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

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 for the purchase of food for the County Office for the Aging (Nutrition Programs), 45 Veterans Lane, Plattsburgh; the Clinton County Jail, 25 McCarthy Drive, Plattsburgh; and the Clinton County Nursing Home, 16 Flynn Avenue, Plattsburgh; all in New York State. This bid will be for a three month period: October, November and December 2015. Bids will be submitted on proposal forms obtainable at the Clinton County Government Center, Legislative Office, 2nd Floor, 137 Margaret Street, Suite 208, Plattsburgh, New York, from the Purchasing Agent, Kimberly A. Currier. Sealed bids will be accepted until 12:00 p.m. on Tuesday, September 8, 2015. Bids will be publicly opened and read aloud at that time. The County of Clinton reserves the right to reject any and all bids. Bids must be clearly marked "BID FOR FOOD PRODUCTS"^ 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 SEALED QUOTA...

$
0
0
NOTICE TO BIDDERS Sealed Quotations will be received at the Niagara County Department of Management&Budget, Division of Purchasing, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York and said quotation will be publicly opened, read aloud and made available for public inspection in the Purchasing Division, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York by the Purchasing Department for: 2015-40: Parking Lot Lighting Upgrades for Niagara County Sheriff's Office at 2:00 PM on September 15, 2015. Specifications and bid 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. L/N#154371 August 21, 2015

ADVERTISEMENT FOR BID THE MUNI...

$
0
0
ADVERTISEMENT FOR BID The Municipal Authority of the City of Sunbury is accepting sealed bids for Contract No. 15-02 for the construction of the Linden Street and 8th Alley Sanitary Sewer Project. Bids will be received at the Authority's Administration Building, at 462 South Fourth Street, in Sunbury, PA 17801 until 3:30 pm, on September 1, 2015. All bids must be in a sealed envelope clearly marked ''Bid for The Municipal Authority of the City of Sunbury, bearing the name of the bidder and Contract No. 15-02''. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation ''BID ENCLOSED'' on the face of it. Please mail Bids to the Municipal Authority of the City of Sunbury, 462 South Fourth Street, Sunbury, PA 17801. Bids will be opened and read aloud at The Municipal Authority Administration Building soon after the beginning of the regular Authority meeting scheduled for 7:00 pm on the bid due date. The Contract involves the Installation of approximately 1,000 lineal feet of Sanitary and Storm Water piping, including all Manholes, Inlets and all appurtenances of a combined Sanitary sewer system. For Contract No. 15-02, Bids will be based on unit prices. The Work in Contract No. 15-02 is to be Substantially Completed within 60 days from the specified date. Bidding and Contract documents, and the Project Manual were prepared by Uni Tec Consulting Engineers, Inc., 2007 Cato Avenue, State College, PA 16801; (814) 238 8223. Bidding documents may be examined at the offices of Uni-Tec during the hours of 9:00 AM to 4:00 PM Monday through Friday. Copies of the relevant documents may be obtained from Uni-Tec. An electronic copy only of the document in .pdf format on a CD may be obtained by payment of a prepaid non-refundable fee made payable to Uni-Tec Consulting Engineers, Inc. for the sum of $25.00, plus 6% sales tax for a total of $26.50 for each CD requested. Express delivery charges will be paid by the recipient. Bid security must be provided at the time of bid submission in the amount of ten percent (10%) of the total bid price made payable to The Municipal Authority of the City of Sunbury in the form of a certified or bank check or a bid bond issued by an accepted surety and executed by the bidder. Surety companies executing bonds must be listed in the U.S. Treasury Department Circular 570, as currently amended, and be authorized to be in business in the Commonwealth of Pennsylvania. The Bidder must include the full completed Non-Collusion Affidavit with the bid. In addition to the Equal Employment requirements of Executive Order 11246 regarding discrimination. The Municipal Authority of the City of Sunbury reserves the right to reject any and all bids and to waive any bidding informalities. The Municipal Authority of the City of Sunbury DI: August 21, 2015

NOTICE TO BIDDERS SEALED QUOTA...

$
0
0
NOTICE TO BIDDERS Sealed Quotations will be received at the Niagara County Department of Management&Budget, Division of Purchasing, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York and said quotation will be publicly opened, read aloud and made available for public inspection in the Purchasing Division, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York by the Purchasing Department for: 2015-40: Parking Lot Lighting Upgrades for Niagara County Sheriff's Office at 2:00 PM on September 15, 2015. Specifications and bid 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. L/N#154371 August 21, 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 CONTRACTORS GREATER ...

$
0
0
NOTICE TO CONTRACTORS GREATER TEXOMA UTILITY AUTHORITY for the CITY OF VAN ALSTYNE WATER SUPPLY EXPANSION PROJECT TWDB PROJECT NO. 62638 Sealed bids addressed to the General Manager of the Greater Texoma Utility Authority (GTUA), on behalf of the City of Van Alstyne, will be received at Van Alstyne City Hall, 242 E. Jefferson St., Van Alstyne, Texas 75495, until 2:00 p.m. on Tuesday, September 15, 2015, and will be opened and read aloud at the Van Alstyne Community Center, 262 N Preston St., Van Alstyne, TX., immediately after that time, for furnishing all labor, materials, tools and equipment, and performing all work required including all appurtenances for this project: The project includes performing all work required to construct approximately 17,570 linear feet of 16-inch waterline from the intersection Cartwright Rd. and FM 121, south along Cartwright Rd., then east along County Line Rd. (CR 375) to the intersection of Hwy. 5 and County Line Rd., in the City of Van Alstyne, including and 210 linear feet of 12” waterline, asphalt pavement removal and replacement, and miscellaneous appurtenances as shown on the associated construction plans. Proposals shall be accompanied by a certified or cashier's check on a state or national bank in an amount not less than five percent (5%) of the possible total of the bid submitted, payable without recourse to the Greater Texoma Utility Authority, or an acceptable bid bond for the same amount from a reliable surety company as a guarantee that the bidder will enter into a contract and execute required Performance and Payment Bonds within ten (10) days after notice of award of contract. The notice of award of contract shall be given to the successful bidder within ninety (90) days following the opening of bids. The successful bidder must furnish a Performance Bond upon the form provided in the amount of one hundred percent (100%) of the contract price, a material and labor Payment Bond upon the form provided in the amount of one hundred percent (100%) of the contract price, and a Maintenance Bond upon the form provided in the amount of one hundred percent (100%) of the contract price, from a surety authorized under the laws of the State of Texas to act as a surety on bonds for principals. The right is reserved, as the interest of the Owner may require, to reject any and all bids, to waive any informality in the bids received, and to select bid best suited to the Owner's best interest. If deemed in the Owner’s best interest, the bid will be awarded to the lowest responsive, responsible bidder. The Contractor, to be successful in bidding this project, must have completed a minimum of three similar projects within the last five years. This contract is contingent upon release of funds from the Texas Water Development Board (TWDB). Any contract or contracts awarded under this Invitation for Bid (IFB) or Request for Qualifications (RFQ) are expected to be funded in part by financial assistance from the TWDB. Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this IFB, RFQ, 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. This contract is subject to the Environmental Protection Agency's (EPA) "fair share policy", which includes EPA-approved "fair share goals" for Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms in the Construction, Supplies, Equipment, and Services procurement categories. EPA's policy requires that applicants and prime contractors make a good faith effort to award a fair share of contracts, subcontracts, and procurements to Minority Business Enterprise and Women-Owned Business Enterprise firms. Although EPA's policy does not mandate that the fair share goals be achieved, it does require applicants and prime contractors to demonstrate use of the six affirmative steps. The current fair share goals for the State of Texas are as follows: CATEGORY; MBE; WBE CONSTRUCTION; 12.94%; 8.72% SUPPLIES; 9.68%; 9.34% EQUIPMENT; 7.12%; 5.39% SERVICES; 10.84%; 5.72% 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 (CWSRF) or Drinking Water State Revolving Fund (DWSRF) shall by paid wages as described in the mandatory conditions found in the General Specifications-Davis-Bacon Requirements. 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 be subject to the mandatory conditions found in the General Specifications-Davis-Bacon Requirements. In order to be eligible for reimbursement with TWDB DWSRF funds the prime contractor must use DWSRF procurement procedures in hiring the sub-contractors. GTUA is a tax-exempt municipal authority. A maximum of one-hundred eighty (180) calendar days will be allowed for construction. One set of plans, specifications and bid documents may be secured from the Office of the General Manager, GTUA, 5100 Airport Drive, Denison, Texas or the Office of the City Manager, City Hall, 242 E. Jefferson Street, Van Alstyne, Texas, beginning at 12:00 p.m. on Monday, August 24, 2015 upon a NON-REFUNDABLE FEE OF One Hundred Dollars ($100.00) per set, payable to the Greater Texoma Utility Authority accompanied by the contractor's name, address, phone number, email address and FAX number. Maximum of two sets of plans per contractor. A voluntary Pre-Bid conference will be held Tuesday, September 8, 2015 at 3:00 P.M., at the Van Alstyne Community Center, 262 N. Preston Street. By: Drew Satterwhite, General Manager Greater Texoma Utility Authority 5100 Airport Drive Denison, Texas 75020

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

ADVERTISEMENT FOR BIDS THE SEL...

$
0
0
Advertisement for Bids The Selinsgrove Area School District will receive sealed proposals from bona fide contract bidders until 10:00 AM prevailing time Wednesday, September 30, 2015 at the School District Administration office located at 401 North 18th Street, Selinsgrove, PA, 17870 for the construction of a 500 Sq. Ft. Press Box at Harold L. Bolig Memorial Field. Bids for the following prime construction contractors shall be accepted: 1. General Construction. 2. Electrical Construction Bid envelope shall be sealed and clearly marked as ''Bid for New Press Box'' submitted with due date and time clearly shown. Bids will be opened publicly and read aloud immediately thereafter. Bona fide contract bidders may obtain bidding documents after 10:00 AM Tuesday, September 8, 2015 by contacting LeFevre Wilk Architects LLC, 7 East Pine Street, Selinsgrove, PA, 17870. Only complete sets of documents will be issued. Addendums, if any, will be issued to prime bidders only. 1. Non-Refundable Deposit: $25.00 per CD (electronic documents only). Bid security shall be submitted with each bid in the amount of 10 percent of the bid amount. Bid security shall be in the form of a bid bond or certified check made payable to Selinsgrove Area School District. The successful bidder will be required to furnish and pay for a Performance Bond and Labor&Material Payment Bond, each in the amount of one-hundred percent of the Base Bid. The cost of these bonds shall be included as part of the base bid price. No individual sureties will be allowed. Surety must be licensed to do business in the Commonwealth of Pennsylvania. A pre-bid conference for all bidders will be held at the Project Site on Monday, September 14, 2015 at 10:00 AM. Attendance is not mandatory, however, all bidders are encouraged to visit the project site, as this will be the only time the project site is available for visitation. This contract is a project constituting public works and is subject to applicable provisions of the PA Prevailing Wage act of 1961, P.L. 987, as amended and supplemented, and appropriate minimum wage rates must be paid by the contractor in connection with performance of necessary work. No bids shall be withdrawn for a period of 60 calendar days subsequent to the opening of bids without the consent of the Owner. Selinsgrove Area School District reserves the right to reject any and all bids and to waive informalities and irregularities. OWNER: Selinsgrove Area School District 401 North 18th Street, Selinsgrove, Pa 17870, 570-372-2211 DI: August 22, 28 and September 4, 2015

REQUEST FOR BIDS NOTICE IS HER...

$
0
0
REQUEST FOR BIDS NOTICE IS HEREBY GIVEN, that the Undersigned, on behalf of the Essex County Board of Supervisors, will accept sealed bids furnishing all vehicles, equipment, personnel, and services necessary for the performance, according to specification, of a contract to be let by the Essex County Board of Supervisors for the transportation of Preschool Special Education Children from AuSable Valley School District to a Center Based Program Facility servicing Essex County for the 2015 - 2016 School Year. Specifications are available by contacting the Office of the Purchasing Agent, Linda M. Wolf, Government Center, Elizabethtown, New York 12932 or by calling 518-873-3332, or on the County's Website at the following address: www.co.essex.ny.us. Sealed bids will be received at the Office of the Purchasing Agent, 7551 Court Street, PO Box 217, Elizabethtown, New York 12932 until August 28, 2015 at 2 PM, at which time proposals will be publicly opened and read aloud. All bids submitted in response to this notice shall be marked "SEALED BID - PRE-SCHOOL TRANSPORTATION" 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. 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. 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. 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 19, 2015 Linda M. Wolf, CPA Purchasing Agent Essex County Government Center P.O. Box 217, 7551 Court St. Elizabethtown, New York 12932 (518) 873-3332

WINDBER AREA AUTHORITY ADVERT...

$
0
0
WINDBER AREA AUTHORITY ADVERTISEMENT FOR BIDS Separate and sealed bids will be received by the Windber Area Authority at their office at 1700 Stockholm Avenue, Windber, PA 15963, until 1:30 P.M., Prevailing Time on September 8, 2015 at which time the bids will be publicly opened and read aloud for the following contract: CONTRACT 2015-W-04 Ð 2015 WATER SYSTEM IMPROVEMENTS Ð Under this Contract, the Contractor shall furnish all materials, equipment, supplies, labor and plant required for the construction of approximately 1,050 LF of new 12Ó waterline, 160 LF of new 6Ó waterline with a 120 LF state highway boring, 45 LF stream crossing, approximately 4 customer service reconnections, and appurtenances, including restoration, complete. Contract 2015-W-04 is located in Paint Township, Somerset County, Pennsylvania. Specifications are on file both at the office of The EADS Group, Inc. and the office of the Owner for viewing by interested Bidders. Copies of the Specifications may be obtained at the office of The EADS Group, Inc., 450 Aberdeen Drive, Somerset, Pennsylvania 15501, Phone Number (814) 445-6551, upon deposit of One hundred fifty and 00/100 Dollars ($100.00), and 6% Pennsylvania Sales Tax for each set (total $106.00), and shall be NON-REFUNDABLE. Bidders must purchase Specifications from The EADS Group to be eligible to bid. All checks shall be made payable to The EADS Group, Inc. A Certified Check, payable to the Owner, or a satisfactory Bid Bond in the form provided by in the Contract Documents executed by the Bidder and a Circular 570 listed Surety Company, in the amount of at least 10% of the Bid shall be submitted with the Bid as Bid Security. The successful Bidder will be required to furnish satisfactory Performance and Labor and Material Payment Bonds. The Owner reserves the right to accept or reject any or all bids. The successful Bidder will be required to fully complete all work within 90 consecutive calendar days from, and including, the date indicated by the Owner in their written Notice to Proceed. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on the Contract. Pennsylvania State Prevailing Wage Rates are required to be paid under this Contract. All Bidders on this work will be required to comply with the Contract Compliance Regulations of the Pennsylvania Human Relations Commission, 16 PA Code Chapter 49 and with all laws prohibiting discrimination in hiring or employment opportunities. All Bidders must also comply with all applicable Federal, State and Local requirements. The Owner reserves the right to waive any informality and to reject any or all bids. A non-mandatory prebid conference will be held at the Windber Area Authority Office at 1700 Stockholm Avenue, Windber, Pennsylvania 15963 at 10:00 A.M., on Monday, August 31, 2015. OWNER: WINDBER AREA AUTHORITY By William J. Oldham, Chairman

THE BOROUGH OF SOUTHMONT, 148 ...

$
0
0
The Borough of Southmont, 148 Wonder Street, Johnstown, PA 15905 will accept bids on a 2009 Ford F-550, 17,500 GVW, 4x4 dump truck with stainless steel tailgate spreader, 9ft Fisher plow, V-10 gasoline engine, HD automatic transmission and central hydraulics. Bids accepted until 3:30 p.m., September 18, 2015. Bids opened September 21, 2015 at the regular meeting of Council.. The Borough reserves the right to accept or reject any and all bids. Richard Wargo, Borough Manager

DAISYTOWN BOROUGH WILL ACCEPT ...

$
0
0
Daisytown Borough will accept proposals for Garbage Collections for 140 residents, (1) one Fire Company and (1) one Church with or without a Spring Clean Up for a (1) one year contract and/or a (2) two year contract and/or a (3) three year contract. Bid must be in a sealed envelope, clearly marked (Garbage Proposals) by September 7, 2015 at 7:00 p.m. at which time the bids will be opened at the regular Council meeting, September 7, 2015 at 7:00 p.m. at the Daisytown Borough Building, 125 Lintner Avenue, Johnstown, PA. 15902. Specifications available upon request. Please call 814-536-7361 and leave a message. Daisytown reserves the right to refuse any bid. Janet Hoffman Borough Secretary

USED SCHOOL BUSES BID THE MIFF...

$
0
0
Used School Buses Bid The Mifflinburg Area School District will accept bids for the sale of three used school buses. All bids need to be in a sealed envelope marked used bus bid to the attention of Thomas R. Caruso and received before 1:00 p.m., Thursday, September 3rd, 2015 at the district office, 178 Maple Street. The buses are being sold as is with a minimum bid of $1000.00. They may be viewed at the Mifflinburg Area Middle School, located at 100 Mabel Street. Bid sheets for these items may be secured by contacting the Mifflinburg Area School District Administrative Office at 178 Maple Street, Mifflinburg, Pennsylvania, 17844 or on the District website at www.mifflinburg.org. All bids are valid for sixty days. The School Board has the right to accept or reject bids in the best interest of Mifflinburg Area School District. Thomas R. Caruso Business Administrator DI: August 16, 23 and 30, 2015

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 PROPOSAL WAN...

$
0
0
NOTICE TO BIDDERS PROPOSAL WANTED Sealed bids for snowplowing of the Morrisonville Fire Department parking lot for the 2015-2016 winter season, with no minimal snowfall restrictions, will be received at the Morrisonville Fire Station until September 15, 2015 at 6:30 p.m., at which time bids for the snowplowing will be publicly opened and read aloud. The bids should also include the statement that the bidder is responsible for snow shoveling near access doors, the removal of snow from the property if needed; and any/all damages caused in the process of snowplowing/removal will be the responsibility of the bidder. The successful bidder is to be available to meet with Board Members for clarification of expectations prior to final award of the job. Bids are to be submitted to Margo Burnell, Secretary of the Board of Fire Commissioners, Morrisonville Fire District, P.O. Box 352, Morrisonville, New York 12962 and must be plainly marked "MORRISONVILLE FIRE DISTRICT, SEALED BIDS FOR SNOWPLOWING FOR THE 2015-2016 WINTER SEASON" on the outside of the sealed envelope. The Morrisonville Fire District reserves the right to accept or reject any or all bids received or to waiver any informative in connection therewith that does not affect the validity of the bid and to accept the bid best suited for its specific needs. Bids will be binding for thirty (30) days subsequent to bid opening to allow time for notification to successful bidder. Dated: Aug. 18, 2014 Margo Burnell, Secretary BOARD OF FIRE COMMISSIONERS MORRISONVILLE FIRE DISTRICT

NOTICE TO BIDDERS BIDS ARE HER...

$
0
0
NOTICE TO BIDDERS Bids are hereby requested on a contract with the Orleans/Niagara Board of Cooperative Educational Services for the purchase of Maintenance Supplies 2nd 2015. The successful bidder(s) will be expected to keep prices through APRIL 13, 2016 after the notice of bid award is issued, during which time the Orleans/Niagara BOCES will be able to make purchases thereon. The foregoing period shall hereinafter sometimes be referred to as the "bid purchase period". Sealed bids on the forms in SEALED envelopes with Maintenance Supplies 2nd 2015 clearly stated on the outside, must be received in the Administration Building--Conference Room, Orleans-Niagara BOCES, 4232 Shelby Basin Road, New York, 14103 no later than September 9, 2015 @ 2:00 PM at which time and place the bids will be publicly opened and read aloud. The Orleans/Niagara BOCES hereby reserves the right to reject any and all bids. DATED: August 18, 2015 Cynthia Hurt District Clerk Orleans/Niagara BOCES #L154443 Publish: August 24, 2015

NOTICE TO BIDDERS NOTICE IS HE...

$
0
0
NOTICE TO BIDDERS NOTICE is hereby given that the Orleans/Niagara BOCES is conducting an online auction of used and surplus item. Item can be seen and bid on through http://www. auctionsinternational.com . Item sold subject to seller approval after bids close. Purchaser pays 10% buyer premium, plus applicable sales tax on this item. Buyer is responsible for item removal within ten (10) business days after invoices are sent. Items paid for and left on sellers premises after ten days will be disposed of without refund, so make sure you can pick up your items before placing bids. QUESTIONS&INSPECTIONS: Please contact Mike Johannes at 716-731-6800 ext. 2221, Mon-Fri from 9am-3pm. These items cannot be shipped. Buyer solely responsible for removal of items from seller's premises within (10) Business Days after bid approval. All item(s) are sold "As-Is", "Where-Is", with no guarantees, neither written or implied. Items left on seller's premises after the designated pickup deadline are subject to repossession by the seller. Payment will be due immediately upon notification of seller approval by email invoice, 12-24 hours after the Seller approves the bids. After you receive the invoice, you will have four (4) business days to get your payment mailed to our office, or your account will be suspended, and the item will be awarded to the back-up bidder, or re-listed. Please mail payment in company check, certified funds or money order to: Auctions International, 11167 Route 20-A, East Aurora, NY 14052. The US Postal Service offers two-day mail to the continental U.S.A. for less than $5. Payment questions? Please call 1-800-536-1401 x 101. The Orleans/Niagara BOCES hereby reserves the right to reject any and all bids. DATED:August 19, 2015 Cynthia Hurt District Clerk Orleans/Niagara BOCES L#154433 August 24, 2015

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

ADVERTISEMENT FOR BIDS SEPARAT...

$
0
0
ADVERTISEMENT FOR BIDS Separate and sealed bids will be received by mail or hand delivery at the City of Johnstown Finance Office, City Hall, 401 Main Street, Johnstown, Pennsylvania 15901, until 10:00 A.M., Prevailing Time on September 15, 2015, at which time the bids will be publicly opened in the Conference Room. CONTRACT NO. 2015-05: LINCOLN STREET GARAGE BEAM REHABILITATION/REPAIR PROJECT Under this Contract, the Bidder shall complete rehabilitation/repairs to an existing beam and column in the Lincoln Street Parking Garage in the City of Johnstown. Contract documents are on file for review at the office of The EADS Group, Inc., 227 Franklin Street, Suite 300, Johnstown, Pennsylvania 15901, Phone (814) 535-5388 and the office of the Owner for viewing by interested bidders. Contract Documents are to be purchased from The EADS Group, Inc. for the nonrefundable fee of $65.00 for one hard copy set or for the nonrefundable fee of $25.00 for the electronic format set of contract documents, both of which includes 6% Pennsylvania sales tax. To access the electronic format the bidder must have a valid email address and will require an internet connection. All checks shall be made payable to The EADS Group, Inc. Bidders must purchase the Contract Documents and Plans (in either format) from The EADS Group, Inc. to be eligible to bid this project. A Certified Check, payable to the Owner, or a satisfactory Bid Bond in the form provided in the Contract Documents executed by the Bidder and a circular 570 listed Surety Company in the amount of at least ten percent (10%) of the Bid shall be submitted with the Bid as bid security. The Contractor shall adhere to the provisions of the PA Prevailing Wage Rates as set forth in the Contract Documents. Bidders for this contract shall have completed projects similar in character and scope and will be required to provide with their bid a completed Statement of Bidders Qualifications and Equipment List in the forms prescribed in the Contract Documents. Prior to the award of the contract, the successful bidder shall furnish a satisfactory Performance Bond and a Labor and Material Payment Bond to the Owner, in the amounts and form contained in the Contract Documents and executed by a satisfactory circular 570 listed surety. The bidder will also furnish evidence of insurance coverage as required by the contract documents. All bidders must comply with federal, state, and local requirements as contained in the Contract Documents. The Owner reserves the right to reject any or all of the bids, or to waive any errors, omission, defects, or informality, and to award the contract, as may be deemed in the best interest of the Owner. The Contractor shall comply with the provisions of the Act of March 3, 1978 (P.L. 6, No. 3 known as the ÒSteel Procurement ActÓ). The successful bidder(s) will be awarded a contract for 45 consecutive calendar days from, and including, the date indicated by the Owner in their written Notice to Proceed. No work is guaranteed under this contract and the Owner can cancel the contract at any time after six months of the written Notice to Proceed. A mandatory pre-bid meeting will be held on September 2, 2015 at 10:00 A.M. at the Lincoln Street Parking Garage, located at 418 Lincoln Street, Johnstown, Pennsylvania 15901. OWNER: THE CITY OF JOHNSTOWN Carlos Gunby Ð City Manager
Viewing all 7846 articles
Browse latest View live




Latest Images