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

ADVERTISEMENT FOR BIDS SEALED ...

$
0
0
ADVERTISEMENT FOR BIDS Sealed bids for Project No. M3060-H, for HVAC Work, Replace Defective Water Heaters, 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, July 29, 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 $33,600 for H. 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 $500,000 and $1,000,000 for H. 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 July 9, 2015 at Franklin Correctional Facility, 62 Bare Hill Road, Malone, NYPhone the office of Chris Dumas, (518) 483-8170 Ext. 105 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/acquire bid.asp. For questions about purchase of bid documents, please send an e-mail to D&C.Plans @ogs.ny.gov, or call toll free at 1-877-647-7526. 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 PlansAvailableIn dex.asp. John D. Lewyckyj, Contracting Officer Director, Contract Administration OGS - Design& Construction Group

NOTICE TO BIDDERS NOTICE IS HE...

$
0
0
NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that the Undersigned, on behalf of the Essex County Board of Supervisors, will accept sealed bids for Food Commodities&Dairy for the period of July 16, 2015 - October 15, 2015. Sealed bids will be received until 2:00 P.M. on July 8, 2015, at which time bids will be publicly opened and read aloud. Specifications are available by contacting the Office of the Purchasing Agent, Essex County Government Center, 7551 Court Street, Elizabethtown, New York 12932, by calling 518-873-3330, or on the County Website: www.co.essex.ny.us All bids submitted in response to this notice shall be marked "SEALED BID - FOOD COMMODITIES&DAIRY" 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: June 29, 2015 Linda M. Wolf, CPA Purchasing Agent Essex County Government Center Elizabethtown, New York 12932 (518) 873-3332

NOTICE TO BIDDERS THE TOWN OF ...

$
0
0
NOTICE TO BIDDERS The Town of Altona is receiving unit price bids for a variety of materials needed for the development of a Salt Storage Facility to be located at the Town's vacant parcel located on Woods Falls Road. The proposed development site is located approximately 2,000 feet south of Monty Road on the east side of Woods Falls Road. If your organization is interested in supplying a bid for one or more items, please contact Larry Ross, Town Supervisor for information, the bid proposal form and material specifications. All materials shall meet minimum specifications. Determinations as whether a specific material is suitable shall be made by the Town Highway Superintendent or the Town's Designated Engineer upon review of laboratory material testing reports or by field inspection. Bids must be delivered in a sealed envelope marked "Highway Garage Material Bid" and received by 3:00 P.M. on July 9, 2015 to the Town Hall at 3124 Miner Farm Road, PO Box 79, Altona, NY 12910. The Town Board reserves the right to reject any or all bids and to waive any or all informalities that do not affect the validity of the bid. /s/ Larry Ross, Supervisor Town of Altona

INVITATION TO BID WHITFIELD CO...

$
0
0
INVITATION TO BID Whitfield County Public Works Project No. 14121 Whitfield County Public Works will receive sealed bids for all materials, labor, tools, equipment and incidentals necessary for the construction of the Beaverdale Road Culvert Replacement Project until July 16th, 2015 at 2:00 P.M. local time. Bids will be opened to the public at 2:00 P.M. on said date at Whitfield County Public Works Department Office. Proposal can be mailed or delivered to the attention of Dewayne Hunt, Director, located at 170 Gillespie Drive, Dalton, GA 30721-0248, until 2:00 P.M. local time, July 16th, 2015, and then at said place publicly opened and read aloud. Proposals received after the designated time will not be considered. The Scope of Work Includes: Construction of the Beaverdale Road culvert replacement project will be conducted within the right of way at the Nickolson Branch stream crossing between Boyd Road and Bryant Trail. The project consists of the following major elements: Construction of approximately 66 feet of double 8x8 concrete culverts, (2) wingwalls with parapet, and miscellaneous grading and roadway items. The GDOT Standard Specifications Construction Transportation Systems, 2013 Edition, Supplemental Specifications Book, 2008 edition, and applicable special provisions and supplemental specifications apply ot the contract. The successful bidder must have a Performance Bond in the amount of Fifty percent (50%) of the Bid Price and a Certificate of Insurance. Payment for the work will be made on a monthly basis and within 30 days of the date in which billing is received. Applications for payment should be submitted on or before the first of each month a and will be approved for payment by the OWNER on the basis of work in place. Plans, specifications and CONTRACT DOCUMENTS may be reviewed at the following locations. Southland Engineering 114 Old Mill Road CARTERSVILLE, GA 30120 770-387-0440 Whitfield County Public Works 170 Gillespie Drive Dalton, GA 30721-0248 (706)278-7167 Bid Documents may be obtained from Southland Engineering for a non-refundable fee of $120.00 The anticipated start date will be August 1st, d2015. The right is reserved by the Owner to delay the award of the Contract for a period not to exceed Ninety (90) days from the date of opening of the bids. The right is also reserved to reject or accept any and all bids in whole or in part and to waive any and all technicalities of informalities. 06/19 06/26 07/03 07/10

THE WHITFIELD COUNTY BOARD OF ...

$
0
0
The Whitfield County Board of Commissioners will receive sealed proposals until 2:00 PM on July 23, 2015 for the following: w RFP# 100-4-15-1121-CMPCDR – CMP Cross Drain Repair The proposals will be opened and read publicly in the Board of Commissioners Office. Anyone interested is invited to attend. Whitfield County reserves the right to accept or reject any or all proposals for any reason, to waive technicalities, and to make an award deemed in its best interest. The Request for Proposals document is available at www.whitfieldcountyga.com or call Brian McBrayer at 706-275-7504. 6/26 7/3

NOTICE TO BIDDERS THE CONEMAU...

$
0
0
Notice to Bidders The Conemaugh Valley School District is receiving bids for the following: Marching Band Uniforms Specifications, bid documents, and bid submission/opening dates are available at the Administrative Office, 1340 William Penn Ave. Johnstown, PA 15906 The board has the right to accept or reject any or all bids received. Donell Jacoby, Secretary Conemaugh Valley School Board of Directors

SEALED BIDS CITY OF DALTON DAL...

$
0
0
SEALED BIDS CITY OF DALTON DALTON, GEORGIA Sealed bids will be received by City of Dalton for: 4-wheel drive, extended cab, pickup truck until Monday July 13, 2015 at City Hall, Finance Department, 300 W. Waugh Street Dalton, Georgia 30721 until 10:00 AM and at that hour opened and publicly read aloud. Bids received after the designated time will not be considered. BID DESCRIPTION The item up for bid is: 4-wheel drive, extended cab, pickup Complete bid specifications may be secured during regular working hours by contacting Doug Blaylock, Public Works Fleet Manager, at 706-278-4119 (dblaylock@cityofdalton-ga.gov) or Michelle Conley, Office Manager, at 706-278-7077 (mconley@cityofdalton-ga.gov). Public Works Department is located at 535 Elm Street, Dalton Ga. Envelope containing the bid must be sealed, addressed to CINDY JACKSON, FINANCE DIRECTOR, CITY OF DALTON, 300 W. WAUGH STREET, DALTON GA. 30721 and marked as follows: “BID #3 FOR PUBLIC WORKS FOUR WHEEL DRIVE, EXTENDED CAB PICKUP”. Bids will be required to remain open for acceptance or rejection for thirty (30) calendar days after the date of opening if bids. THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE INFORMALITIES IS RESERVED TO THE OWNER, CITY OF DALTON, GEORGIA.

SEALED BIDS CITY OF DALTON DAL...

$
0
0
SEALED BIDS CITY OF DALTON DALTON, GEORGIA Sealed bids will be received by City of Dalton for a Backhoe Loader until Monday, July 20, 2015 at City Hall, Finance Department, 300 W. Waugh Street Dalton, Georgia 30721 until 10:00 AM and at that hour opened and publicly read aloud. Bids received after the designated time will not be considered. BID DESCRIPTION The item up for bid is: Backhoe loader Complete bid specifications may be secured during regular working hours by contacting Doug Blaylock, Public Works Fleet Manager, at 706-278-4119 (HYPERLINK "mailto:dblaylock@cityofdalton-ga.gov"dblaylock@cityofdalton-ga.gov) or Michelle Conley, Office Manager, at 706-278-7077 (mconley@cityofdalton-ga.gov). Public Works Department is located at 535 Elm Street, Dalton Ga. Envelope containing the bid must be sealed, addressed to CINDY JACKSON, FINANCE DIRECTOR, CITY OF DALTON, 300 W. WAUGH STREET, DALTON GA. 30721 and marked as follows: “ BID FOR PUBLIC WORKS BACKHOE LOADER ”. Bids will be required to remain open for acceptance or rejection for thirty (30) calendar days after the date of opening of bids. THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE INFORMALITIES IS RESERVED TO THE OWNER, CITY OF DALTON, GEORGIA.

ADVERTISEMENT FOR BIDS SEDA-CO...

$
0
0
ADVERTISEMENT FOR BIDS SEDA-COG Joint Rail Authority (JRA) will receive sealed bids for Track Improvements (#NBER 2015-4) in Centre County, PA until 3:20 PM, prevailing time, on Wednesday, July 22, 2015. Bids must be submitted to SEDA-COG Joint Rail Authority, 201 Furnace Road, Lewisburg, PA 17837. All bids will be publicly opened and read aloud at that time. The Contract will be awarded to the lowest responsible bidder who has based his bid in accordance with the Contract Documents. Documents may be obtained from Jannotti Rail Consulting, Inc., P.O. Box 490, 401 Akeley Road - Russell, PA 16345, (814-757-9460) upon payment of $125.00 (non-refundable). Addenda, if any, will be issued to only those persons whose name and address are on record with Jannotti Rail Consulting, Inc. A mandatory pre-bid conference will be held at 10:00 AM, prevailing time, on Thursday, July 9, 2015. All prospective bidders are required to attend. Location maps are included in the documents as Attachment I. The Contractor, in accordance with Executive Orders 11625 and 12138, must utilize to the greatest extent feasible, minority and / or women owned business concerns which are located within the municipality, county or the general trade area. Minimum salaries and wages as set forth in the Contract Documents must be paid on this project. The contractor must ensure that employees and applicants for employment are not discriminated against because of their race, age, color, religion, sex, national origin, or handicap; that a mandatory ratio of apprentices and trainees to journeymen is required in each craft and the contractor (and any subcontractors) is obliged to make a "diligent effort" to achieve these ratios; and that to the greatest extent feasible, opportunities for training and employment be given lower income persons of the project area and must to the greatest extent feasible utilize project area businesses located in or owned in substantial part by project area residents. The Owner reserves the right to reject any or all Bids, and to waive any informalities, bidding irregularities or technicalities in the bidding process. Bids may be held by the Owner for a period not to exceed 60 days from the date of opening bids for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding the contract. Mr. Jeff Stover, Executive Director SEDA-COG Joint Rail Authority DI: July 03, 2015

REQUEST FOR QUOTATIONS THE CA...

$
0
0
REQUEST FOR QUOTATIONS The Cambria County Planning Commission is seeking quotations from Certified Public Accountants to perform the CommissionÕs Annual Audit ending June 30, 2015 and the ensuing two (2) fiscal years (2016 and 2017). The Annual Audits to be performed for the Commission must be a financial and compliance audit prepared in conformance with the Federal Single Audit Act and the U.S. Office of Management and Budget (OMB) Circular No. A-133, and all generally accepted auditing standards established by the American Institute of Certified Public Accountants. Questions may be directed to Ethan Imhoff, Executive Director, at 814-472-2106. All quotations should be sent to the Cambria County Planning Commission, 401 Candlelight Drive, Suite 213, Ebensburg, Pennsylvania 15931 on or before August 17, 2015. The Commission reserves the right to reject any and all quotations submitted and to request additional information from all respondents. The award will be made to the firm that, in the opinion of the Commission, is best qualified (price, qualifications, and experience considered). An Equal Opportunity Employer ETHAN C. IMHOFF Executive Director

INVITATION FOR BID THE DALTON ...

$
0
0
INVITATION FOR BID The Dalton Parks and Recreation Department is accepting Request For Bid for Fence to encompass the new Bark in the Park in Dalton GA. Envelopes containing Bid’s must be sealed, addressed to City of Dalton-Finance Department, 300 W Waugh Street, Dalton, GA 30720 and marked as follows: “Dalton Parks-Dog Park Fence Project”. Bid’s must be received in the Finance Dept By Thursday, July 16, 2015, at 10:00 AM. Bids will be opened publicly in the Finance Department, 300 W Waugh Street, Dalton, GA on Thursday, July 16, 2015 at 10:05 AM. Copies of specifications can be obtained by contacting Mike Miller at 706-463-2013 or mmiller@cityofdalton-ga.gov. The right to reject any or all Bids or request additional information or clarification deemed necessary for evaluations reserved to the owner, City of Dalton, Dalton, Georgia.

THE WHITFIELD COUNTY BOARD OF ...

$
0
0
The Whitfield County Board of Commissioners will receive sealed proposals until 2:00 PM on July 23, 2015 for the following: w RFP#PW-100-4-15-GRPD-54 – Self-Propelled Guardrail Post Driver & Extractor The proposals will be opened and read publicly in the Board of Commissioners Office. Anyone interested is invited to attend. Whitfield County reserves the right to accept or reject any or all proposals for any reason, to waive technicalities, and to make an award deemed in its best interest. The Request for Proposal document is available at www.whitfieldcountyga.com or call Brian McBrayer at 706-275-7504. 7/3 7/10

LEGAL NOTICE TO BIDDERS LEGAL ...

$
0
0
LEGAL NOTICE TO BIDDERS LEGAL NOTICE CITY OF NORTH TONAWANDA, NEW YORK ENGINEERING DEPARTMENT NOTICE TO BIDDERS SEALED PROPOSALS for the removal and disposal of the existing roofing and insulation and installation of a 1.5" seamless polyurethane foam insulation (R10.5) to roof areas as indicated on the drawing and specifications herein, at the North Tonawanda Water Pump Station, located at 1 Archer Street, (Tonawanda Island) will be received by the City Clerk/Treasurer of the City of North Tonawanda, New York, until 11:00 a.m., Prevailing Time, Tuesday, July 21, 2015, at which time they will be publicly opened. A copy of the Contract Documents is on file and is available for inspection during the usual business hours at the office of the City Engineer in the City Hall, Payne Avenue, North Tonawanda, New York; and at Construction Exchange of Buffalo Services and Western New York, 2660 William Street, Cheektowaga, NY 14227. Copies of the Contract Documents required for review or bidding purposes may be obtained at the City Engineer's office, City Hall, 216 Payne Avenue, North Tonawanda, New York, upon deposit of $25.00 made payable to the City Treasurer of North Tonawanda for each set of documents so obtained. The full amount of the deposit for one set of documents, and one-half of the deposit for any additional sets of documents will be refunded to each bidder who submits a formal proposal to the City, and who also returns the documents in good condition to the office of the City Engineer within thirty (30) days after his bid security has been returned to him. Equipment manufacturers, contractors, subcontractors and others who do not submit formal proposals to the City, will be refunded one-half the amount of the deposit for all sets of complete documents returned in good condition to the office of the City Engineer within thirty (30) days after the opening of bids. No refund will be made for documents received after this thirty - (30) day period. A mandatory pre bid meeting will be held on site on July 14, 2015 at 10:00am at the North Tonawanda Water Pump Station, located at 1 Archer Street, (Tonawanda Island). Each proposal must be accompanied by cash, a certified check payable to the City of North Tonawanda, or bid bond, having as surety thereon a surety company acceptable to the City Attorney, in an amount not less than five percent (5%) of the amount of the base bid, conditioned that, if his proposal is accepted, he will enter into a contract for the same, and that he will execute any such further security as may be required for the faithful performance of the contract. SECTION BR - 1.1 LEGAL NOTICE TO BIDDERS All bids shall be submitted to the City Clerk's office in a sealed envelope addressed to the City of North Tonawanda and shall be plainly marked on the outside with the Contractor's name and title of the bid. Bids for contracts shall be designated as, North Tonawanda Water Pump Station, located at 1 Archer Street, (Tonawanda Island) Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract. The minimum wage rates to be paid to laborers and mechanics engaged in the construction of this project shall be the latest wage rates established by the State Industrial Commissioner. The Owner reserves the right to reject any or all bids for failure to comply with the requirements of the Contract Documents or, at its discretion, waive any informalities or irregularities. The Owner further reserves the right to reject any or all bids or to award a contract which, in its judgment, is in the best interest of the Owner. No bidder may withdraw his bid within sixty (60) days after the opening thereof, but may withdraw same at any time prior to the opening thereof. Bidder must sign the statement of non-collusion in accordance with Chapter 751 of the Laws of the State of New York Daniel R. Quinn City Clerk/Treasurer City of North Tonawanda #N150168 7/3/2015

SEALED BIDS CITY OF DALTON DAL...

$
0
0
SEALED BIDS CITY OF DALTON DALTON, GEORGIA Sealed bids will be received by City of Dalton for a Tractor mounted boom mower until Monday, July 20, 2015 at City Hall, Finance Department, 300 W. Waugh Street Dalton, Georgia 30721 until 10:30 AM and at that hour opened and publicly read aloud. Bids received after the designated time will not be considered. BID DESCRIPTION The item up for bid is: Tractor mounted boom mower Complete bid specifications may be secured during regular working hours by contacting Doug Blaylock, Public Works Fleet Manager, at 706-278-4119 (dblaylock@cityofdalton-ga.gov) or Michelle Conley, Office Manager, at 706-278-7077 (mconley@cityofdalton-ga.gov). Public Works Department is located at 535 Elm Street, Dalton Ga. Envelope containing the bid must be sealed, addressed to CINDY JACKSON, FINANCE DIRECTOR, CITY OF DALTON, 300 W. WAUGH STREET, DALTON GA. 30721 and marked as follows: “ BID FOR PUBLIC WORKS TRACTOR MOUNTED BOOM MOWER ”. Bids will be required to remain open for acceptance or rejection for thirty (30) calendar days after the date of opening of bids. THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE INFORMALITIES IS RESERVED TO THE OWNER, CITY OF DALTON, GEORGIA. 07/03 07/10

SEALED BIDS CITY OF DALTON DA...

$
0
0
SEALED BIDS CITY OF DALTON DALTON, GEORGIA Sealed bids will be received by City of Dalton for a: 33,000 lbs. GVWR Cab and Chassis Truck, until July 20, 2015 at City Hall, Finance Department, 300 W. Waugh Street Dalton, Georgia 30721 until 11:00 AM and at that hour opened and publicly read aloud. Bids received after the designated time will not be considered. BID DESCRIPTION The item up for bid is: 33,000 lbs. GVWR, Cab and Chassis Truck Complete bid specifications may be secured during regular working hours by contacting Doug Blaylock, Public Works Fleet Manager, at 706-278-4119 (dblaylock@cityofdalton-ga.gov) or Michelle Conley, Office Manager, at 706-278-7077 (mconley@cityofdalton-ga.gov). Public Works Department is located at 535 Elm Street, Dalton Ga. Envelope containing the bid must be sealed, addressed to CINDY JACKSON, FINANCE DIRECTOR, CITY OF DALTON, 300 W. WAUGH STREET, DALTON GA. 30721 and marked as follows: “BID FOR PUBLIC WORKS 33,000 lbs. GVWR, CAB AND CHASSIS”. Bids will be required to remain open for acceptance or rejection for thirty (30) calendar days after the date of opening if bids. THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE INFORMALITIES IS RESERVED TO THE OWNER, CITY OF DALTON, GEORGIA.

SEALED BIDS CITY OF DALTON DAL...

$
0
0
SEALED BIDS CITY OF DALTON DALTON, GEORGIA Sealed bids will be received by City of Dalton for a Tractor Loader until Monday, July 20, 2015 at City Hall, Finance Department, 300 W. Waugh Street Dalton, Georgia 30721 until 10:00 AM and at that hour opened and publicly read aloud. Bids received after the designated time will not be considered. BID DESCRIPTION The item up for bid is: tractor loader with 4 in 1 bucket and counter weight install on the rear for brush collection Complete bid specifications may be secured during regular working hours by contacting Doug Blaylock, Public Works Fleet Manager, at 706-278-4119 (HYPERLINK "mailto:dblaylock@cityofdalton-ga.gov"dblaylock@cityofdalton-ga.gov) or Michelle Conley, Office Manager, at 706-278-7077 (mconley@cityofdalton-ga.gov). Public Works Department is located at 535 Elm Street, Dalton Ga. Envelope containing the bid must be sealed, addressed to CINDY JACKSON, FINANCE DIRECTOR, CITY OF DALTON, 300 W. WAUGH STREET, DALTON GA. 30721 and marked as follows: “ BID FOR PUBLIC WORKS TRACTOR LOADER ”. Bids will be required to remain open for acceptance or rejection for thirty (30) calendar days after the date of opening of bids. THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE INFORMALITIES IS RESERVED TO THE OWNER, CITY OF DALTON, GEORGIA. 07/03

ADVERTISEMENT FOR BIDS SEALED ...

$
0
0
ADVERTISEMENT FOR BIDS Sealed bids for improvements to the Middleburg Lake Outfall Structure will be received by the Middleburg Borough at the Borough Office Building, 13 North Main Street, Middleburg, PA 17842, until 3:30 pm Prevailing Time, Tuesday, July 28, 2015. Bids will be opened at the Borough Building on July 28, 2015 beginning at 5:30 p.m. Bidders are welcome to attend and tentative award is scheduled for the same evening. The work for Contract 2015-01 includes but is not limited to providing all labor, materials, and equipment for removal of the existing outlet structure, dewatering, installation of new piping and outlet structure and lawn restoration. Bidding Documents may be obtained from the following website: www.bidplans.larsondesigngroup.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, 1780 Route 522, Selinsgrove, PA 17870; 570-374-5700 between the hours of 8:00 am and 5:00 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. No bid may be withdrawn for a period of 60-days, and the Borough reserves the right to extend the time to 120-days if additional time is needed. Bidders must submit with their bids the Non Collusion Affidavit and Certification of Bidder regarding Equal Employment Opportunity. Requirements are set forth in the Bidding Documents for insurances and surety bonds that will be required as part of the agreement with the successful bidder. Prevailing wages established under the Pennsylvania Prevailing Wage Act will apply to this contract if the total project cost exceeds $25,000. Bidders should prepare their bid accordingly. Any bid submitted which exceeds $25,000 will be presumed to include current prevailing wage rates and the bidder, if successful, will be obligated to pay prevailing wage rates. The Middleburg Borough Council reserves 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. Virginia Zeiber Borough Administrator DI: July 3 and 10, 2015

ADVERTISEMENT FOR BIDS THE SED...

$
0
0
ADVERTISEMENT FOR BIDS The SEDA-COG Joint Rail Authority (JRA) will receive sealed bids for Independence Street Grade Crossing (#SVRR 2015-3) in Shamokin, PA until 3:00 PM prevailing time, on Wednesday, July 22, 2015. Bids must be submitted to the SEDA-COG Joint Rail Authority, 201 Furnace Road, Lewisburg, PA 17837. All bids will be publicly opened and read aloud at that time. The Contract will be awarded to the lowest responsible Bidder who has based his bid in accordance with the Contract Documents. This project is partially funded by Federal Section 130 funds and therefore Federal Wage Rates apply. Bid documents may be obtained from Jannotti Rail Consulting, Inc., P.O. Box 490, 401 Akeley Road, Russell, Pa. 16345, (814-757-9460) upon payment of $115.00 (non-refundable). Addenda, if any, will be issued to only those persons whose name and address are on record with Jannotti Rail Consulting, Inc. A mandatory pre-bid conference will commence at 1:00 PM, prevailing time, Tuesday, July 7, 2015. All prospective bidders are required to attend. Location maps are included in the documents as Attachment I. The Contractor, in accordance with Executive Orders 11625 and 12138, must utilize to the greatest extent feasible, minority and / or women owned business concerns which are located within the municipality, county or the general trade area. Minimum salaries and wages are in Attachment Five - Davis-Bacon Federal Prevailing Wages and Project Rates in these Contract Documents must be paid on this project. The contractor must ensure that employees and applicants for employment are not discriminated against because of their race, age, color, religion, sex, national origin, or handicap; that a mandatory ratio of apprentices and trainees to journeymen is required in each craft and the contractor (and any subcontractors) is obliged to make a "diligent effort" to achieve these ratios; and that to the greatest extent feasible, opportunities for training and employment be given lower income persons of the project area and must to the greatest extent feasible utilize project area businesses located in or owned in substantial part by project area residents. The Owner reserves the right to reject any or all Bids, and to waive any informalities, bidding irregularities or technicalities in the bidding process. Bids may be held by the Owner for a period not to exceed 60 days from the date of opening bids for the purpose of reviewing the bids and investigating the qualifications of Bidders, prior to awarding the contract. Mr. Jeff Stover, Executive Director SEDA-COG Joint Rail Authority DI: July 03, 2015

ADVERTISEMENT FOR BIDS FEDERAL...

$
0
0
ADVERTISEMENT FOR BIDS FEDERAL PROJECT NO. M004226 CATOOSA, WHITFIELD COUNTIES SEALED PROPOSALS FOR FURNISHING ALL LABOR, MATERIAL, EQUIPMENT AND OTHER THINGS NECESSARY FOR THE FOLLOWING WORK WILL BE RECEIVED BY THE UNDERSIGNED AT THE DEPARTMENT OF TRANSPORTATION. ONE GEORGIA CENTER, 600 WEST PEACHTREE ST., NW, ATLANTA, GEORGIA, 30308 UNTIL 11:00 A.M. JULY 17, 2015 AND PUBLICLY OPENED BRIDGE REHABILITATION AT VARIOUS LOCATIONS ON 1-75/SR 401. CONTRACT TIME: 11/30/2016 PROPOSAL GUARANTY: 5.00% DISTRICT OFFICE: CARTERSVILLE DBE: 3.00 PLANS AND SPECIFICATIONS MA BE INSPECTED AT THE DISTRICT OFFICE AS INDICATED COPIES OF THE STANDARD SPECIFICATIONS ($35.00) MAY BE OBTAINED FROM THE STATE TRANSPORTATION OFFICE ENGINEER AT ONE GEORGIA CENTER, 600 WEST PEACHTREE ST., NW. IN ATLANTA, TELEPHONE NUMBER (404)631-1215. PLANS ARE AVAILABLE AS INDICATED PAYMENT OF THE CORRECT AMOUNT MUST BE MADE WITHIN 30 DAYS OF BILLING SUCH PAYMENTS ARE NOT REFUNDABLE. PAYMENTS WILL BE MADE TO THE CONTRACTOR EACH CALENDAR MONTH BASED ON THE ESTIMATED WORK COMPLETE IN PLACE AS PRESCRIBED BY THE STANDARD SPECIFICATIONS. THE STATE RESERVES THE RIGHT TO REJECT ANDY OR ALL BIDS RUSSELL R. MCMURRY, P.E., COMMISSIONER DEPARTMENT OF TRANSPORTATION 07/03 07/10

CITY OF LINDSAY REQUEST FOR PR...

$
0
0
CITY OF LINDSAY REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES The City of Lindsay is seeking to contract with an engineering consultant registered to practice in the State of Texas to serve as City Engineer. Any registered professional engineer interested in submitting a proposal must contact Pat Dillon, City Consultant, by calling 972-680-3717 to request a copy of the “Request for Engineering Services Proposal”. All proposals must be in writing and received at City Hall at the address below by no later than the deadline imposed below. All sealed proposals must be submitted to: Engineering Services Proposal City of Lindsay 608 Ash St. Lindsay, Texas 76250 PO Box 153 Lindsay, Texas 76250-0153 Proposals must be received by the city no later than: Due Date: Monday, July 13, 2015. Due Time: 2:00 p.m. The City of Lindsay reserves the right to reject any and all proposals and to negotiate with any and all firms that submit proposals per the Texas Professional Services Procurement Act.
Viewing all 7846 articles
Browse latest View live




Latest Images