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

NOTICE TO BIDDERS NOTICE IS HE...

$
0
0
NOTICE TO BIDDERS Notice is hereby given, that the AuSable Valley Central School District will accept sealed bids at the District Office, until Noon on August 19, 2015; and then publicly open and read for the following surplus equipment: 1- Delta 2-Speed Wood Shaper 1- South Bend 10 Lathe and Drive Unit 1- Bridgeport Vertical Milling Machine 1- Wilton Corporation Drill Press Bids to be submitted in a sealed envelope marked "BID - SURPLUS EQUIPMENT" to the District Office, 1273 Route 9N, Clintonville, NY 12924. Equipment shall be picked up within two business days of notification of award. Please contact Director of Facilities, Randy Pray, at (518) 834-2800 x-3124 to obtain additional information and to view equipment. The District reserves the right to consider and/or reject any and all bids.

SEALED PROPOSALS WILL BE RECEI...

$
0
0
Sealed proposals will be received by the Central City Boro of Somerset County, at 314 Central Ave., Suite 201, Central City, PA 15926, until 4:00 PM, on Sept. 14, 2015, for the following: ITEM 1: 57 TON SUPERPAVE SCRATCH AND LEVELING COURSE, 9.5mm, IN PLACE ITEM 2 193 TON SUPERPAVE WEARING COURSE, 9.5mm, IN PLACE ITEM 3 36 S.Y. BASE REPAIRS, IN PLACE Liquidated damages apply at the rate of $870.00 per calendar day. Proposals must be upon the forms furnished by the Municipality. 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. For other municipal types, it is the discretion of the municipality. A performance bond or certified check in the amount of 100% of the contact shall be furnished by the successful bidder within 20 days after the contract is awarded. The Municipality reserves the right to reject any or all proposals. CENTRAL CITY BORO Sharon Custer, Secretary 8/17/2015

BID NOTICE REQUEST FOR BIDS AI...

$
0
0
BID NOTICE REQUEST FOR BIDS AIR COOLED SCREW CHILLER REPLACEMENT The Midd-West School District is accepting bids for the installation/replacement of the air cooled screw chiller at Midd-West Middle School, located at 10 Dock Hill Road, Middleburg, Pennsylvania, 17842. This project is subject to the Pennsylvania Prevailing Wage Act. Bid specifications are available by contacting Gary Thomas, Supervisor of Buildings and Grounds, at 570 837-0046, extension 1701, and by accessing the bids via the District website, www.mwsd.cc under the District "tab." Please be aware that UPS and FedEx do not guarantee next day deliveries to our area. Bids will be accepted until September 8, 2015, at 2:00 p.m., at the Midd-West School District Administrative Office at 568 East Main Street, Middleburg, Pennsylvania 17842. The District reserves the right to accept or reject any or all bids. DI:8/18, 25&9/1/2015

THE CENTERVILLE COMMUNITY SCHO...

$
0
0
The Centerville Community School District are taking bids for the following: (2) double Blodgett electric ovens – need a new power cord, strike plate and plunger for the doors. Bids are to be returned to Linda Henderson, Business Manager, 634 N. Main Street, Centerville by 5:00 P.M. on August 20. The Board of Education will review all bids on Monday, August 24.

BID NOTICE NOTICE IS HEREBY GI...

$
0
0
BID NOTICE Notice is hereby given pursuant to Section 103 of the General Municipal Law, that Clinton County will accept sealed bids on the following: SNOW PLOWING AND REMOVAL Bid forms may be obtained or inspected at the Clinton County Legislative Office, Clinton County Government Center, 137 Margaret Street, Suite 208, 2nd Floor, Plattsburgh, New York, between the hours of 9:00 a.m. and 5:00 p.m., Monday through Friday. Bid forms will be required if you intend to submit a bid. Bids must be received by 2:30 p.m. Wednesday, September 2 2015, by the Clinton County Purchasing Agent, Kimberly A. Currier, Clinton County Government Center, County Legislature, 2nd Floor, 137 Margaret Street, Suite 208, Plattsburgh, New York 12901, at which time they will be publicly opened and read aloud. The County of Clinton reserves the right to reject any and all bids. Bids must be submitted in a sealed envelope with ^"BID FOR SNOW PLOWING AND REMOVAL"^clearly written on the face of the envelope. Kimberly A. Currier Purchasing Agent

INVITATION TO BID PROJECT: MOU...

$
0
0
INVITATION TO BID Project: Mountain Springs Road Water Distribution Improvements NYS CDBG Project #758PW57-14 AES Project No. 4381 Owner: Town of Moriah 38 Park Place Port Henry, NY 12974 Engineer: AES Northeast, PLLC 10-12 City Hall Place Plattsburgh, NY 12901 The Town Board of the Town of Moriah, New York will receive sealed bids until 10:00 a.m. Wednesday, September 16, 2015 to complete Mountain Springs Road Water Distribution Improvements. The project includes the following major components: The installation of 2,700 lf of 6" ductile iron water main, fire hydrants, service laterals and shut offs to provide adequate pressure and fire flow to area residents, including roadway reconstruction, restoration, and miscellaneous site improvements located in Moriah, New York. The project will be bid and awarded with one (1) Prime Contract: General Construction (GC). The bids will be publicly opened and read aloud at 10 a.m. on Wednesday, 16th day of September, 2015, at the Town of Moriah, 38 Park Place, Port Henry, NY 12974. A Bidders conference is scheduled for Wednesday, at 10:00 a.m. on the 26th day of August, 2015 at the location of the Town Office, 38 Park Place, Port Henry, NY 12974. The required project substantial completion date is sixty (60) calendar days after the date of Notice to Proceed and as further defined in the Agreement. Bidding and contract documents may be examined free of charge at the office of the Engineer: Architecture, Engineering, and Land Surveying Northeast, PLLC (AES Northeast), 10-12 City Hall Place, Plattsburgh, New York 12901, (518-561-1598). Only electronic contract documents are available for this project. Compact Disc Bidding Documents for a Stipulated Price Single Prime contract may be obtained from the office of the Engineer upon receipt of a $25 non-refundable processing fee. The Contract Documents may be examined at the following locations: Architecture, Engineering, and Land Surveying Northeast, PLLC (AES Northeast, PLLC) 10-12 City Hall Place Plattsburgh, New York 12901 info@aesnorth east.com (518) 561-1598 Eastern Contractors Association, Inc. judyp@ecainc.org McGraw-Hill Construction/Dodge Reports una_taylor@ mcgraw-hill.com CDC News plans@cdcnews.com Construction Market Data (CMD Group) ramona. Morrison@ cmdgroup.com Minority Contractors Association of Central New York Phone: (315) 575-1523 ffearrmitch@gmail.com Bids shall be submitted to Elaine C. Adkins, Town Clerk, (from 8 a.m. to 4 p.m. Monday through Friday) in sealed envelopes with the name and address of the Bidder clearly marked on the face of the envelope. It is the policy of the Owner to encourage disadvantaged business enterprises, including minority and women business participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy. Additionally, all Bidders shall comply with the Section 3 Clause referenced in the Supplemental Conditions section of the project manual including certifying compliance with Section 3 Clause provisions. "Minority and Women's Business Enterprises are strongly encouraged to apply." Bids shall be submitted on the provided forms in accordance with the Instructions to Bidders. Each Bid must be accompanied by a security deposit in the amount of 5% of the Bid and subject to the conditions provided in the Instruction to Bidders. A non-collusive certificate is included with the Bid Form and must accompany the bid. The successful Bidder shall be required to furnish a 100% Performance Bond and a 100% Payment Bond. No Bidder may withdraw a bid within forty-five (45) calendar days after opening thereof. The Owner reserves the right to waive any informalities in the bid or to reject any and all bids. Ms. Elaine Adkins, Town Clerk

THE WHITFIELD COUNTY BOARD OF ...

$
0
0
The Whitfield County Board of Commissioners will receive sealed bids until 3:00 PM on September 4, 2015 for the following: w ITB# FD15-001 – Fire Apparatus: (4) Triple Combination Pumpers, (1) 75’ Heavy Duty Quint, (1) 100’ Aerial Platform 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. 8/14 8/21

REQUEST FOR PROPOSAL ASBESTOS ...

$
0
0
REQUEST FOR PROPOSAL ASBESTOS ABATEMENT RESIDENTIAL STRUCTURES: 206 FIELDS AVE, DALTON GA 30721 PARCEL ID #12-217-02-027 416 FIELDS AVE, DALTON GA 30721 PARCEL ID#12-202-13-004 933 EAST MORRIS ST., DALTON GA 30721 PARCEL ID#12-217-13-005 SLAB LOCATED AT FIELDS AVE AND MLK, DALTON GA 30721 PARCEL ID#12-218-28-002 The City of Dalton requests proposals from qualified and appropriately licensed firms for asbestos abatement from he City of Dalton owned buildings located at the above referenced locations. An asbestos survey report has been completed for the structures at the project site and will be the basis for this RFP. The selected firm must provide all labor, materials, equipment, and other necessary resources to properly remove and dispose of the asbestos containing materials in the structures at the properties referenced above sing he survey reports as a guide. All removal and disposal must be completed in accordance with any applicable local, state, and federal rules, regulations and other required directives. The selected firm must be a licensed Georgia Asbestos Abatement contractor to undertake the removal and disposal as may be required. Sealed proposals for the above referenced project will be received by the City of Dalton Finance Department located at 300 W Waugh Street, Dalton, Georgia 30720 until: TUESDAY SEPTEMBER 1, 2015 AT 2PM EDT Sealed proposals received after the designated time will not be considered. Proposers shall inform themselves of and comply with all conditions and specifications contained in RFP, related documents, and State and Federal Law. The RFP Package, specifications and contract documents 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. Contract documents and plans may also be obtained electronically via the City of Dalton’s webpage @ http://www.cityofdalton-ga.gov. No proposal may be withdrawn after the scheduled closing time for receiving proposals for a period of sixty (60) days. The City of Dalton reserves the right to reject any or all proposals and to waive formalities and re-advertise. CITY OF DALTON, GEORGIA Devon S. Brooks Special Projects Coordinator 08/14 08/21

REQUEST FOR PROPOSAL THE DALTO...

$
0
0
REQUEST FOR PROPOSAL The Dalton Parks and Recreation Department is accepting Request for Proposal renovation of carpets at Mack Gaston Community Center in Dalton GA. Envelopes containing RFP’s must be sealed, addressed to City of Dalton-Finance Department, 300 W Waugh Street, Dalton, GA 30720 and marked as follows: “Dalton Parks-Mack Gaston Carpets”. RFP’s must be received in the Finance Dept by Thursday September 3rd, 2015 at 10:00 AM. Proposals will be opened publicly in the Finance Department, 300 W Waugh Street, Dalton, GA on Thursday September 3rd 2015 at 10:05 AM. Additional information can be obtained by contacting Steve Roberts at 706-463-2860 or sroberts@ 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. 08/14 08/21

BID NOTICE NOTICE IS HEREBY GI...

$
0
0
BID NOTICE Notice is hereby given pursuant to Section 103 of the General Municipal Law, that Clinton County will accept sealed bids on the following: REMOVAL OF TRASH/ RECYCLABLES Bid forms may be obtained or inspected at the Clinton County Legislative Office, Clinton County Government Center, 137 Margaret Street, Suite 208, 2nd Floor, Plattsburgh, New York, between the hours of 9:00 a.m. and 5:00 p.m., Monday through Friday. Bid forms will be required if you intend to submit a bid. The attention of Bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under this contract. Bids must be received by 2:30 p.m., Wednesday, September 2, 2015, by the Clinton County Purchasing Agent, Kimberly A. Currier, Clinton County Government Center, County Legislature, 2nd Floor, 137 Margaret Street, Suite 208, Plattsburgh, New York 12901, at which time they will be publicly opened and read aloud. The County of Clinton reserves the right to reject any and all bids. Bids must be submitted in a sealed envelope with "BID FOR REMOVAL OF TRASH/RECYCLABLES" clearly written on the face of the envelope. Kimberly A. Currier Purchasing Agent

REQUEST FOR PROPOSAL THE TUPPE...

$
0
0
REQUEST FOR PROPOSAL The Tupper Lake Housing Authority requests proposals from qualified parties to perform roofing replacement on one two story building consisting of 76 square. The Authority is seeking labor only proposals. All materials shall be purchased and supplied by the Authority. Proposals are due by Friday September 3, 2015 and opened at 1:00 pm. Questions should be directed to Eric Aycock, Executive Director Eric_aycock@ ymail.com

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 September 2, 2015 for Urban Search&Rescue Items. The bids shall be opened publicly and read aloud on September 2, 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 - URBAN SEARCH&RESCUE ITEMS" 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.essex.ny.us. 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: August 17, 2015 Linda M. Wolf, CPA Purchasing Agent Essex County Government Center 7551 Court Street - PO Box 217 Elizabethtown, New York 12932 (518) 873-3332

NOTICE OF REQUEST FOR PROPOSAL...

$
0
0
NOTICE OF REQUEST FOR PROPOSALS Sealed Request for Proposals will be received by the Purchasing Division of the City of Niagara Falls, New York no later than 11:00 AM on September 16, 2015 for The Boarding Up of Various Dilapidated and Fire Damaged Buildings. Packages may be picked up in the Purchasing Division, 745 Main Street, Room 17, Niagara Falls, NY 14301, or obtained on our web page at www.niagarafallsusa.org (Purchasing link from the "Departments" tab.) #N154208 8/20/2015

INVITATION TO BID PROJECT: MOU...

$
0
0
INVITATION TO BID Project: Mountain Springs Road Water Distribution Improvements NYS CDBG Project #758PW57-14 AES Project No. 4381 Owner: Town of Moriah 38 Park Place Port Henry, NY 12974 Engineer: AES Northeast, PLLC 10-12 City Hall Place Plattsburgh, NY 12901 The Town Board of the Town of Moriah, New York will receive sealed bids until 10:00 a.m. Wednesday, September 16, 2015 to complete Mountain Springs Road Water Distribution Improvements. The project includes the following major components: The installation of 2,700 lf of 6" ductile iron water main, fire hydrants, service laterals and shut offs to provide adequate pressure and fire flow to area residents, including roadway reconstruction, restoration, and miscellaneous site improvements located in Moriah, New York. The project will be bid and awarded with one (1) Prime Contract: General Construction (GC). The bids will be publicly opened and read aloud at 10 a.m. on Wednesday, 16th day of September, 2015, at the Town of Moriah, 38 Park Place, Port Henry, NY 12974. A Bidders conference is scheduled for Wednesday, at 10:00 a.m. on the 26th day of August, 2015 at the location of the Town Office, 38 Park Place, Port Henry, NY 12974. The required project substantial completion date is sixty (60) calendar days after the date of Notice to Proceed and as further defined in the Agreement. Bidding and contract documents may be examined free of charge at the office of the Engineer: Architecture, Engineering, and Land Surveying Northeast, PLLC (AES Northeast), 10-12 City Hall Place, Plattsburgh, New York 12901, (518-561-1598). Only electronic contract documents are available for this project. Compact Disc Bidding Documents for a Stipulated Price Single Prime contract may be obtained from the office of the Engineer upon receipt of a $25 non-refundable processing fee. The Contract Documents may be examined at the following locations: Architecture, Engineering, and Land Surveying Northeast, PLLC (AES Northeast, PLLC) 10-12 City Hall Place Plattsburgh, New York 12901 info@aesnorth east.com (518) 561-1598 Eastern Contractors Association, Inc. judyp@ecainc.org McGraw-Hill Construction/Dodge Reports una_taylor@ mcgraw-hill.com CDC News plans@cdcnews.com Construction Market Data (CMD Group) ramona. Morrison@ cmdgroup.com Minority Contractors Association of Central New York Phone: (315) 575-1523 ffearrmitch@gmail.com Bids shall be submitted to Elaine C. Adkins, Town Clerk, (from 8 a.m. to 4 p.m. Monday through Friday) in sealed envelopes with the name and address of the Bidder clearly marked on the face of the envelope. It is the policy of the Owner to encourage disadvantaged business enterprises, including minority and women business participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy. Additionally, all Bidders shall comply with the Section 3 Clause referenced in the Supplemental Conditions section of the project manual including certifying compliance with Section 3 Clause provisions. "Minority and Women's Business Enterprises are strongly encouraged to apply." Bids shall be submitted on the provided forms in accordance with the Instructions to Bidders. Each Bid must be accompanied by a security deposit in the amount of 5% of the Bid and subject to the conditions provided in the Instruction to Bidders. A non-collusive certificate is included with the Bid Form and must accompany the bid. The successful Bidder shall be required to furnish a 100% Performance Bond and a 100% Payment Bond. No Bidder may withdraw a bid within forty-five (45) calendar days after opening thereof. The Owner reserves the right to waive any informalities in the bid or to reject any and all bids. Ms. Elaine Adkins, Town Clerk

NOTICE TO BIDDERS TOWN OF WHEA...

$
0
0
NOTICE TO BIDDERS Town of Wheatfield NOTICE IS HEREBY GIVEN that, pursuant to the requirements of Section 103 of the General municipal Law, sealed bids will be received at the Town Clerks Office, 2800 Church Road, North Tonawanda, New York 14120 until 11:00 AM, on September 11, 2015. 2015/2016 - 2500 CHEVROLET EXPRESS or GMC SAVANNA CARGO VAN All bids must be submitted in sealed envelopes at the above address, and shall be clearly marked on the outside "BID FOR WATER/SEWER 2015/2016 - 2500 CHEVROLET EXPRESS or GMC SAVANNA CARGO VAN as well as the name and address of the bidder, and shall be in conformity with the bidding sheets and specifications which will be furnished by the undersigned. Specifications and requirements for said bid are on file and may be obtained at the Town of Wheatfield Water/Sewer Department, 3113 Niagara Falls Boulevard, North Tonawanda, New York 14120. Bids must be submitted on attached forms. This "Notice to Bidders" is hereby made a part of the specifications and proposal. The Town of Wheatfield reserves the right to reject any and all bids received. Dated: September 11, 2015 Town of Wheatfield specifications for a 2015 or newer 2500 Chevrolet Express or GMC Savanna Cargo Van Bid opening to be on Monday, September 14th, 2015 at the Town Board Meeting at 7:30 pm. #N154287 8/20, 2015

THE EBENSBURG MUNICIPAL AUTHOR...

$
0
0
The Ebensburg Municipal Authority is soliciting interest from qualified consulting engineering firms for ongoing consulting engineering services relative to water, wastewater and stormwater operations, for design engineering services for a planned combined wastewater/stormwater improvement project, and for future such projects. Ê A full description of the services requested, evaluation criteria for consultant selection, and other pertinent information are contained in the Request for Proposal documents, which can be obtained by contacting the Borough Office at 300 West High Street, Ebensburg, Pa 15931; 814-472-8780; or at www.ebensburgpa.com. It is the AuthorityÕs intent to select a consultant based on the information requested in the proposal documents. Ê Proposals must be received by Monday, September 7, 2015 at Noon at the Borough of Ebensburg Municipal Office, 300 West High Street, Ebensburg, PAÊ 15931.

ARCHITECT REQUEST FOR PROPO...

$
0
0
ARCHITECT REQUEST FOR PROPOSAL OPERATING BUDGET The Housing Authority of the County of Lawrence will receive sealed proposals for the providing of Architectural Engineering , Planning, Development and Associated Services. Detailed proposal requirements may be obtained by contacting the Housing Authority Office at (724) 656-5100, Extension #203. This solicitation is for Operating Budget Items. The term of the contract is for a two (2) year period with three (3) one (1) year options for a total of five (5) years. The successful Provider will be required to comply as necessary with Executive Orders 11625 (MBE), 12138 (WBE), Section 3 of the Housing Authority Act of 1968 including Executive Order 11246 as amended and the provisions for equal employment opportunity as required by Federal Laws. Authority Office, 481 Neshannock Avenue, P.O. Box 988, New Castle, PA at which time they will be publicly opened. The right reserved by the Housing Authority to reject any and/or all proposals or to waive any informality in the submission. Gene DiGennaro Executive Director Legal: August 6, 13, 20, 2015 ARCHITECT REQUEST OR PROPOSAL CAPTIAL FUND PROGRAMS The Housing Authority of the County of Lawrence will receive sealed proposals for the providing of Architectural Engineering, Planning, Development an Associated Services. Detailed proposals requirements may be obtained by contacting the Housing Authority Office at (724) 656-5100, Extension #203. This solicitation is for Capital Fund Programs Items. The term of the contact is for a two (2) year period with three (3) one (1) year options for a total of five (5) years. The successful Provider will be required to comply as necessary with Executive Orders 11625 (MBE), 12138 (WBE), Section 3 of the Housing Authority Act of 1968 including Executive Order 11246 as amended and the provisions for equal employment opportunity as required by Federal Laws. Proposals must be submitted in a sealed envelope and marked "Proposal for Architect for Capital Fund Program Items". Proposals will be received until 2:00 P.M. Thursday, September 3, 2015 at the Housing Authority Office, 481 Neshannock Avenue, P.O. Box 988, New Castle, PA at which time they will be publicly opened. The right is reserved by the Housing Authority to reject any and /or all proposals or to waive any informality in the submission. Gene DiGennaro Executive Director Legal: August 6, 13, 20, 2015 BID NOTICE The City of New Castle, PA, is requesting proposals for the following: One (1) New 2015 Fire Apparatus All responsible parties regularly engaged in the business of this nature, interested in making sale to the City of the above, may obtain a copy of the specifications and bidding documents by contacting R.A.R. engineering group, inc., 1135 Butler Avenue, New Castle, PA 16101-4262, telephone: 724- 652-1004, or the City Clerk’s Office at 724-656-3515 or CityClerk@newcastlepa.org. Separate sealed proposals shall be addressed to the Elaine McEwen, Deputy City Clerk, City Building, 230 N. Jefferson Street, New Castle, PA 16101-2220, marked on the outside as follows: 2015 FIRE APPARATUS CONTRACT NO. 2015-10 Each proposal must be accompanied by a certified check or bid surety bond in the amount of ten percent (10%) of the price of the bid, which sum shall be specifically set forth in the surety bond with a reference to the specific bidding document, as a guarantee that if the proposal be accepted a contract will be entered into and its performance properly secured. Sealed proposals will be received in the office of the City Clerk until: 3:00 P.M., THURSDAY, SEPTEMBER 10, 2015 The City of New Castle reserves the right to reject any or all proposals and to make such award as most advantageous to the City. Bids may be held by the City of New Castle for a period not to exceed thirty (30) days from the date of opening of the bids for the purpose of reviewing the bids and investigating the qualifications of the bidders, prior to awarding the contract or rejecting any or all bids. The City of New Castle, Pennsylvania is an Equal Opportunity Employer and all qualified bidders will receive due consideration without regard to race, color, religious creed, handicap, ancestry, national origin, age, sex, or familial status. CITY OF NEW CASTLE, PA Elaine McEwen, Deputy City Clerk Legal: August 20, 27, 2015

NOTICE OF SOLICITATION THE GRE...

$
0
0
NOTICE OF SOLICITATION The Greater Johnstown School District is receiving sealed proposals on the following: 2015-2016 GREATER JOHNSTOWN HIGH SCHOOL YEARBOOK ÒSPECTATORÓ Specifications for the above are available at the Office of the Business Manager, 1091 Broad Street, Johnstown, PA 15906 or telephone Amy Smith at (814) 533-5683. Proposals will be received until 1:00 p.m., Tuesday, August 25, 2015, at the Administrative Building, 1091 Broad Street, Johnstown, PA 15906. The Board of School Directors reserves the right to accept or reject any or all proposals. BOARD OF SCHOOL DIRECTORS Richard Unger, President Debra A. Crowder, Secretary Clarissa Berzinsky, Treasurer Attorney John Kuzmiak, Solicitor

SEALED PROPOSALS WILL BE RECEI...

$
0
0
Sealed proposals will be received by the Central City Boro of Somerset County, at 314 Central Ave., Suite 201, Central City, PA 15926, until 4:00 PM, on Sept. 14, 2015, for the following: ITEM 1: 57 TON SUPERPAVE SCRATCH AND LEVELING COURSE, 9.5mm, IN PLACE ITEM 2 193 TON SUPERPAVE WEARING COURSE, 9.5mm, IN PLACE ITEM 3 36 S.Y. BASE REPAIRS, IN PLACE Liquidated damages apply at the rate of $870.00 per calendar day. Proposals must be upon the forms furnished by the Municipality. 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. For other municipal types, it is the discretion of the municipality. A performance bond or certified check in the amount of 100% of the contact shall be furnished by the successful bidder within 20 days after the contract is awarded. The Municipality reserves the right to reject any or all proposals. CENTRAL CITY BORO Sharon Custer, Secretary 8/17/2015

ADVERTISEMENT FOR BID VETERANS...

$
0
0
ADVERTISEMENT FOR BID vETERANS DRIVE EXTENSION T-SPLOST PROJECT 3.8 Sealed bids will be received by the City of Dalton Finance Department located at 300 W. Waugh Street, Dalton, Georgia 30720 until: Tuesday, September 22, 2015 at 2:00 PM for the furnishing of all materials, labor, tools, skill, equipment and incidentals unless noted otherwise for the construction of the project entitled: VETERANS DRIVE EXTENSION T-SPLOST PROJECT 3.8 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: The extension of Fields Avenue on new location from Morris Street/5th Avenue to Nelson/Tarver Street. From this point Fields Avenue will be widened to three lanes to the intersection of Veterans Drive and Underwood. Project also incorporates improvements to the intersection of Martin Luther King Jr. Boulevard and Fields Avenue. All work shall be performed according to the latest Georgia D.O.T. Standards and Specifications. 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. Full size plans may be purchased from Dalton Print Shop for $ 285.26 and ? size plans for $ 142.31. To order plans contact Ricky Hughes and request folder 8-17-15 Bid. Dalton Print Shop 118 W. Cuyler St Dalton, GA 30720 706.226.1624 daltonprintshop@gmail.com One Contract shall be awarded covering all work and the completion date is March 31, 2017. 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: dbrooks@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: Devon Brooks Special Projects Coordinator 8/21 8/28 9/4 9/11
Viewing all 7846 articles
Browse latest View live




Latest Images