc. c/o Connie Goedert. C. All bids shall be submitted in a sealed envelope with the words "Whispering Maples Memorial Gardens" clearly printed on the front. Provide one copy of bid. D. Project Description: The project consists of site and building rehabilitation at both the Plattsburgh and Ellenburg Depot locations. The purpose of this project is to bring the structures to a state of repair so that they can fulfill their intended use as mausoleums. E. Project Documents are available on CD copy to any interested bidder at the office of AEDA, P.C. upon receipt of non-refundable payment, by cash or check, in the amount of $25.00 per copy. Checks must be made payable to AEDA, P.C. Standard shipping charges will be additional if mailing is requested unless a FedEx, UPS, or other carrier account number is provided by the requesting party. F. Documents may also be examined at no expense at the following locations. Office of the Architect: AEDA, P.C. G. Bidders will be required to provide Bid security in the form of a Bid Bond or Certified Check of a sum no less than 5% of the Bid Amount. H. Refer to other bidding requirements described in Document 00 2113 - Instruction to Bidders and Document 00 3100 - Available Project Information. I. A pre-bid conference for all bidders is scheduled for Thursday, November 17th, 2016 at 10:00 am at the Ellenburg Depot project location and will then proceed to the Plattsburgh location. All Prime contract bidders as well as interested sub-contractors should plan to attend this meeting. J. Submit your offer on the Bid Form provided. K. This project is considered a Public Work Project and NYSDOL Prevailing Wage Rates will apply. L. Your offer will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. M. The Owner reserves the right to accept or reject any or all offers.

PURSUANT TO CHAPTER 472 OF THE...

$
0
0
Pursuant to Chapter 472 of the 1998 Session Laws of New York, the Keene Central School District hereby requests sealed bids for the lease of one (1) fifty eight passenger school bus for a five (5) year term. Bids will be accepted until Monday, November 14, 2016, at which time they will be publicly opened and read. Bids should be submitted to District Clerk. Bid specifications can be obtained from the District Clerk or by calling 518-576-4555. The Board of Education reserved the right to waive any informalities in or to reject any or all bids, or to accept the bid that in its judgment will be in the best interest of the District.

ADVERTISEMENT FOR BIDS TWO (2)...

$
0
0
ADVERTISEMENT FOR BIDS Two (2) Electrical Work Contracts: 45491-E, 45493-E Three (3) HVAC Work Contracts: 45493-H, 45497-H, 45498-H Three (3) Plumbing Work Contracts: 45492-P, 45495-P, 45497-P One (1) Roofing&Appurtenant Work Contracts: 45493-T Sealed bids for the above Work located in the Geographic Contract Areas described below in Table 1 and comprising separate contracts for HVAC Work, Plumbing Work and Roofing Work, will be received by the Office of General Services (OGS), Design&Construction Group (D&C), Contract Administration, 35th Floor Corning Tower, Empire State Plaza, Albany, NY 12242, until 2:00 p.m. on the date indicated in Table 2 below, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the Instructions to Bidders and must be accompanied by a certified check, bank check, or bid bond in the amount of $25,000. This Advertisement for Bids is for multiple Job Order Contracts (hereinafter called JOC). A Job Order Contract is an indefinite quantity contract pursuant to which the Contractor will perform a series of individual repair, alteration, modernization, maintenance, rehabilitation, demolition and construction projects at different locations. Work is accomplished by means of issuance of a Job Order against a master contract. Under the JOC concept, the Contractor furnishes all management, documentation, labor, materials and equipment needed to perform the Work. The State has published Construction Task Catalogs? containing a series of work items with pre-established Unit Prices. The Contractor will bid Adjustment Factors to be applied to the pre-established Unit Prices. The price paid by the State for an individual Project will be determined by multiplying the pre-established Unit Prices by the appropriate quantities and by the appropriate Adjustment Factor(s). All successful bidders will be required to furnish a Performance Bond and a Labor and Material Bond in the statutory form of public bonds required by Sections 136 and 137 of the State Finance Law, each for 100% of the amount of the Anticipated Annual Value of Work as noted in Table 2. Table 1- Geographic Contract Areas Geographic Contract Area Contract # Area TitleCounties Served 45491-E -1 Bronx, Kings, Nassau, New York, Queens, Richmond and Suffolk 45492-P -2 Dutchess, Orange, Putnam, Rockland, Sullivan, Ulster and Westchester 45493-E,H -3 Albany, Columbia, Delaware, Fulton, Greene, Hamilton, Montgomery, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, and Washington 45495-P -5 Broome, Tioga, Tompkins, Cortland, Chenango, Cayuga, Onondaga, Madison, Oneida, Oswego and Herkimer 45497-H,P -7 Monroe, Wayne, Livingston, Ontario, Seneca, Yates, Steuben, Schuyler and Chemung 45498-H -8 Niagara, Orleans, Genesee, Erie, Wyoming, Chautauqua, Allegany and Cattaraugus Geographic Roofing Contract Area Contract # Area Title Counties Served 45493-T -3-4 Albany, Clinton, Columbia, Delaware, Essex, Franklin, Fulton, Greene, Hamilton, Montgomery, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, and Washington The Completion dates for these Projects, is 365 days after the Agreement is approved by the Comptroller. Table 2- Contract Values and Bid Due Dates Contract Number Anticipated Annual Value of Work Bid Due Date 45493-H, 45495-P, 45497-P $ 500,000 7 December 2016 45491-E, 45492-P, 45497-H, 45498-H $ 750,000 7 December 2016 45493-E $ 1,000,000 7 December 2016 45493-T $ 1,500,000 7 December 2016 Prospective bidders must attend a mandatory Pre-Bid Conference. The conference will be held for the purpose of discussing the JOC concept, Contract Documents, specifics of the OGS JOC program, OGS expectations, JOC from the Contractor^s perspective (including how to properly prepare a bid) and other bid considerations. The attendees representing prospective bidders at the Pre-Bid Conferences should be principals of the firm and/or the individuals who will be compiling the bid on behalf of the firm. If the bidder is a joint venture, at least one party of the joint venture must have been represented and signed in at the Pre-Bid Conference. Pre-Bid Conferences: In Albany, NY Pre-Bid will be held from 9:30 AM-11:30 AM on 15 November 2016. Pre-Bid Conferences will be held in Large Conference Room, 34th Floor, ESP Corning Tower In Willard, NY Pre-Bid will be held from 9:30 AM-11:30 AM on 16 November 2016. Pre-Bid Conference will be held at the Grandview Building, Willard DTC. In Orangeburg, NY Pre-Bid will be held from 9:30 AM-11:30 AM on 17 November 2016. The Pre-Bid Conference will be held at the Nathan S. Kline Institute for Psychiatric Research. For directions to the Pre-Bids see ^"Directions to Pre-Bids"^ Pre-bid attendees should allow sufficient time for parking and processing through building security by presenting a government-issued picture identification to building security officials and obtain a visitor^s pass. It is the policy of the State and the Office of General Services to encourage minority business enterprise participation on these Contracts by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy. The Office of General Services reserves the right to reject any or all bids. Designated staff are Frank Peris and Carl Ruppert in Contract Management, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Deputy Director of Design&Construction, telephone (518) 474-0201, fax (518) 486-1650. The Bidding and Contract Documents for this Project are available on compact disc (CD) only, and may be obtained for an $8.00 deposit per set, plus a $2.00 per set shipping and handling fee. Contractors and other interested parties can order CD's on-line through a secure web interface available 24 hours a day, 7 days a week. Please use the following link at the OGS website for ordering and payment instructions: http://www.ogs.ny.gov/bu/dc/esb/acquire bid.asp. For questions about purchase of bid documents, please send an e-mail to D&C.Plans@ogs.ny.gov, or call toll free at 1-877-647-7526.

NOTICE BID FOR FUEL POINT TOWN...

$
0
0
NOTICE BID FOR FUEL POINT TOWNSHIP The Board of Supervisors of Point Township will be accepting sealed bids until Tuesday, December 13, 2016 at 3:30PM for the year of 2017, at the Point Township Municipal Building, 759 Ridge Road, Northumberland, PA 17857 for the purchase of diesel fuel and regular gasoline to be delivered in bulk, and also available at the pump at a location within the Point Township limits, with twenty-four (24) hour availability, under a ''card system'' or ''key system'' that also registers each vehicle separately, with the tax savings to the municipality already deducted from the billing and the bid price valid for sixty (60) days and then subject to increase only upon seven (7) days written notice. The vendor will be responsible as to all spillage prior to completion of delivery and any associated clean-up cost. Following are the approximate gallons used on a yearly basis: Diesel Fuel: 30/70 mix or an additive - 3,000 gallons (more or less) Gasoline: No lead - 6,000 gallons (more or less) Bid should include per gal price of each product for both bulk delivery and pump station access. Vendor will be responsible as to all spillage prior to completion of delivery and any associated clean up cost. Bids will be opened on Tuesday, December 13, 2016 at 7:30PM at the regular scheduled meeting of the Point Township Board of Supervisors. The successful bidder must furnish within twenty (20) days a bond guaranteeing performance of the contract in amount of ten (10%) percent of the amount of the contract. Please specify on the envelope ''SEALED BID''. DI: November 12&December 10. 2016

PARKWAY CONDOMINIUM ELEVATOR M...

$
0
0
Parkway Condominium Elevator Modernization Pre-Bid Conference&walk through: 11/16/16 at 10:00A with bidders at Parkway Condo 151 Buffalo Ave, Niagara Falls, NY 14303. Sealed bids received until 12/13/16 at 10:00A at Architectural Resources. Contract documents obtainable through Avalon Document Services: $40 per set non-refundable. N#188743 November 10, 11,12,13, 2016

NOTICE TO BIDDERS THE TOWN OF ...

$
0
0
NOTICE TO BIDDERS The Town of Westport invites the submission of bids on the following STANDING TIMBER on 44 acres. Bids will be received on or before November 22, 2016 at 3:00 p.m. Information for bidders specifications and forms of proposal may be obtained from Laura Benedict at Essex County Soil and Water Conservation District at 3 Sisco Street, PO Box 407, Westport, NY, telephone (518)962-8225, e-mail lbenedict @westelcom.com.

SECTION 00 1113 ADVERTISEMENT ...

$
0
0
SECTION 00 1113 ADVERTISEMENT FOR BIDS FROM: 1.01 THE OWNER (HEREINAFTER REFERRED TO AS OWNER): Whispering Maples Memorial Gardens, Inc. P.O. Box 163 Ellenburg Depot, NY 12935 1.02 AND THE ARCHITECT (HEREINAFTER REFERRED TO AS AEDA, P.C.): Architectural&Engineering Design Associates, P.C. 1246 Route 3, P.O. Box 762 Plattsburgh, NY 12901 1.03 DATE: NOVEMBER 8TH, 2016 1.04 TO: POTENTIAL BIDDERS A. The Owner is requesting sealed bids for three (3) Prime Contracts (General Construction, Mechanical Work and Electrical Work) for Whispering Maples Memorial Gardens, located at 251 Tom Miller Road, in Plattsburgh, NY and at 5055 US Route 11, in Ellenburg Depot, NY. Bids will be received until 2:00 pm on the 2nd day of December, 2016 and then publicly opened and read aloud at the Town of Plattsburgh offices at 151 Banker Road, Plattsburgh, NY. B. Bid proposals submitted prior to the bid due date and time noted above shall be delivered by U.S. Mail, private carrier, or hand delivered to Town of Plattsburgh Town Clerk, at 151 Banker Road, Plattsburgh, NY 12901. The Clerk will receive bids on behalf of Whispering Maples Memorial Gardens Inc. c/o Connie Goedert. C. All bids shall be submitted in a sealed envelope with the words "Whispering Maples Memorial Gardens" clearly printed on the front. Provide one copy of bid. D. Project Description: The project consists of site and building rehabilitation at both the Plattsburgh and Ellenburg Depot locations. The purpose of this project is to bring the structures to a state of repair so that they can fulfill their intended use as mausoleums. E. Project Documents are available on CD copy to any interested bidder at the office of AEDA, P.C. upon receipt of non-refundable payment, by cash or check, in the amount of $25.00 per copy. Checks must be made payable to AEDA, P.C. Standard shipping charges will be additional if mailing is requested unless a FedEx, UPS, or other carrier account number is provided by the requesting party. F. Documents may also be examined at no expense at the following locations. Office of the Architect: AEDA, P.C. G. Bidders will be required to provide Bid security in the form of a Bid Bond or Certified Check of a sum no less than 5% of the Bid Amount. H. Refer to other bidding requirements described in Document 00 2113 - Instruction to Bidders and Document 00 3100 - Available Project Information. I. A pre-bid conference for all bidders is scheduled for Thursday, November 17th, 2016 at 10:00 am at the Ellenburg Depot project location and will then proceed to the Plattsburgh location. All Prime contract bidders as well as interested sub-contractors should plan to attend this meeting. J. Submit your offer on the Bid Form provided. K. This project is considered a Public Work Project and NYSDOL Prevailing Wage Rates will apply. L. Your offer will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. M. The Owner reserves the right to accept or reject any or all offers.

NOTICE TO BIDDERS THE GREATE...

$
0
0
NOTICE TO BIDDERS The Greater Texoma Utility Authority on behalf of the City of Whitewright, Texas will receive bids for TWDB CWSRF Wastewater System Improvements (TWDB Project No. 73715) until 3:00 p.m. on Friday, December 9, 2016 at City Hall 206 W. Grand Ave, Whitewright, TX 75491) at which time and place the sealed bids will be publicly opened and read aloud. Bids are invited for several items and quantities of work as follows: 1. Installation of a lift station including site work, gravity sewer, pumps, force main, electrical components, valves, and fencing. 2. Installation a standby generator with automatic transfer switch at the wastewater treatment plant. Contract Documents including bid proposal forms, plan sheets, and specifications for the Project may be viewed and downloaded free of charge with the option to purchase hard copies at www.civcastusa.com. Printed copies of the Contract Documents may be viewed at the Engineer's office located at 8875 Synergy Drive, McKinney TX 75070, (972-542-2995). Please submit questions for this project at least 5 business days prior to bid opening through www.civcastusa.com in the Q&A portal or to David Perkins, P.E. at dperkins@ksaeng.com. All addenda issued for this project will only be posted on www.civcastusa.com. A bid bond in the amount of 5 percent of the bid issued by an acceptable surety shall be submitted with each bid. A certified check or bank draft payable to the Greater Texoma Utility Authority or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of the Bid Bond. The Greater Texoma Utility Authority reserves the right to reject any or all bids or to waive any informalities in the bidding. Bids may be held Greater Texoma Utility Authority for a period not to exceed 60 days from the date of the bid opening for the purpose of reviewing the bids and investigating the bidder’s qualifications prior to the contract award. The Greater Texoma Utility Authority on behalf of the City of Whitewright, Texas reserves the right to reject any or all bids or to waive any informality in the bidding. Award of this contract is contingent upon release of funds from the Water Development Board. Any Contract or Contracts awarded under this invitation for bids are expected to be funded in part by a loan or grant from the Texas Water Development Board, and a grant from the United States Environmental Protection Agency (U.S. EPA). Nether the State of Texas, Or U.S. EPA nor any of its departments, agencies, or employees are or will be a party to this invitation for bids or any resulting contract. This project is subject to the American Iron and Steel (AIS) requirements of P.L. 113-76 Consolidated Appropriations Act, 2014. All iron and steel products for construction, alteration, maintenance, or repairs incorporated in these plans must be produced in the United States Equal Opportunity in Employment - All qualified Applicants will receive consideration for employment without regard to race, color, national origin, sex, religion, age, or handicap. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. All laborers and mechanics working on the work site and employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Clean Water State Revolving Fund or Drinking Water State Revolving Fund shall by paid wages as described in the section, Mandatory Davis-Bacon Act Contract Conditions. Any contracts in excess of $2,000 for construction, alteration or repair (including painting and decorating and funded under the Clean Water State Revolving Fund and Drinking Water State Revolving Fund programs shall include the Mandatory Davis-Bacon Act Contract Conditions.

FOR SALE BY SEALED BID: OTTUMW...

$
0
0
FOR SALE by Sealed Bid: Ottumwa Schools will be selling four phones as described below. Minimum bid of $75.00 each. 3c10402B - 3Com NBX 3102B Business Phone The 3Com NBX 3102 Business Phone (3C10402B) Key Features € 18 programmable buttons with lights € 10 fixed-feature buttons € Wideband audio ready € Large message-waiting LED € Two switched 10/100 uplink ports € Two-line pixel-based LCD display with four-way cursor control and three soft-keys € Full-Duplex speaker phone € Oversize buttons for most-used features € Replaceable faceplate for localization € Power over Ethernet support (802.3af) Contact Christy Schreiner at 641-683-4444, ext. 2900, to view equipment. Sale will be by sealed bids with bid deadline of 2:00 p.m., November 22, 2016. bids may be submitted to the following via mail or delivery: Secretary, Board of Directors Ottumwa Community School District 1112 N. Van Buren Ottumwa, IA 52501.

NOTICE TO BIDDERS THE TOWN OF ...

$
0
0
NOTICE TO BIDDERS The Town of Westport invites the submission of bids on the following STANDING TIMBER on 44 acres. Bids will be received on or before November 22, 2016 at 3:00 p.m. Information for bidders specifications and forms of proposal may be obtained from Laura Benedict at Essex County Soil and Water Conservation District at 3 Sisco Street, PO Box 407, Westport, NY, telephone (518)962-8225, e-mail lbenedict @westelcom.com.

SECTION 00 1113 ADVERTISEMENT ...

$
0
0
SECTION 00 1113 ADVERTISEMENT FOR BIDS FROM: 1.01 THE OWNER (HEREINAFTER REFERRED TO AS OWNER): Whispering Maples Memorial Gardens, Inc. P.O. Box 163 Ellenburg Depot, NY 12935 1.02 AND THE ARCHITECT (HEREINAFTER REFERRED TO AS AEDA, P.C.): Architectural&Engineering Design Associates, P.C. 1246 Route 3, P.O. Box 762 Plattsburgh, NY 12901 1.03 DATE: NOVEMBER 8TH, 2016 1.04 TO: POTENTIAL BIDDERS A. The Owner is requesting sealed bids for three (3) Prime Contracts (General Construction, Mechanical Work and Electrical Work) for Whispering Maples Memorial Gardens, located at 251 Tom Miller Road, in Plattsburgh, NY and at 5055 US Route 11, in Ellenburg Depot, NY. Bids will be received until 2:00 pm on the 2nd day of December, 2016 and then publicly opened and read aloud at the Town of Plattsburgh offices at 151 Banker Road, Plattsburgh, NY. B. Bid proposals submitted prior to the bid due date and time noted above shall be delivered by U.S. Mail, private carrier, or hand delivered to Town of Plattsburgh Town Clerk, at 151 Banker Road, Plattsburgh, NY 12901. The Clerk will receive bids on behalf of Whispering Maples Memorial Gardens Inc. c/o Connie Goedert. C. All bids shall be submitted in a sealed envelope with the words "Whispering Maples Memorial Gardens" clearly printed on the front. Provide one copy of bid. D. Project Description: The project consists of site and building rehabilitation at both the Plattsburgh and Ellenburg Depot locations. The purpose of this project is to bring the structures to a state of repair so that they can fulfill their intended use as mausoleums. E. Project Documents are available on CD copy to any interested bidder at the office of AEDA, P.C. upon receipt of non-refundable payment, by cash or check, in the amount of $25.00 per copy. Checks must be made payable to AEDA, P.C. Standard shipping charges will be additional if mailing is requested unless a FedEx, UPS, or other carrier account number is provided by the requesting party. F. Documents may also be examined at no expense at the following locations. Office of the Architect: AEDA, P.C. G. Bidders will be required to provide Bid security in the form of a Bid Bond or Certified Check of a sum no less than 5% of the Bid Amount. H. Refer to other bidding requirements described in Document 00 2113 - Instruction to Bidders and Document 00 3100 - Available Project Information. I. A pre-bid conference for all bidders is scheduled for Thursday, November 17th, 2016 at 10:00 am at the Ellenburg Depot project location and will then proceed to the Plattsburgh location. All Prime contract bidders as well as interested sub-contractors should plan to attend this meeting. J. Submit your offer on the Bid Form provided. K. This project is considered a Public Work Project and NYSDOL Prevailing Wage Rates will apply. L. Your offer will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. M. The Owner reserves the right to accept or reject any or all offers.

THE HOOVERSVILLE BOROUGH WILL ...

$
0
0
The Hooversville Borough will receive sealed Bids for the Skating Rink Heating Upgrade. Bids may be hand delivered to Hooversville Borough, ATTN: Mr. Ken Karashowsky if mailed, the following address must be used: Hooversville Borough, ATTN: Mr. Ken Karashowsky, 50 Main Street, PO Box 176, Hooversville Borough, PA 15936, until 10:00 AM on November, 29, 2016. Bids received after this time shall not be accepted. Bids shall be publicly opened and read aloud at the Borough Council meeting at 7:00 PM that same evening. The Project will be bid in a single Prime Contract. The Bids must be sealed and marked separately as follows: Hooversville Borough Skating Rink Heating Upgrade Bids shall be on a lump-sum basis. Segregated Bids will not be accepted. Bid Documents are being distributed, with twenty-four hour prior notice of pick-up, by F. L. Haus Company, 921 Ridge Avenue, Pittsburgh, PA 15212, ATTN: Mike Collett by phone (412)231-7700 or fax (412)231-7709. All prime bidders are REQUIRED to buy the full set of plans and specifications. No documents will be distributed until payment in the amount of $75.00 (non-refundable) payable and received by F. L. Haus. A pre-bid conference has been scheduled Thursday, November 17, 2016 at 11:00 AM in the Hooversville Borough Offices. A certified check or bank draft, payable to Hooversville Borough, or a satisfactory bid bond executed by the acceptable sureties, in an amount equal to ten percent (10%) of the bids, shall be submitted with each bid. The Hooversville Borough reserves the right to reject any or all bids and to waive informalities in the bidding. No bid shall be withdrawn for a period of 60 days subsequent to the opening of the bids. Hooversville Borough
Viewing all 7846 articles
Browse latest View live




Latest Images