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

LEGAL NOTICE THE GREATER LOCKP...

$
0
0
LEGAL NOTICE The Greater Lockport Development Corporation (GLDC) is soliciting proposals for professional services associated with the development, administration, and implementation of economic development projects, including requirements and systems necessary for compliance associated with the use of federal Community Development Block Grant (CDBG) funds; technical assistance regarding the financing of commercial and industrial projects; other factors associated with the provision of public financing for economic development activities; and general planning and community development activities as may be required including municipal planning, appropriate land use, and applications for financial assistance. A formal Request for Proposals may be obtained by contacting Brian Smith, President/CEO, Greater Lockport Development Corporation, One Locks Plaza, Lockport, NY 14094; Phone: (716) 439-6688. Proposals should be received no later than 4:00 p.m. on January 22, 2019. Minority- and Woman-owned Business Enterprises (M/WBE) are encouraged to respond to the RFP, either as prime or subcontractors. #L241151 1/9 - 1/21/2019

WILMINGTON TOWNSHIP LAWRENCE ...

$
0
0
Wilmington Township Lawrence 669 Wilson Mill Road New Castle Pa 16105 (724)946-2560 (724)946-3185fax Notice of Invitation for 2019 Bids The Supervisors of Wilmington Township shall receive bids. • Grass Mowing for Marti Park, American Legion at 3 inches high to be mowed on Thursday. The Cemetery to be mowed monthly, with holiday conditions. Specifications available at the Township Building. • The Sewer Authority shall receive bids for the mowing of the Plant on Orchard Terrace. - 40,000 gallon CRS-2(E-3) Emulsion to be delivered to job site and sprayed and delivered continuously. -100 ton 2A stone and 800 ton #8's washed delivered to the township On Road fuel and propane -300 ton of 9.5 millimeter top pavement picked up at plant, 1200 ton delivered to job site Bids shall be received at the Township Building by February 4th 2019 at 12:00 noon, bids will be opened at the meeting at 7 pm. The Board of Supervisors reserve the right to reject any and all bids. Legal: January 17, 23, 2019

BID NOTICE THE MIDWESTERN IN...

$
0
0
BID NOTICE The Midwestern Intermediate Unit IV Board of Directors on behalf of the MIU IV Joint Purchasing Cooperative, 453 Maple Street, Grove City, PA 16127-2399, will receive bids for SCHOOL SUPPLIES, ATHLETIC SUPPLIES, MEDICAL SUPPLIES, MAINTENANCE SUPPLIES, LIGHTING SUPPLIES, ART SUPPLIES, and COPIER PAPER. Proposals shall be accompanied by a Bid Bond or certified check (with no exception) made payable to Midwestern Intermediate Unit IV in an amount not less than ten percent (10%) of the proposal as a condition that if bid is accepted an acceptable Performance Bond in the estimated amount of fifty percent (50%) of the contract shall be issued in favor of the Midwestern Intermediate Unit. No bid may be withdrawn for at least ninety (90) days after the scheduled closing time for the receipt of bids. Specifications may be secured from Dan Gomola, MIU IV, 453 Maple Street, Grove City, PA 16127, (724) 458-6700. Bids and requested samples are due at MIU IV on February 19, 2019 by 3:30 p.m. Bids will be opened on February 20, 2019 at 8:30 a.m. at the same address. Bid awards will be proposed at the 7:00 p.m. Board Meeting on March 27, 2019. Donna Volpe Board Secretary Legal: January 17, 25, 28, 2019

REQUEST FOR PROPOSAL (RFP) NOT...

$
0
0
Request for Proposal (RFP) Notice For Security Services The Niagara Falls Housing Authority requests a separate, sealed proposal to provide security services for the following locations: Henry E. Wrobel Towers 800 Niagara Avenue Niagara Falls, NY 14305 Anthony Spallino Towers 720 Tenth Street Niagara Falls, NY 14301 The sealed proposal must be addressed as follows: Patricia L. Barone Interim Executive Director Niagara Falls Housing Authority 744 Tenth Street Niagara Falls, New York 14301 and clearly marked on the outside of the proposal, as "Security Services Proposal." The submission deadline is Tuesday, February 5, 2019 at 10:00 am. No proposal will be accepted after the above date and time. RFP packages are available by contacting Maria Vitello at 716.285.6961 or nfha@nfha.org. No faxed submittals will be accepted. The successful bidder will be required to provide the Niagara Falls Housing Authority with certificates of insurance for public liability and an umbrella bond with riders, showing the Niagara Falls Housing Authority as a co-insured. The NFHA is an Equal Opportunity Employer and actively solicits the same requirement for all firms interested in this opportunity. The NFHA reserves the right to waive irregularities and to reject any/all proposals submitted. No proposal submitted shall be withdrawn after the proposal due date. Patricia L. Barone, Interim Executive Director 1.9.2019 #N241284 1/10,17,24/2019

COUNTY OF NIAGARA DEPARTMENT O...

$
0
0
COUNTY OF NIAGARA DEPARTMENT OF PUBLIC WORKS - ENGINEERING 1.1 ADVERTISEMENT 1.1.01 RECEIPT OF PROPOSALS: Sealed proposals on forms prepared by/for the Engineering Division will be received by the County Purchasing Department, 59 Park Avenue, Lockport, New York, until 2:00 P.M. on February 7, 2019 for the following work: Replacement of Carmen Road Bridge (BIN 3328950) over Golden Hill Creek Project No. 1307 in accordance with Drawings, Specifications and other Contract Documents prepared by/for the Department of Public Works - Engineering Division. 1.1.02OPENING OF PROPOSALS: Proposals will be publicly opened and read, on the date and time noted above, in the Purchasing Department, 59 Park Avenue, Lockport, New York. 1.1.3 OBTAINING CONTRACT DOCUMENTS: Drawings, Specifications and other Contract Documents may be viewed at no charge, or picked up at the Engineering Division Office, 59 Park Avenue, Lockport, New York, on or after 9:00 a.m. on Thursday, January 17, 2019, upon payment of twenty-five dollars ($25.00). Payment shall be by check payable to "County of Niagara". The payment is non-refundable. Bids will not be accepted from bidders not on the Bidders List. 1.1.4 PROPOSAL GUARANTY: Each Proposal shall be accompanied by a certified check, Bid Bond, or other acceptable form of Proposal Guaranty acceptable to the County Attorney, in an amount equal to at least five percent (5%) of the "Total Gross Sum Bid" as a guaranty that, if the Proposal is accepted, the Bidder will file a Performance Bond and a Labor and Material Bond acceptable to the County Attorney, and execute the Contract within ten (10) days after the award of the Contract. 1.1.5 OWNER'S RIGHTS RESERVED: The County of Niagara reserves the right to waive any informalities in or reject any and all bids, or to make any Contract which it deems to be in the best interest of the County. 1.1.6 PROPOSAL WITHDRAWAL: No proposal shall be withdrawn or cancelled before the time designated for opening such proposals publicly, except upon such conditions as the Commissioner may deem to be necessary or as set forth under Section 102-06 of the N.Y.S.D.O.T. "Standard Specifications". Garret A. Meal, P.E. Commissioner of Public Works County of Niagara #NL241391 1/17,24/2019

COUNTY OF NIAGARA DEPARTMENT O...

$
0
0
COUNTY OF NIAGARA DEPARTMENT OF PUBLIC WORKS - ENGINEERING 1.1 ADVERTISEMENT 1.1.01 RECEIPT OF PROPOSALS: Sealed proposals on forms prepared by/for the Engineering Division will be received by the County Purchasing Department, 59 Park Avenue, Lockport, New York, until 2:00 P.M. on January 31, 2019 for the following work: Bridge Replacement - Chestnut Road over East Branch of Twelvemile Creek Project No. 1409 in accordance with Drawings, Specifications and other Contract Documents prepared by/for the Department of Public Works - Engineering Division. 1.1.02 OPENING OF PROPOSALS: Proposals will be publicly opened and read, on the date and time noted above, in the Purchasing Department, 59 Park Avenue, Lockport, New York. 1.1.03 OBTAINING CONTRACT DOCUMENTS: Drawings, Specifications and other Contract Documents may be viewed at no charge, or picked up at the Engineering Division Office, 59 Park Avenue, Lockport, New York, on or after 9:00 a.m. on Thursday, January 10, 2019, upon payment of twenty-five dollars ($25.00). Payment shall be by check payable to "County of Niagara''. The payment is non-refundable. Bids will not be accepted from bidders not on the Bidders List. 1.1.04 PROPOSAL GUARANTY: Each Proposal shall be accompanied by a certified check, Bid Bond, or other acceptable form of Proposal Guaranty acceptable to the County Attorney, in an amount equal to at least five percent (5%) of the "Total Gross Sum Bid" as a guaranty that, if the Proposal is accepted, the Bidder will file a Performance Bond and a Labor and Material Bond acceptable to the County Attorney, and execute the Contract within ten (10) days after the award of the Contract. 1.1.05 OWNER'S RIGHTS RESERVED: The County of Niagara reserves the right to waive any informalities in or reject any and all bids, or to make any Contract which it deems to be in the best interest of the County. 1.1.06 PROPOSAL WITHDRAWAL: No proposal shall be withdrawn or cancelled before the time designated for opening such proposals publicly, except upon such conditions as the Commissioner may deem to be necessary or as set forth under Section 102-06 of the N.Y.S.D.O.T. "Standard Specifications". Garret A. Meal, P.E. Commissioner of Public Works County of Niagara #NL241245 1/10,17/2019

NOTICE OF REQUEST FOR PROPOSAL...

$
0
0
NOTICE OF REQUEST FOR PROPOSALS Sealed proposals will be received by the Niagara County Department of Management&Budget, Division of Purchasing, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York for: RFP 2019-03: Enterprise Document Management System for Niagara County on February 28, 2019 at 2:00 PM Detailed proposal specifications and forms are available, upon request, at the Department of Management&Budget, Division of Purchasing, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York 14094. Contact the Division of Purchasing by phone at 716-439-7200, or by email at purchasing@niagaracounty.com. #NL241568 1/17/2019

SEALED BIDS WILL BE RECEIVED A...

$
0
0
Sealed bids will be received as set forth in instructions to bidders until 10:30 A.M. on Thursday, February 14, 2019 at the NYSDOT, Contract Management Bureau, 50 Wolf Rd, 1st Floor, Suite 1CM, Albany, NY 12232 and will be publicly opened and read. Bids may also be submitted via the internet using www.bidx.com. A certified cashier's check payable to the NYSDOT for the sum specified in the proposal or a bid bond, form CONR 391, representing 25% of the bid total, must accompany each bid. NYSDOT reserves the right to reject any or all bids. Electronic documents and Amendments are posted to www.dot.ny. gov/doing-business/op portunities/const-no tices. The Contractor is responsible for ensuring that all Amendments are incorporated into its bid. To receive notification of Amendments via e-mail you must submit a request to be placed on the Planholders List at www.dot.ny.gov/doing- business/opportunities/const-planholder. Amendments may have been issued prior to your placement on the Planholders list. NYS Finance Law restricts communication with NYSDOT on procurements and contact can only be made with designated persons. Contact with non-designated persons or other involved Agencies will be considered a serious matter and may result in disqualification. Contact Robert Kitchen (518)457-2124. Contracts with 0% Goals are generally single operation contracts, where subcontracting is not expected, and may present direct bidding opportunities for Small Business Firms, including, but not limited to D/W/MBEs. The New York State Department of Transportation, in accordance with the Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation and Title 23 Code of Federal Regulations, Part 200, Title IV Program and Related Statutes, as amended, issued pursuant to such Act, hereby notifies all who respond to a written Department solicitation, request for proposal or invitation for bid that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, disability/handicap and income status in consideration for an award. BIDDERS SHOULD BE ADVISED THAT AWARD OF THESE CONTRACTS MAY BE CONTINGENT UPON THE PASSAGE OF A BUDGET APPROPRIATION BILL BY THE LEGISLATURE AND GOVERNOR OF THE STATE OF NEW YORK. Please call (518)457-2124 if a reasonable accommodation is needed to participate in the letting. Region 07: New York State Department of Transportation 317 Washington Street, Watertown, NY, 13601 D263906, PIN 780631, FA Proj Z001-7806-313 , Clinton, Franklin, Jefferson, Lewis, St. Lawrence Cos., CRACK SEALING PROJECT - 2019, Bid Deposit: $75,000.00, Goals: DBE: 0.00% D263915, PIN 772100, FA Proj ZS30-7721-003 , Clinton Co., I-87 Exit 34 Off-Ramp Improvement and NY RTE 374 at Wallace Hill Rd. Intersection Realignment. Asphalt Concrete Pavement Reconstruction, .6 Miles in the Towns of Ausable&Plattsburgh., Bid Deposit: $150,000.00, Goals: DBE: 7.00%

NOTICE TO BIDDERS NOTICE IS HE...

$
0
0
NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed Bids, in duplicate, are sought and requested by the Board of Education, Beekmantown Central School District (hereinafter called "Owner"), for the Additions and Alterations to the Main Building and Reconstruction to Cumberland Head Elementary and Bus Garage. Separate Bids are requested for the following Contracts (Contract 1 - Site Contract (SC) was previously awarded): Contract 2 - General Contract (GC). Contract 3 -^ Plumbing Contract (PC). Contract 4 - Mechanical Contract (HC). Contract 5 - Electrical Contract (EC). in accordance with the Drawings, Project Manual (including Conditions of the Contract and Specifications), and other Bidding and Contract Documents prepared by: Tetra Tech Engineers, Architects&Landscape Architects, P.C. d/b/a Tetra Tech Architects&Engineers A pre-bid conference for potential Bidders and other interested parties will be held on Thursday, January 24, 2019 at 3:00 PM local time at the Middle School-High School Library/Media Center at the Main Building, 37 Eagle Way, West Chazy, New York 12992. Parking is available in the main lot accessed off Spellman Road, and enter the building using the High School main entrance. Sealed Bids will be received by the Owner until Thursday, February 7, 2019 at 3:00 PM local time at the Middle School-High School Library/Media Center at the Main Building, 37 Eagle Way, West Chazy, New York 12992, at which time and place Bids received will be publicly opened and read aloud. Parking is available in the main lot accessed off Spellman Road, and enter the building using the High School main entrance. For the convenience of potential Bidders and other interested parties, the Bidding Documents may be examined at the following locations: Construction Market Data, 30 Technology Parkway South, Suite 100, Norcross, GA 30092-2912 Eastern Contractors Association, Inc., 6 Airline Drive, Colonie, NY 12205 Mohawk Valley Builders Exchange, 10 Main Street, Suite 202, Whitesboro, NY 13492 Northern New York Builders Exchange, 22074 Fabco Road, Watertown, New York 13601 Associated Building Contractors, 15 Belden Street, Binghamton, New York 13903 Construction Exchange of Buffalo&Western NY, 2660 William Street, Cheektowaga, NY 14227 Rochester Builders Exchange, 180 Linden Oaks, Suite 100, Rochester, NY 14625 Syracuse Builders Exchange, 6563 Ridings Rd., Syracuse, NY 13206 McGraw Hill Construction/Dodge, c/o Dataflow, 71 Fuller Road, Albany, NY 12205 Southern Tier Builders Association, 65 E. Main. St., Falconer, NY 14733 Complete digital sets of Bidding Documents, drawings and specifications, may be obtained online as a download at www.tetratechae planroom.com 'public projects'^ for a non-refundable fee of $49.00 (Forty Nine Dollars). Hard copy of Bidding Documents, drawings and specifications, may be obtained from REV by emailing a copy of the executed deposit check to pro jects@revplans.com and TAE.Beekman town@tetratech.com. Checks shall be made payable to Beekmantown Central School District School District in the sum of $100.00 (One Hundred Dollars) for each set of documents. Include in the email the company name, address, email address, phone number and interested contract. Once the scanned copy of the executed deposit check is received, Bidding Documents will be shipped. Mail checks to Lohrius Blueprint, 226 Newtown Road, Plainview, New York 11803. Plan deposit is refundable in accordance with the terms in the Instructions to Bidders to all submitting bids. Any bidder requiring documents to be shipped shall make arrangements with the printer and pay for all packaging and shipping costs (either by providing FedEX/UPS account number or being charged a flat rate by the printer). Please note REV www.tetratechaeplan room.com is the designated location and means for distributing and obtaining all bid package information, electronic or hard copy. Only those Contract Documents obtained in this manner will enable a prospective bidder to be identified as a registered plan holder. The Provider takes no responsibility for the completeness of Contract Documents obtained from other sources. Contract Documents obtained from other sources may not be accurate or may not contain addenda that may have been issued. All bid addenda will be transmitted to registered plan holders, regardless of receiving electronic or hard copy Bid Documents, via email and will be available at www.tetrate chaeplanroom.com. Registered plan holders who have paid for hard copies of the bid documents will need to make the determination if hard copies of the addenda are required for their use, and coordinate directly with REV for hard copies of addenda to be issued. There will be no charge for registered plan holders to obtain hard copies of the bid addenda. As bid security, each Bid shall be accompanied by a certified check or Bid Bond made payable to the Owner, in accordance with the amounts and terms described in the Instructions to Bidders. The Owner requires Bids comply with bidding requirements indicated in the Instructions to Bidders. The Owner may, at its discretion, waive informalities in Bids, but is not obligated to do so, nor does it represent that it will do so. The Owner also reserves the right to reject any and all Bids. The Owner will not waive informalities which would give one Bidder substantial advantage or benefit not enjoyed by all affected Bidders. Bids may not be withdrawn before 45 days following the Bid opening thereof, unless an error is claimed by the Bidder in accordance with the Instructions to Bidders.

TANNING BED - HAS 220 PLUG. WO...

$
0
0
Tanning Bed - has 220 plug. Works good, just don't use anymore. Must pick up in Good Hope. $250. Call (256)338-5924.

LEGAL NOTICE THE GREATER LOCKP...

$
0
0
LEGAL NOTICE The Greater Lockport Development Corporation (GLDC) is soliciting proposals for professional services associated with the development, administration, and implementation of economic development projects, including requirements and systems necessary for compliance associated with the use of federal Community Development Block Grant (CDBG) funds; technical assistance regarding the financing of commercial and industrial projects; other factors associated with the provision of public financing for economic development activities; and general planning and community development activities as may be required including municipal planning, appropriate land use, and applications for financial assistance. A formal Request for Proposals may be obtained by contacting Brian Smith, President/CEO, Greater Lockport Development Corporation, One Locks Plaza, Lockport, NY 14094; Phone: (716) 439-6688. Proposals should be received no later than 4:00 p.m. on January 22, 2019. Minority- and Woman-owned Business Enterprises (M/WBE) are encouraged to respond to the RFP, either as prime or subcontractors. #L241151 1/9 - 1/21/2019

LEGAL NOTICE WILMINGTON AREA...

$
0
0
Legal Notice Wilmington Area School District Attention: Food Service Management Companies The Wilmington Area School District is requesting proposals for school food service management services. The Food Service Management Company will provide management services according to United States Department of Agriculture (USDA) regulations and guidelines, as well as the Pennsylvania Department of Education policies and guidelines. Food Service Management Companies and/or their representatives may submit proposals to: Wilmington Area School District In C/O Joshua Latore 300 Wood Street New Wilmington, Pa. 16142 The Wilmington Area School Board reserves the right to accept or reject any and/or all proposals or to accept the proposal that it finds, in its sole discretion, to be in the best interest of the school district. A walk-through meeting is scheduled for February 1, 2019 at 9:30 am at 300 Wood Street, New Wilmington, Pa. 16142. All proposals must be submitted no later than 4:00 pm on February 26, 2019. All proposals should be delivered in a sealed envelope and addressed to the Wilmington Area School District and be clearly marked: Food Service Management Proposal. Legal: January 12, 18, 26, 2019

REQUEST FOR BID ***BIDS WIL...

$
0
0
REQUEST FOR BID ***Bids will be received for the Britton Edwards CDBG Street Improvement New Beaver Borough included under the County of Lawrence’s FY 2016 and FY 2017 Community Development Block Grant (CDBG) administered by Lawrence County. Final Qualified Sealed Bids shall be accepted until 3:00 PM on the Friday, February 15, 2019 at Lawrence County Controller’s Office, 1st Floor Lawrence County Courthouse, 430 Court Street, New Castle, PA 16101. Each Qualifying Bid must be accompanied by a Bid Bond, payable to The County of Lawrence, in the amount equal to 10% of the total bid, comply with Davis Bacon and Related Acts and Section 3 Minority Business Enterprise and/or Women Business Enterprise. Said qualified bids shall be publicly opened and read aloud at 10:00 AM on Tuesday, February 19, 2019, during the regularly scheduled Commissioner’s public meeting in Commissioner’s Meeting Room located at 430 Court Street, New Castle, PA 16101. A Mandatory Pre-Bidding Meeting shall be held at New Beaver Borough Municipal Building located 778 Wampum New Galilee Road, New Galilee, PA 16141 at 8:00 A.M. on Tuesday, February 5, 2019. A visit to the site will follow; all bidders will be required to have picked up their bid packages prior to this meeting. A Questionnaire and Pre-Qualification Statement accompanies the Bid Documents. All documents pertaining to the pre-qualifying process shall be due AT THIS MANDATORY PREBID MEETING to participate in this bidding procedure. Bid Documents are on file and may be obtained at the offices of Lawrence County Department of Planning and Community Development, 430 Court Street, New Castle, PA 16101. One (1) set of Bidding Documents will be provided to Contractors for a fee of $10.00. Payable to the order of Lawrence County for each set of documents obtained. This fee is non-refundable Bids must be sealed and marked “Britton Edwards Road CDBG Street Improvement” and addressed to Lawrence County Controllers Office, 430 Court Street, New Castle, PA 16101. *** Legal: Jan. 18, Feb. 1, 2019

NOTICE TO BIDDERS NOTICE IS HE...

$
0
0
NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that sealed Bids, in duplicate, are sought and requested by the Board of Education, Beekmantown Central School District (hereinafter called "Owner"), for the Additions and Alterations to the Main Building and Reconstruction to Cumberland Head Elementary and Bus Garage. Separate Bids are requested for the following Contracts (Contract 1 - Site Contract (SC) was previously awarded): Contract 2 - General Contract (GC). Contract 3 -^ Plumbing Contract (PC). Contract 4 - Mechanical Contract (HC). Contract 5 - Electrical Contract (EC). in accordance with the Drawings, Project Manual (including Conditions of the Contract and Specifications), and other Bidding and Contract Documents prepared by: Tetra Tech Engineers, Architects&Landscape Architects, P.C. d/b/a Tetra Tech Architects&Engineers A pre-bid conference for potential Bidders and other interested parties will be held on Thursday, January 24, 2019 at 3:00 PM local time at the Middle School-High School Library/Media Center at the Main Building, 37 Eagle Way, West Chazy, New York 12992. Parking is available in the main lot accessed off Spellman Road, and enter the building using the High School main entrance. Sealed Bids will be received by the Owner until Thursday, February 7, 2019 at 3:00 PM local time at the Middle School-High School Library/Media Center at the Main Building, 37 Eagle Way, West Chazy, New York 12992, at which time and place Bids received will be publicly opened and read aloud. Parking is available in the main lot accessed off Spellman Road, and enter the building using the High School main entrance. For the convenience of potential Bidders and other interested parties, the Bidding Documents may be examined at the following locations: Construction Market Data, 30 Technology Parkway South, Suite 100, Norcross, GA 30092-2912 Eastern Contractors Association, Inc., 6 Airline Drive, Colonie, NY 12205 Mohawk Valley Builders Exchange, 10 Main Street, Suite 202, Whitesboro, NY 13492 Northern New York Builders Exchange, 22074 Fabco Road, Watertown, New York 13601 Associated Building Contractors, 15 Belden Street, Binghamton, New York 13903 Construction Exchange of Buffalo&Western NY, 2660 William Street, Cheektowaga, NY 14227 Rochester Builders Exchange, 180 Linden Oaks, Suite 100, Rochester, NY 14625 Syracuse Builders Exchange, 6563 Ridings Rd., Syracuse, NY 13206 McGraw Hill Construction/Dodge, c/o Dataflow, 71 Fuller Road, Albany, NY 12205 Southern Tier Builders Association, 65 E. Main. St., Falconer, NY 14733 Complete digital sets of Bidding Documents, drawings and specifications, may be obtained online as a download at www.tetratechae planroom.com 'public projects'^ for a non-refundable fee of $49.00 (Forty Nine Dollars). Hard copy of Bidding Documents, drawings and specifications, may be obtained from REV by emailing a copy of the executed deposit check to pro jects@revplans.com and TAE.Beekman town@tetratech.com. Checks shall be made payable to Beekmantown Central School District School District in the sum of $100.00 (One Hundred Dollars) for each set of documents. Include in the email the company name, address, email address, phone number and interested contract. Once the scanned copy of the executed deposit check is received, Bidding Documents will be shipped. Mail checks to Lohrius Blueprint, 226 Newtown Road, Plainview, New York 11803. Plan deposit is refundable in accordance with the terms in the Instructions to Bidders to all submitting bids. Any bidder requiring documents to be shipped shall make arrangements with the printer and pay for all packaging and shipping costs (either by providing FedEX/UPS account number or being charged a flat rate by the printer). Please note REV www.tetratechaeplan room.com is the designated location and means for distributing and obtaining all bid package information, electronic or hard copy. Only those Contract Documents obtained in this manner will enable a prospective bidder to be identified as a registered plan holder. The Provider takes no responsibility for the completeness of Contract Documents obtained from other sources. Contract Documents obtained from other sources may not be accurate or may not contain addenda that may have been issued. All bid addenda will be transmitted to registered plan holders, regardless of receiving electronic or hard copy Bid Documents, via email and will be available at www.tetrate chaeplanroom.com. Registered plan holders who have paid for hard copies of the bid documents will need to make the determination if hard copies of the addenda are required for their use, and coordinate directly with REV for hard copies of addenda to be issued. There will be no charge for registered plan holders to obtain hard copies of the bid addenda. As bid security, each Bid shall be accompanied by a certified check or Bid Bond made payable to the Owner, in accordance with the amounts and terms described in the Instructions to Bidders. The Owner requires Bids comply with bidding requirements indicated in the Instructions to Bidders. The Owner may, at its discretion, waive informalities in Bids, but is not obligated to do so, nor does it represent that it will do so. The Owner also reserves the right to reject any and all Bids. The Owner will not waive informalities which would give one Bidder substantial advantage or benefit not enjoyed by all affected Bidders. Bids may not be withdrawn before 45 days following the Bid opening thereof, unless an error is claimed by the Bidder in accordance with the Instructions to Bidders.

SEALED BIDS WILL BE RECEIVED A...

$
0
0
Sealed bids will be received as set forth in instructions to bidders until 10:30 A.M. on Thursday, January 31, 2019 at the NYSDOT, Contract Management Bureau, 50 Wolf Rd, 1st Floor, Suite 1CM, Albany, NY 12232 and will be publicly opened and read. Bids may also be submitted via the internet using www.bidx.com. A certified cashier's check payable to the NYSDOT for the sum specified in the proposal or a bid bond, form CONR 391, representing 25% of the bid total, must accompany each bid. NYSDOT reserves the right to reject any or all bids. Electronic documents and Amendments are posted to www.dot.ny.gov/doing-business/opportunities/const-notices. The Contractor is responsible for ensuring that all Amendments are incorporated into its bid. To receive notification of Amendments via e-mail you must submit a request to be placed on the Planholders List at www.dot.ny.gov/doing-business/opportunities/const-planholder. Amendments may have been issued prior to your placement on the Planholders list. NYS Finance Law restricts communication with NYSDOT on procurements and contact can only be made with designated persons. Contact with non-designated persons or other involved Agencies will be considered a serious matter and may result in disqualification. Contact Robert Kitchen (518)457-2124. Contracts with 0% Goals are generally single operation contracts, where subcontracting is not expected, and may present direct bidding opportunities for Small Business Firms, including, but not limited to D/W/MBEs. The New York State Department of Transportation, in accordance with the Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation and Title 23 Code of Federal Regulations, Part 200, Title IV Program and Related Statutes, as amended, issued pursuant to such Act, hereby notifies all who respond to a written Department solicitation, request for proposal or invitation for bid that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, disability/handicap and income status in consideration for an award. BIDDERS SHOULD BE ADVISED THAT AWARD OF THESE CONTRACTS MAY BE CONTINGENT UPON THE PASSAGE OF A BUDGET APPROPRIATION BILL BY THE LEGISLATURE AND GOVERNOR OF THE STATE OF NEW YORK. Please call (518)457-2124 if a reasonable accommodation is needed to participate in the letting. Region 02: New York State Department of Transportation 207 Genesee Street, Utica, NY, 13501 D263901, PIN DRC319, FA Proj , Albany, Broome, Chenango, Clinton, Columbia, Delaware, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Madison, Montgomery, Oneida, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, St. Lawrence, Sullivan, Tioga, Ulster, Warren, Washington Cos., Upstate East Where&When Debris Removal Contract, Regions 1, 2, 7, 9 and Northern Counties of Region 8, Columbia and Ulster., Bid Deposit: $750,000.00, Goals: DBE: 0.00% Region 10: New York State Department of Transportation NYS Office Building,, Veterans Memorial Highway, Hauppauge, NY, 11788 D263898, PIN DRC119, FA Proj , Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester Cos., 2 Year Where/When Debris Removal Contract for Downstate New York, Bid Deposit: $750,000.00, Goals: DBE: 0.00%

INVITATION TO BID PROJECT: SAL...

$
0
0
INVITATION TO BID Project: Salt Storage Facility AES Project No. 4670 Recipient: Town of Keene 10892 NYS Rt. 9N (Physical Address) PO Box 89 (Mailing Address) Keene, NY 12942 Engineer: AES Northeast, PLLC 10-12 City Hall Place Plattsburgh, NY 12901 The Town Board of the Town of Keene, New York will receive sealed bids until 10:00 a.m., February 12, 2019, to complete the construction of a 140' x 80' salt storage facility including building structure, site work and restoration located in the Town of Keene, New York. The physical address of the building is at 80 Town Shed Lane, Keene, NY 12942. The project will be bid and awarded with Two (2) Prime Contracts: General Construction (GC); and Electrical (E). The bids will be publicly opened and read aloud at 10:00 a.m. on February 22, 2019 at the Town of Keene Town Hall, 10892 NYS Rt. 9N, Keene, New York 12942. A Bidders Conference is scheduled for 10:00 a.m. on February 1, 2019 at the Town of Keene Town Hall, located at 10892 NYS Rt. 9N, Keene, New York 12942. The required project substantial completion date is no later than July 31, 2019, and as further defined in the Agreement. Bidding Documents can be electronically downloaded free of charge at www.aes northeast.com under the “Bidding&Under Construction link” at the top of the webpage. Bidding Documents are also available on Compact Disc (CD) at the Office of the Engineer for a $25.00 non-refundable Processing Fee. Printing is also available at our standard rates. Bidding Documents may be examined at the office of the Engineer, AES Northeast, 10-12 City Hall Place, Plattsburgh, New York, 12901. Bids shall be submitted to Ms. Ellen Estes, Town Clerk, (from 8 a.m. to 3 p.m. Monday through Friday) in sealed envelopes with the name and address of the Bidder as well as the project name, contract being bid (GC or E) and AES Project No. clearly marked on the face of the envelope. In addition to Bid Forms, the Bidder shall submit an executed Certification 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. It is the policy of the Owner to strongly 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 Equal Employment Opportunity (EEO), Disadvantaged Business Enterprise (DBE), Minority&Women-Owned Business Enterprise (MWBE), and Department of Environmental Conservation (DEC) Water Quality Improvement Project (WQIP) Program requirements referenced in the Appendices of the Project Manual. 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.

SOMERSET AREA SCHOOL DISTRICT ...

$
0
0
Somerset Area School District Attention: Food Service Management Companies The Somerset Area School District is requesting proposals for school food service management services. The Food Service Management Company will provide management services according to United States Department of Agriculture (USDA) regulations and guideJines, as well as the Pennsylvania Department of Education policies and guidelines. Food Service Management Companies and/or their representatives may submit proposals to: The Somerset Area School District In C/O FSMC Contact 645 South Columbia Ave. Suite 110 Somerset, PA 15501 The Somerset Area School District Board of Education reserves the right to accept or reject any and/or all proposals or to accept the proposal that it finds, in its sole discretion, to be in the best interest of the school district. A walk-through meeting is scheduled for January 24, 2019 at 10:00 AM at the Administration Office Conference Room, 645 South Columbia Ave., Somerset, PA 15501. In the situation of inclement weather and school closing, the postponement date is scheduled for January 28, 2019 at 10:00 AM at the same location previously listed. All proposals must be submitted no later than 9:00 AM on February 13, 2019. All proposals should be delivered in a sealed envelope and addressed to the Somerset Area School District and be clearly marked: Food Service Management Proposal.

REQUEST FOR PROPOSALS AND QUAL...

$
0
0
Request For Proposals and Qualifications To: Prospective Offerors The Housing Authority of Somerset County (HASC) is requesting proposals for architectural/engineering services for the Department of Housing and Urban DevelopmentÕs Capital Fund Program. Funding has been secured for construction modernization work at one or more of the following communities. PA 29-1 Kircher Place, Boswell, PA This housing community consists of (50) apartments contained in 25 one story duplex structures. There is an additional administration building with a community room and garage. PA29-2 Stadium Terrace, Windber, PA This community consists of (100) apartments contained in (13) two story townhouse type structures. PA29-3 Boswell Heights, Boswell, PA This community consists of (71) apartments contained in (12) two story townhouse type structures. A construction work scope is identified on attachment # 1 of the RFP. The work scope is general in nature with final quantities and cost estimates the responsibility of the contracted architectural firm. The extent of professional services required are as outlined in the Model Form of Agreement Between Owner and Design Professional (Form HUD 51915) identified as attachment #2 of the RFP. The use of this agreement is mandatory. The Housing Authority anticipates awarding separate Construction Contracts as required by work scope. Architectural firms interested in responding to this RFP are invited to submit resumes outlining their experience in the professional field to Frederick Skerl, Executive Director, Housing Authority of Somerset County, 350 Garrett Avenue, P. O. Box 38, Boswell, PA 15531. All submissions must be received by Thursday, January 31, 2019. The HASC encourages response from small firms, Minority firms, and firms that have not previously performed work for the Authority. Frederick Skerl Executive Director

MATTRESS QUEEN SIZE MATTRESS....

$
0
0
Mattress Queen size mattress. Must pick up in Goodhope. $100.00 Call 256-338-5924.

CHINA CABINET BLACK CHINA CA...

$
0
0
China Cabinet Black China Cabinet. 82 long 52 Wide. Must pick up in Goodhope. Call $200 (256)338-5924
Viewing all 7846 articles
Browse latest View live




Latest Images