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

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

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

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

ADVERTISEMENT FOR BIDS SEALED ...

$
0
0
ADVERTISEMENT FOR BIDS Sealed bids for Project Nos. 44925-C, 44925-H, 44925-P, 44925-E, comprising separate contracts for Construction Work, HVAC Work, Plumbing Work, and Electrical Work, Rehabilitate Showers, Annex Buildings 32-38, Franklin Correctional Facility, 62 Bare Hill Road, Malone (Franklin County), NY, will be received by the Office of General Services (OGS), Design&Construction Group (D&C), Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on behalf of the Department of Corrections and Community Supervision, until 2:00 p.m. on Wednesday, September 23, 2015, 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 $41,600 for C, $13,400 for H, $36,800 for P, and $11,700 for E. All successful bidders on a multiple trade project or the successful bidder with a bid over $200,000 on a single trade project, 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 Contract estimated to be between $1,000,000 and $2,000,000 for C, between $100,000 and $250,000 for H, between $500,000 and $1,000,000 for P, and between $100,000 and $250,000 for E. The requirement for Labor and Material and Performance Bonds may be waived on a bid under $200,000 on a single trade project. Designated staff are Frank Peris and Carl Ruppert in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. The only time prospective bidders will be allowed to visit the job site will be at 10:00 a.m. on September 10, 2015 at OGS Field Office, 30 Bare Hill Road, Malone, NY. Phone the office of Jordan Marsh, (518) 483-8170 Ext. 104 a minimum of 72 hours in advance. It is the policy of the State and the Office of General Services to encourage meaningful minority business enterprise participation in this project by contractors, subcontractors and suppliers who perform commercially useful functions under the Contract, and all bidders are expected to cooperate in implementing this policy. 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/ acquirebid.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. For additional information on this project, please use the link below and then click on the project number: https://online.ogs. ny.gov/dnc/contractor Consultant/esb/ESB PlansAvailable Index.asp John D. Lewyckyj, Contracting Officer Director, Contract Administration

THE CENTERVILLE COMMUNITY SCHO...

$
0
0
The Centerville Community School District is 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 September 1. The Board of Education will review all bids on Monday, September 14.

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

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

LEGAL NOTICE BY ORDER OF THE ...

$
0
0
LEGAL NOTICE By order of the Commissioners’ Court of Cooke County, Texas, the County Auditor will receive sealed bids until 2:00 P.M., Thursday, September 10, 2015, for competitive bids on Gasoline and Diesel Fuel to be used by Cooke County for a period of twelve (12) months, beginning October 1, 2015. Funds for payment have been provided through the Cooke County budget approved by the Commissioners’ Court for the fiscal year. Bidders must use lump sum pricing. Complete bid specifications are available at the Cooke County Auditor’s Office or on Cooke County’s website www.co.cooke.tx.us. Sealed bids must be addressed to Cooke County Auditors Office, 101 South Dixon, Gainesville, Texas. No electronic bids will be accepted. Sealed bids must be in the office of the County Auditor on or before 2:00 p.m. on Thursday, September 10, 2015 in an envelope plainly marked “Bid No. FY16-0001 - Bulk Fuel”. Bids will be opened in the Cooke County Commissioners Courtroom located at 101 South Dixon St., Gainesville, Texas, 76240, on Thursday, September 10, 2015 at 2:00 p.m. Cooke County reserves the right to reject any and all bids.

LEGAL NOTICE BY ORDER OF THE ...

$
0
0
LEGAL NOTICE By order of the Commissioners’ Court of Cooke County, Texas, the County Auditor will receive sealed bids until 2:00 P.M.. Thursday, September 10, 2015 for Vending Machine Services for Cooke County Courthouse Annex, located at 112 South Dixon St., Gainesville, Texas 76240, Cooke County Courthouse Basement, located at 101 South Dixon St., Gainesville, Texas, and Cooke County Justice Center, located at 300 CR 451, Gainesville, Texas 76240. Bidders may secure copies of the complete specifications from the Cooke County Auditor’s Office or on Cooke County’s website www.co.cooke.tx.us. Funds for payment have been provided through the Cooke County budget approved by the Commissioners’ Court for the fiscal year. Sealed bids must be addressed to Cooke County Auditor’s Office, Attn: Shelly Atteberry, 101 South Dixon Street, Gainesville, Texas 76240. Sealed bids must be in the office of the County Auditor on or before 2:00 p.m. on Thursday. September 10, 2015, in an envelope plainly marked “Bid No. FY16-0002 - Vending Services”. Bids will be opened in the Cooke County Commissioners Courtroom, 101 South Dixon St., Gainesville, Texas 76240 at 2:00 P.M. Thursday, September 10, 2015. Cooke County reserves the right to reject any and all bids.

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

THE SCHROON LAKE FIRE DISTRICT...

$
0
0
THE SCHROON LAKE FIRE DISTRICT has declared the following item surplus: 1992 Freightliner Super Tanker with 3000 gallon Tank and a 1250 GPM Darley Midship Pump sold as is. You may view it at the Schroon Lake Fire Department, 28 Industrial Drive, Schroon lake NY. All bids must be in writing on letterhead of the bidder and shall be in a sealed envelope marked sealed bid and addressed to the Schroon Lake Fire District PO Box 456, Schroon Lake, NY 12870 and must be received no later than 6:30 PM on September 15, 2015 at which time said bids will be opened and read. The Schroon Lake Fire Commissioners reserves the right to except or reject any and all bids at their discretion.

CLINTON COUNTY GOVT CENTER&DSS...

$
0
0
CLINTON COUNTY GOVT CENTER&DSS ELEVATOR REHABILITATION SECTION 00 1113 ADVERTISEMENT FOR BIDS FROM: 1.01 THE OWNER (HEREINAFTER REFERRED TO AS CLINTON COUNTY): Clinton County Buildings&Grounds 135 Margaret Street Plattsburgh, NY 12901 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: AUGUST 27, 2015 1.04 TO: POTENTIAL BIDDERS A. The Clinton County is requesting sealed bids for Elevator Rehabilitation in the Government Center and Department of Social Services Buildings, located, in the City of Plattsburgh, NY. Bids will be received until 2:30 pm on the 22nd day of September, 2015 and then publicly opened and read aloud at the Clinton County Legislator Office at 2:30 pm. B. Bid proposals submitted by U.S. Mail, private carrier, or hand delivered prior to the day of the bid opening are to be sent to Clinton County Purchasing at 137 Margaret St. Plattsburgh, NY in care of Kimberly A. Currier. C. All bids shall be submitted in a sealed envelope with the words "Clinton County Elevator Rehabilitation" clearly printed on the front. Provide two complete copies of bids. D. Project Description: The project consists of alterations to existing elevators in two County buildings to comply to current building code requirements. E. Project Documents are available on CD copy to any interested bidder at the office of Clinton County Purchasing Department upon receipt of non-refundable payment, by cash or check, in the amount of $25.00 per copy. Checks must be made payable to Clinton County Treasurer. Standard shipping charges will be additional if mailing is requested unless a FedEx, UPS or other carrier account number is provided by requesting party. Documents may also be examined at no expense at the office AEDA, PC. and the Clinton County Purchasing Department. F. 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. G. Refer to other bidding requirements described in Document 00 2113 - Instruction to Bidders and Document 00 3100 - Available Project Information. H. A pre-bid conference for all bidders is scheduled for September 3,2015 at 10:00 am at the Clinton County Government Center Lobby near the Bell. All Prime Contract bidders as well as interested sub-contractors should plan to attend this meeting. I. Submit your offer on the Bid Form provided. J. This project is considered a Public Work Project and Prevailing Wages will apply. K. Your offer will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. L. The Owner reserves the right to accept or reject any or all offers. END OF SECTION

REQUEST FOR PROPOSALS NOTICE I...

$
0
0
REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN; that the Undersigned, on behalf of the Essex County Board of Supervisors, will accept sealed proposals at the Office of the Purchasing Agent until September 25, 2015 at 2:00 P.M. for an Indirect Cost Recovery Consulting Service. Specifications are available by contacting the Office of the Purchasing Agent, Linda M. Wolf, CPA, Government Center, 7551 Court St., Elizabethtown, New York 12932 or by calling 518-873-3332. Specifications are also available on the website at: www. co.essex.ny.us. All proposals submitted in response to this notice shall be marked "SEALED PROPOSAL - INDIRECT COST" clearly on the outside of the envelope. In addition to the proposal, the proposer shall submit executed non-collusion bid certificates signed by the proposer 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. The successful proposer will be notified promptly by letter and must be prepared to enter into a contract to furnish the materials or services. Essex County reserves the right to reject any and all proposals not considered to be in the best interest of Essex County, and to waive any technical or formal defect in the proposals 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 25, 2015 Linda M. Wolf, CPA Purchasing Agent Essex County Government Center Elizabethtown, New York 12932 (518) 873-3332

ADVERTISEMENT FOR BIDS SEALED ...

$
0
0
ADVERTISEMENT FOR BIDS Sealed bids for the Repair and Re-Surfacing of Terrace Drive will be received by the Borough of Lewisburg at the Borough Office, 55 South Fifth Street, Lewisburg, PA 17837, until 2:00 pm Prevailing Time, Friday, September 11, 2015. The work for Contract 2015-04 includes but is not limited to providing all labor, materials, and equipment for the limited repair of pavement base, and the milling and overlay of approximately 660 linear feet of Terrace Drive from Fairground Road east. Bidding Documents may be obtained from the following website; www.ldgbidplans.com. Interested parties are required to register on the website for the ability to view and/or acquire contract documents and technical specifications for this project. It is the responsibility of any person or organization interested in a hard copy of the Bidding Documents to pay all costs associated with printing. Contact the Engineer, Larson Design Group, 1000 Commerce Park Drive, Williamsport, PA 17701; 570-323-6603 between the hours of 8:30 am and 4:30 pm, Monday through Friday with any questions pertaining to access and use of the website or obtaining hard copy. Each proposal shall be accompanied by a Bidder's Bond, or certified check or cashier's check, in favor of the Borough, in the amount of not less than 10% of the total bid amount. The Borough reserves the right to waive and informality in and to accept or reject any and all bids. No bid may be withdrawn for a period of 60-days, with the right to extend the time to 120-days if additional time is needed. Prevailing wages established under the Pennsylvania Prevailing Wage Act will likely apply to this contract, as the probable contract amount will exceed the $25,000 threshold. The contract documents contain state prevailing wage rates that must be utilized when contractor bids exceed $25,000. Bidders must submit with their bids the Non Collusion Affidavit contained in the contract documents and submit a certification of bidder regarding equal employment opportunity. The Lewisburg Borough Council reserve the right to waive any defects, errors, omissions, mistakes, informalities, to accept any bid or combination of bids that are deemed to be in the best interest of the Borough, and to reject any or all proposals. Borough of Lewisburg Chad Smith, Borough Manager DI: August 27 and September 1, 2015

SEALED PROPOSALS FOR 2015 WATE...

$
0
0
Sealed Proposals for 2015 WATER REHABILITATION PROJECT PHASE II for the BOARD OF WATER, LIGHT AND SINKING FUND COMMISSIONERS OF THE CITY OF DALTON, GEORGIA D/B/A DALTON UTILITIES (“Owner”) will be received in the Auditorium of the Dalton Utilities Administration Building at 1200 V.D. Parrott Jr. Parkway until 2:00 P.M. local time SEPTEMBER 18, 2015, at which time they will be publicly opened and read. Work to be Done: The work to be done (hereinafter referred to as “Work”) consists of furnishing all materials and equipment, except those specified in the Bid, and performing all labor necessary for the following project (hereinafter referred to as “Project”): Construct the 2015 Water Rehabilitation Project Phase II as shown in the drawings and specifications. The project will include the construction of six separate projects: Townsend Lane, Logan Street, England Drive & Watson Drive, Mitchell Street, Fire Hydrant replacement and new hydrant installation. The rehab to be constructed for the Townsend Lane project will be located at the intersection of Cottonwood Mill Road and Townsend Lane then continue south on Townsend Lane for approximately 2,400 linear feet and re-connect to existing water main at the intersection of Mt. Vernon Road. The rehab to be constructed for the Logan Road project will be located at the intersection of Tate Road and Logan Road then continue south on Logan Road for approximately 2,800 linear feet and re-connect to existing water main at the intersection of Hwy 201. The rehab to be constructed for the Watson Drive & England Drive project will be located at the intersection of Watson Drive and Hwy 201 then continue north on Watson Drive for approximately 200 linear feet and brand off to England Drive for approximately 800 linear feet until the dead end of both roads. The rehab to be constructed for Mitchell Street project will be located at the intersection of Mitchell Street and N. Glenwood Avenue then continue east on Mitchell Street for approximately 750 linear feet and re-connect to existing water main at the intersection of Chester Street. The rehab to be constructed for the Fire Hydrant Replacement & New Installation project will be replacing the 2-butt fire hydrant apparatus with the 3-butt fire hydrant apparatus and new hydrant installation at various locations in Dalton/Whitfield County as seen on overall map. The Contractor’s work also includes all erosion, sedimentation, and pollution control necessary for the project. The cost of any permits required for erosion control and land disturbing will be borne by the Owner. The Contractor will be responsible for the cost of any other permits or licenses required to complete the work. The Contractor will complete all necessary clean-up and restoration work to include filling, finish grading, grassing, landscaping, pavement repairs, driveway repairs, culvert repairs, drainage ditch restoration and other necessary restoration activities such that post construction conditions are EQUAL TO OR BETTER than those conditions that existed prior to any construction activity occurring. The Owner is authorized to issue change orders, without the necessity of additional requests for bids, within the scope of the Project when appropriate or necessary in the performance of the contract. No additional work shall be performed unless authorized by the Owner. The bidder declares that it understands that the unit price quantities shown in the proposal are subject to adjustment by either increase or decrease, by the Owner, and that should the quantities of any of the items of the work be increased, the bidder proposes to do the additional work at the unit prices stated herein; and should the quantities be decreased, the bidder also understands that payment will be made on actual quantities at the unit price bid and will make no claim for anticipated profits for any decrease in the quantities, and that quantities will be determined upon completion of the Work at which time adjustment will be made to the contract amount by direct increase or decrease. Bidder Pre-qualification: Pre-qualification of bidders for this project is required. Bidders must submit a pre-qualification package containing requested information to the office of Dalton Utilities by 5:00 P.M., local time, Thursday, September 3, 2015. All applicants submitting pre-qualification documentation will be notified of their status via phone call to the contact person listed on the package by 5:00 P.M. Friday, September 4, 2015. Only bids submitted by properly pre-qualified bidders will be opened. Mandatory Pre-Bid Meeting: A mandatory pre-bid meeting will be held at Dalton Utilities for all properly pre-qualified bidders. This meeting will be held on Monday, September 7, 2015, at 2:00 pm in the upstairs auditorium at the Dalton Utilities office building located at 1200 V.D. Parrott Jr. Parkway in Dalton, Georgia. This meeting is mandatory and if a properly pre-qualified bidder does not attend, then Dalton Utilities will not open a bid from this contractor. Time Allotted: All work as specified herein shall be completed within 90 calendar days of notice to proceed. Contractors submitting bids on project must be prepared to proceed with work wiihin three weeks of bid opening. Bids: Bids shall contain complete and detailed prices for labor, equipment, and construction materials for all items listed. Contractor’s License: All bidders must possess any and all licenses and permits as may be required by applicable federal, state and/or local law/ordinances. The Georgia Utility Contractor License Number shall be written on the face of the bid. Performance and Bid Bond: A bid bond will be required in the amount of 10% of the total bid amount. A contract performance bond and a payment bond, in an amount equal to one hundred percent (100%) of the contract price, will be required of the successful bidder. Withdrawal of Bids: Except as provided in O.C.G.A. Section 36-91-43, no submitted bid may be withdrawn for a period of sixty (60) days after the scheduled closing time for the receipt of bids. Additional Instructions to Bidders, Drawings, Specifications and Contract Documents: Additional instructions to bidders, drawings, specifications, and other contract documents may be examined at Dalton Utilities, Watershed Engineering Services, 1200 V.D. Parrott Jr. Parkway, Dalton, Georgia. Drawings, Specifications and Contract Documents may be obtained at Dalton Utilities’ website http://www.dutil.com/commercial/eng_home.php or in person at Dalton Utilities, 1200 V.D. Parrott Jr. Parkway, Dalton, Georgia 30721. A nonrefundable charge of $100.00 will be charged for all copies of bid documents obtained from Dalton Utilities. Acceptance or Rejection of Bids: The right is reserved to accept or reject any and all bids and to waive technicalities and informalities. Statutory Requirements: Notwithstanding any provision of this advertisement, all proposals must also comply with the minimum applicable requirements of Chapter 91 of Title 36 of the Official Code of Georgia Annotated. E-Verify Requirements: All contractors and subcontractors performing work for Dalton Utilities must participate in the E-Verify Program pursuant to the Georgia Security and Immigration Compliance Act (SB 529). THE BOARD OF WATER, LIGHT AND SINKING FUND COMMISSIONERS OF THE CITY OF DALTON, GEORGIA By: Don Cope, President and Chief Executive Officer 08/14 08/28

COMPASSION HOUSE 2015-01, COMM...

$
0
0
COMPASSION HOUSE 2015-01, Community Development Block Grant (CDBG) Program Compassion House ADA Entrance: ?Demo existing sidewalk into building, and form and pour 12’6”x44’ concrete pad with 48 LF of 5’ wide sidewalk for ADA compliance. BID NUMBER: 2015-01 PRE-BID CONFERENCE: DATE **THIS CAN BE A DROP BY, NOT A FORMAL MEETING 10:00 am to noon, Monday, August 17 or Tuesday August 18, 2015 901 Chester Street, Dalton, GA 30721 BID DUE DATE: DATE 31 DAYS AFTER 1ST DAY BID RUNS IN PAPER (1st run August 21st, so due by September 23rd) Bids received after the above time or in any other location other than by mail at: Compassion House, 1323 W. Walnut Ave., Ste. 2-299, Dalton, GA 30720 will not be accepted. The Compassion House is accepting sealed bids from qualified firms for the Community Development Block Grant (CDBG) Program project 2015-01 Compassion House ADA Entrance. A qualified firm is required to have an E-Verify # and a DUNS# for verification of work status in the State of Georgia. Bid details are available during the pre-bid conference times. All work will be done in accordance to the specifications received in the pre bid site visit for the construction and completion of the work required. All bidders must comply with the general requirements, special and Federal provisions of the bid information and instructions enclosed herein. It is important for interested bidders to review all bid documents carefully: Compassion House ADA Entrance is being constructed with Community Development Block Grant (CDBG) funds. CDBG funds are made available to the City of Dalton through a partnership with the U.S. Department of Housing and Urban Development (HUD). Consistent with other Federal programs, CDBG requires compliance with various Federal laws, regulations and guidelines throughout the Invitation to Bid, procurement process; project construction and project close out. Important laws and regulations the successful Contractor and his/her Subcontractors must comply with include the following: • Title VII of the Civil Right Act of 1964 and Executive Order 11246 • 24 CFR Part 85.36 Conflict of Interest provisions • 24 CFR Part 85(e) Minority, Women-owned, Small Business Enterprise • 29 CFR Parts 1, 3, 5, 6, and 7 Davis-Bacon Act • 40 U.S.C. 327-333 Contract Work Hours and Safety Standards Act • 24 CFR Part 135 Section 3 A link to the above regulations are available at www.cityofdalton-ga.gov on the Finance/CDBG page. 08/14 08/28

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

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

INVITATION TO BID THE TAYLOR ...

$
0
0
INVITATION TO BID The Taylor Township Board of Supervisors will receive sealed proposals until 4:00pm Monday, September 14, 2015. Bids will be opened at 4:30pm Monday, September 14, 2015 at the Taylor Township Municipal Building at 218 Industrial St. West Pittsburg, PA 16160. Bids are for West Pittsburg Route 168(Center Ave.) Curb and sidewalk replacement. Specs are available at the Taylor Township Municipal building. CURB 1. 1900 LF Depth "18 x 7" wide 1" Batter 6" Reveal 1-No 4 Rebar continuous SIDEWALK 5' WIDE 2. 9500 SQ FT 4" No 57 Gravel subase compacted 4" -4000 PSI concrete #10 Wire mesh Continuous 1/2 "Expansion Joint at end of every pour 18 2X4 ADA MATS 3. No more than 2% cross slopes. No more than 8.33% up ramp. All concrete to have 1 coat water based cure after each pour. 1 coat linseed oil after 28 cure time 4. ASPHALT PATCHING Back fill and tamp with 2A limestone to 4" of existing 2 1/2" Base 1 1/2" Superpave Seal against curb and cut line CONCRETE CURB: $ LF PRICE CONCRETE SIDEWALK $ SQ FT PRICE 2X4 ADA MATS $ EACH ASPHALT PATCHING $ SQ FT LAWN RESTORATION $ LUMP SUM Specs: West side of State Route 168(Center Ave.) West Pittsburg, PA 16160 Approx. 1900lf monolithic curb& sidewalk. Entire length of roadway to be saw cut back 18" All demo materials to be hauled off site. The Taylor Township Board of Supervisors reserves the right to reject any and all bids for whatever reason. Jan Holl - Secretary Taylor Township Legal: August 28, September 3, 5, 2015
Viewing all 7846 articles
Browse latest View live




Latest Images