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

NOTICE TO BIDDERS NOTICE IS HE...

$
0
0
NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, that the Undersigned, on behalf of the Essex County Board of Supervisors, will accept sealed bids for FURNACE BRIDGE OVER BLACK RIVER (B.I.N. 3301630). The bids shall be received at the Office of the Purchasing Agent, 7551 Court Street, Elizabethtown, New York by 2:00 P.M. on July 29, 2015, at which time they will be opened publicly and read aloud. If additional information concerning the bidding is required, call (518) 873-3332. A pre-bid conference shall be held on Tuesday, July 14, 2015 at 9:00 AM at the job site. All contractors who plan to submit a bid are urged to attend. All bids submitted in response to this notice shall be marked "SEALED BID - FURNACE BRIDGE" 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. Plans, specifications, standard proposals and drawings for the proposed work may be obtained at the above address or on the County's website at www.co.essex.ny.us. Each proposal must be accompanied by either a Certified Check payable to Essex County Treasurer in the amount of five percent (5%) of amount of the bid or a Bid Bond, in a form acceptable to the Essex County Attorney. A labor and material Payment Bond and a Performance Bond in the form contained in the Contract documents will be required of the successful Bidder. Attention of the bidders is particularly called to the requirements as to the conditions of employment to be observed and minimum wage rates under the Contract. Essex County reserves the right to reject any and all bids not considered to be in the best interest of Essex County, and to waive any technical or formal defect in the bids which is considered by Essex County to be merely irregular, immaterial, or unsubstantial. In addition to bid sheets, the bidder shall submit executed non-collusion bid certificates signed by the bidder or one of its officers as required by the General Municipal Law Sec. 103d. The bidder shall also submit an executed certificate of compliance with the Iran Divestment Act signed by the bidder or one of its officers as required by the General Municipal Law Sec. 103g. A Contract awarded pursuant to this notice shall be subject to the provisions of Sections 103-1, 103-b, 103-d and 103-g of the General Municipal Law. PLEASE TAKE FURTHER NOTICE that Essex County affirmatively states that in regard to any contract entered into pursuant to this notice, without regard to race, color, sex, religion, age, national origin, disability, sexual preference or Vietnam Era veteran status, disadvantaged and minority or women-owned business enterprises will be afforded equal opportunity to submit bids in response hereto. Dated: July 1, 2015 Linda M. Wolf, CPA Purchasing Agent Essex County Government Center 7551 Court Street - PO Box 217 Elizabethtown, New York 12932 (518) 873-3332

TOWN OF KEENE NOTICE TO BIDDER...

$
0
0
TOWN OF KEENE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the Town of Keene, Essex County, New York, requests and will receive bid proposals for the purchase of a NEW 2015 or 2016, 3/4 Ton, 4 Wheel Drive Ext. Cab Pickup with 6 Foot Box with minimum 10,400 LB GVWR. Such bids will be received at the Town Hall of the Town of Keene at Keene, New York, during normal or ordinary business hours until 3:00 PM on Friday, July 17, 2015. All bids must be in a self contained envelope labeled 2015 or 2016, 4 Wheel Drive Ext. Cab Short Box Pickup and the name and address of the bidder on the face thereof. All bids will comply with the detailed specifications which are on file in the Supervisor's Office, Keene Town Hall, Keene, New York. Copies of said specifications may be obtained by calling the Town Hall at (518) 576-4444 or by stopping by the Town Hall, Monday through Friday, during the hours of 8:00 AM and 3:00 PM. All bids will be opened and read aloud at the Town Hall located in Keene, New York on Wednesday, the 20th day of July, at 8:00 AM. All bids will be accompanied by a non-collusive statement pursuant to the provisions of Article 103D of the General Municipal Law of the State of New York. Should any questions arise as to the specifications or any other matters pertinent to said bid, interested bidders are requested to contact Gary Manley, Highway Superintendent of the Town of Keene at (518) 576-4755 or 524-5572. The Town of Keene reserves the right to accept the bid of the lowest responsible bidder, reject all bids and re-advertise for the same or to accept a bid with minor deviations of the specifications or to waive any informalities. Bidder must have a manufacturer's authorized parts and service facility in New York State for warranty repairs and immediate service within 100 miles of the Town of Keene. The successful bidder is apprised of the fact that the equipment is required by the Town of Keene to be delivered no later than July, 31st, 2015. Dated: June 30, 2015 Gary Manley Highway Superintendent

INVITATION TO BID PROJECT: MAR...

$
0
0
INVITATION TO BID Project: Margaret Street Pump Station Reconstruction, City of Plattsburgh Capital Project No. H8130.50 AES Project No. 4266 Owner: City of Plattsburgh Mr. Jonathan Ruff, PE, City Environmental Engineer, 41 City Hall Place, Plattsburgh, NY 12901 Architect/Engineer: AES Northeast, PLLC 10-12 City Hall Place Plattsburgh, NY 12901 Contractors are invited to submit a Sealed Bid to the City of Plattsburgh, City Clerk's Office, located at 41 City Hall Place, Plattsburgh, New York 12901, Attn.: Jonathan Ruff, PE, City Environmental Engineer, for the Margaret Street Pump Station Reconstruction Project, City of Plattsburgh Capital Project No. H8130.50, located in the City of Plattsburgh, New York, with the following scope of work: Description: Project includes installation of a cast-in-place wet well addition, existing wet well and valve vault modifications, pump replacement, piping modifications, generator and automatic transfer switch installation, variable speed drives, controls, enclosures, and associated electrical work for the Margaret Street Pump Station, located on 421 Margaret Street in Plattsburgh, NY. Work is also anticipated to involve bypass pumping, coordination of schedule with wet weather events, and restoration of impact to the site and pavement replacement. The project will be bid and awarded with one (1) Prime Contract: General Construction (GC). Sealed Bids will be publicly opened and read aloud a 10:00 A.M. local standard time on the 29th day of July, 2015, at the City of Plattsburgh, Office of the City Clerk, 41 City Hall Place, Plattsburgh, NY 12901. A pre-bid conference is scheduled for Wednesday at 10:00 A.M. on the 15th day of July, 2015 at the location of the Water Pollution Control Plant, 53 Green Street, Plattsburgh, New York. Documents can only be obtained by Prime Contract Bidders. Others may view the Bid Documents at the Office of the Engineer (AES Northeast), City Engineering Office or Eastern Contractors Association, Inc., 6 Airline Drive, Albany, New York judyp@e cainc.org. The Owner requires the Project to be completed in Ninety (90) calendar days from date of Notice to Proceed and as further defined in the Agreement. A complete set of Bidding Documents for a Stipulated Price may be obtained from the Office of the Engineer: Architecture, Engineering, and Land Surveying Northeast, PLLC (AES Northeast), 10-12 City Hall Place, Plattsburgh, New York 12901, ((518) 561-1598). Only electronic contract documents are available for this project. Compact Disc Bidding Documents for a Stipulated Price Single Prime contract may be obtained from the office of the Engineer upon receipt of a $25 non-refundable processing fee. 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. An Affidavit of Non-Collusion and Resolution - For Corporate Bidders are 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. Refer to other bidding requirements described in Document 002114 - Instructions to Bidders and EJCDC C-200 - Instruction to Bidders. Submit your Bid on the Bid Forms provided. Your Bid will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. Contractors are required to pay New York State Prevailing Wages to workers on this project (included herewith). This project is exempt from NYS Sales taxes except for Contractor's purchase of tangible items not incorporated in the project. It is the policy of the Owner to encourage disadvantaged business enterprises, including minority and women business participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy. The Owner reserves the right to waive any informalities in the bid or to accept or reject any or all Bids. City of Plattsburgh Jonathan Ruff, PE, City Environmental Engineer

TOWN OF KEENE NOTICE TO BIDDER...

$
0
0
TOWN OF KEENE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the Town of Keene, Essex County, New York, requests and will receive bid proposals for the purchase of a NEW 2015 or 2016, 1 Ton, Heavy Duty, 4 Wheel Drive Truck with minimum 10,400 LB GVWR. Such bids will be received at the Town Hall of the Town of Keene at Keene, New York, during normal or ordinary business hours until 3:00 PM on Friday, July 17, 2015. All bids must be in a self contained envelope labeled 2015 or 2016, 4 Wheel Drive Single Cab Pickup and the name and address of the bidder on the face thereof. All bids will comply with the detailed specifications which are on file in the Supervisor's Office, Keene Town Hall, Keene, New York. Copies of said specifications may be obtained by calling the Town Hall at (518) 576-4444 or by stopping by the Town Hall, Monday through Friday, during the hours of 8:00 AM and 3:00 PM. All bids will be opened and read aloud at the Town Hall located in Keene, New York on Monday, the 20th day of July, at 8:00 AM. All bids will be accompanied by a non-collusive statement pursuant to the provisions of Article 103D of the General Municipal Law of the State of New York. Should any questions arise as to the specifications or any other matters pertinent to said bid, interested bidders are requested to contact William Ferebee, Supervisor of the Town of Keene at (518) 576-4444. The Town of Keene reserves the right to accept the bid of the lowest responsible bidder, reject all bids and re-advertise for the same or to accept a bid with minor deviations of the specifications or to waive any informalities. Bidder must have a manufacturer's authorized parts and service facility in New York State for warranty repairs and immediate service within 100 miles of the Town of Keene. The successful bidder is apprised of the fact that the equipment is required by the Town of Keene to be delivered no later than July 31st, 2015. Dated: June 30, 2015 William B. Ferebee Supervisor

CITY OF PLATTSBURGH, NY 2015 O...

$
0
0
City of Plattsburgh, NY 2015 OR NEWER 2,000 GPM AERIAL PLATFORM FIRE TRUCK WITH A MINIMUM 100 FT LADDER AND 600 HP ENGINE NOTICE TO BIDDERS Sealed Bids for furnishing a 2015 or newer Aerial Fire Truck, City Contract No. 201 5-13, will be received by the City of Plattsburgh at the City Clerk's Office, City Hall, 41 City Hall Place, Plattsburgh, New York 12901 until 10:30 A.M. prevailing time on Tuesday, July 28, 2015 and at that time and place will be publicly opened and read aloud. The work consists of furnishing all labor, equipment, materials and incidentals required to furnish a 2015 or newer, 2,000 GPM Aerial Platform Fire Truck with a minimum 100-ft ladder and 600-HP Engine as specified in the Contract Documents. Bidding and Contract Documents may be examined free of charge at the Engineering and Planning Department. A complete set of the Contract Documents may be obtained from the Office of the City Clerk for $15.00 per Compact Disk (CD). Bids shall be submitted to the City Clerk, 41 City Hall Place, Plattsburgh, NY 12901 from 8:00 AM to 4:00 PM in sealed envelopes with the name and address of the bidder and the name and number of the contract for which the bid is submitted clearly marked on the face of the envelope. Contract Documents may also be examined at the following locations: Northern N.Y. Builders Exchange, 22074 Fabco Rd., Watertown, NY 13601, Tel: (315) 788-1330; Works in Progress, 20 Farrell Street, Suite 103, South Burlington, VT 05403; Tel: (800) 286-3633, and Syracuse Builders Exchange, 6563 Ridings Road, Syracuse, NY 13206; Tel: (315) 437-9936. A deposit of $15 in cash, check or money order payable to the City Clerk will be required for each Compact Disk of the Contract Documents. If an account number is provided, documents can be mailed Federal Express once a deposit has been received. Each Bid shall be submitted in accordance with the Instructions to Bidders and shall be accompanied by a Bid Security in the amount of 5 percent of the Bid and a non-collusive certificate. Bidders may not withdraw their Bids for a period of sixty days, excluding Saturdays, Sundays, and legal holidays after the actual date of the opening of the Bids. Complete instructions for filing Bids are included in the Instructions to Bidders. The Owner reserves the right to waive any informality in or to reject any or all Bids if deemed to be in its best interest.

INVITATION TO BID PROJECT: MAR...

$
0
0
INVITATION TO BID Project: Margaret Street Pump Station Reconstruction, City of Plattsburgh Capital Project No. H8130.50 AES Project No. 4266 Owner: City of Plattsburgh Mr. Jonathan Ruff, PE, City Environmental Engineer, 41 City Hall Place, Plattsburgh, NY 12901 Architect/Engineer: AES Northeast, PLLC 10-12 City Hall Place Plattsburgh, NY 12901 Contractors are invited to submit a Sealed Bid to the City of Plattsburgh, City Clerk's Office, located at 41 City Hall Place, Plattsburgh, New York 12901, Attn.: Jonathan Ruff, PE, City Environmental Engineer, for the Margaret Street Pump Station Reconstruction Project, City of Plattsburgh Capital Project No. H8130.50, located in the City of Plattsburgh, New York, with the following scope of work: Description: Project includes installation of a cast-in-place wet well addition, existing wet well and valve vault modifications, pump replacement, piping modifications, generator and automatic transfer switch installation, variable speed drives, controls, enclosures, and associated electrical work for the Margaret Street Pump Station, located on 421 Margaret Street in Plattsburgh, NY. Work is also anticipated to involve bypass pumping, coordination of schedule with wet weather events, and restoration of impact to the site and pavement replacement. The project will be bid and awarded with one (1) Prime Contract: General Construction (GC). Sealed Bids will be publicly opened and read aloud a 10:00 A.M. local standard time on the 29th day of July, 2015, at the City of Plattsburgh, Office of the City Clerk, 41 City Hall Place, Plattsburgh, NY 12901. A pre-bid conference is scheduled for Wednesday at 10:00 A.M. on the 15th day of July, 2015 at the location of the Water Pollution Control Plant, 53 Green Street, Plattsburgh, New York. Documents can only be obtained by Prime Contract Bidders. Others may view the Bid Documents at the Office of the Engineer (AES Northeast), City Engineering Office or Eastern Contractors Association, Inc., 6 Airline Drive, Albany, New York judyp@e cainc.org. The Owner requires the Project to be completed in Ninety (90) calendar days from date of Notice to Proceed and as further defined in the Agreement. A complete set of Bidding Documents for a Stipulated Price may be obtained from the Office of the Engineer: Architecture, Engineering, and Land Surveying Northeast, PLLC (AES Northeast), 10-12 City Hall Place, Plattsburgh, New York 12901, ((518) 561-1598). Only electronic contract documents are available for this project. Compact Disc Bidding Documents for a Stipulated Price Single Prime contract may be obtained from the office of the Engineer upon receipt of a $25 non-refundable processing fee. 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. An Affidavit of Non-Collusion and Resolution - For Corporate Bidders are 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. Refer to other bidding requirements described in Document 002114 - Instructions to Bidders and EJCDC C-200 - Instruction to Bidders. Submit your Bid on the Bid Forms provided. Your Bid will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. Contractors are required to pay New York State Prevailing Wages to workers on this project (included herewith). This project is exempt from NYS Sales taxes except for Contractor's purchase of tangible items not incorporated in the project. It is the policy of the Owner to encourage disadvantaged business enterprises, including minority and women business participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy. The Owner reserves the right to waive any informalities in the bid or to accept or reject any or all Bids. City of Plattsburgh Jonathan Ruff, PE, City Environmental Engineer

CITY OF PLATTSBURGH, NY 2015 O...

$
0
0
City of Plattsburgh, NY 2015 OR NEWER 2,000 GPM AERIAL PLATFORM FIRE TRUCK WITH A MINIMUM 100 FT LADDER AND 600 HP ENGINE NOTICE TO BIDDERS Sealed Bids for furnishing a 2015 or newer Aerial Fire Truck, City Contract No. 201 5-13, will be received by the City of Plattsburgh at the City Clerk's Office, City Hall, 41 City Hall Place, Plattsburgh, New York 12901 until 10:30 A.M. prevailing time on Tuesday, July 28, 2015 and at that time and place will be publicly opened and read aloud. The work consists of furnishing all labor, equipment, materials and incidentals required to furnish a 2015 or newer, 2,000 GPM Aerial Platform Fire Truck with a minimum 100-ft ladder and 600-HP Engine as specified in the Contract Documents. Bidding and Contract Documents may be examined free of charge at the Engineering and Planning Department. A complete set of the Contract Documents may be obtained from the Office of the City Clerk for $15.00 per Compact Disk (CD). Bids shall be submitted to the City Clerk, 41 City Hall Place, Plattsburgh, NY 12901 from 8:00 AM to 4:00 PM in sealed envelopes with the name and address of the bidder and the name and number of the contract for which the bid is submitted clearly marked on the face of the envelope. Contract Documents may also be examined at the following locations: Northern N.Y. Builders Exchange, 22074 Fabco Rd., Watertown, NY 13601, Tel: (315) 788-1330; Works in Progress, 20 Farrell Street, Suite 103, South Burlington, VT 05403; Tel: (800) 286-3633, and Syracuse Builders Exchange, 6563 Ridings Road, Syracuse, NY 13206; Tel: (315) 437-9936. A deposit of $15 in cash, check or money order payable to the City Clerk will be required for each Compact Disk of the Contract Documents. If an account number is provided, documents can be mailed Federal Express once a deposit has been received. Each Bid shall be submitted in accordance with the Instructions to Bidders and shall be accompanied by a Bid Security in the amount of 5 percent of the Bid and a non-collusive certificate. Bidders may not withdraw their Bids for a period of sixty days, excluding Saturdays, Sundays, and legal holidays after the actual date of the opening of the Bids. Complete instructions for filing Bids are included in the Instructions to Bidders. The Owner reserves the right to waive any informality in or to reject any or all Bids if deemed to be in its best interest.

NOTICE TO BIDDERS SEALED, SEPA...

$
0
0
NOTICE TO BIDDERS Sealed, separate bids will be received at Niagara County Community College, 3111 Saunders Settlement Road, Sanborn, New York, and said bid will be publicly opened and read aloud. Mailed bids should be sent to Niagara County Community College, Attn: PURCHASING DEPT., Bid Enclosed, 3111 Saunders Settlement Road, Sanborn, New York, 14132, for: 1. Bid #B201415-05 Auditorium Lighting and Supplies, July 22, 2015 at 2:00pm. 2. Bid #B201415-06 Culinary Equipment, July 22, 2015 at 2:30pm. The information to Bidders, Form of Bids, Specifications and Plans may be obtained from the Purchasing Department of the College at the above address. Copies of Bid Documents obtained from any source other than directly from Niagara County Community College Purchasing Department are not guaranteed to receive addendum information if issued. Niagara County Community College reserves the right to reject any and all bids, or to waive any informalities in any or all bids, and to purchase in such quantities as deemed necessary. Niagara County Community College is an equal opportunity affirmative action employer. BOARD OF TRUSTEES NIAGARA COUNTY COMMUNITY COLLEGE DR JAMES P KLYCZEK, PRESIDENT #NL150183 7/6/2015

INVITATION TO BID PROJECT: MAR...

$
0
0
INVITATION TO BID Project: Margaret Street Pump Station Reconstruction, City of Plattsburgh Capital Project No. H8130.50 AES Project No. 4266 Owner: City of Plattsburgh Mr. Jonathan Ruff, PE, City Environmental Engineer, 41 City Hall Place, Plattsburgh, NY 12901 Architect/Engineer: AES Northeast, PLLC 10-12 City Hall Place Plattsburgh, NY 12901 Contractors are invited to submit a Sealed Bid to the City of Plattsburgh, City Clerk's Office, located at 41 City Hall Place, Plattsburgh, New York 12901, Attn.: Jonathan Ruff, PE, City Environmental Engineer, for the Margaret Street Pump Station Reconstruction Project, City of Plattsburgh Capital Project No. H8130.50, located in the City of Plattsburgh, New York, with the following scope of work: Description: Project includes installation of a cast-in-place wet well addition, existing wet well and valve vault modifications, pump replacement, piping modifications, generator and automatic transfer switch installation, variable speed drives, controls, enclosures, and associated electrical work for the Margaret Street Pump Station, located on 421 Margaret Street in Plattsburgh, NY. Work is also anticipated to involve bypass pumping, coordination of schedule with wet weather events, and restoration of impact to the site and pavement replacement. The project will be bid and awarded with one (1) Prime Contract: General Construction (GC). Sealed Bids will be publicly opened and read aloud a 10:00 A.M. local standard time on the 29th day of July, 2015, at the City of Plattsburgh, Office of the City Clerk, 41 City Hall Place, Plattsburgh, NY 12901. A pre-bid conference is scheduled for Wednesday at 10:00 A.M. on the 15th day of July, 2015 at the location of the Water Pollution Control Plant, 53 Green Street, Plattsburgh, New York. Documents can only be obtained by Prime Contract Bidders. Others may view the Bid Documents at the Office of the Engineer (AES Northeast), City Engineering Office or Eastern Contractors Association, Inc., 6 Airline Drive, Albany, New York judyp@e cainc.org. The Owner requires the Project to be completed in Ninety (90) calendar days from date of Notice to Proceed and as further defined in the Agreement. A complete set of Bidding Documents for a Stipulated Price may be obtained from the Office of the Engineer: Architecture, Engineering, and Land Surveying Northeast, PLLC (AES Northeast), 10-12 City Hall Place, Plattsburgh, New York 12901, ((518) 561-1598). Only electronic contract documents are available for this project. Compact Disc Bidding Documents for a Stipulated Price Single Prime contract may be obtained from the office of the Engineer upon receipt of a $25 non-refundable processing fee. 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. An Affidavit of Non-Collusion and Resolution - For Corporate Bidders are 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. Refer to other bidding requirements described in Document 002114 - Instructions to Bidders and EJCDC C-200 - Instruction to Bidders. Submit your Bid on the Bid Forms provided. Your Bid will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. Contractors are required to pay New York State Prevailing Wages to workers on this project (included herewith). This project is exempt from NYS Sales taxes except for Contractor's purchase of tangible items not incorporated in the project. It is the policy of the Owner to encourage disadvantaged business enterprises, including minority and women business participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy. The Owner reserves the right to waive any informalities in the bid or to accept or reject any or all Bids. City of Plattsburgh Jonathan Ruff, PE, City Environmental Engineer

SALE OF TIMBER/LOGS THE BOROUG...

$
0
0
SALE OF TIMBER/LOGS The Borough of Mifflinburg, located in Union County Pennsylvania will be accepting bids for the sale of timber/logs. These logs were recently removed from the Mifflinburg Community Park and consist of 22 Ash trees, 1 Pine tree and 1 Elm tree. These timber/logs are stored at the community park located on North Fifth Street and Park Road. Interested bidders may view the timber/logs located on the North side of Park Road. The bids shall be lump sum for all timber/logs with removal to be at the bidder's expense. The site shall remain damage free, any necessary site restoration to be done at the bidder's expense. Removal must occur within 2 weeks of date of award and shall be done during the week so as not to interfere with weekend park events. Deadline for bids is Tuesday, July 21, 2015 at 1:00 PM; at which time they will be publicly opened and read aloud. Bids shall be delivered prior to the bid deadline in an envelope marked 'Timber Bid'. The Borough reserves the right to reject any bid that may not be in the best interest of the Borough. Successful bidder shall be required to provide proof of liability insurance. Any questions regarding this bid should be directed to Jason Mitchell, Public Works Supervisor at the Mifflinburg Borough Office. DI: July 5, 7&9, 2015

NOTICE TO BIDDERS THE SARANAC ...

$
0
0
Notice To Bidders The Saranac Fire Department is soliciting bids for the following services to be awarded September 8th, 2015 at the Budget Workshop held from 6-8 at the Saranac Fire Station. -Snow Removal (2 Locations Winter 2015-2016) Included in this bid; clearing bay doors and walkways, possibly sanding. This bid should also include a breakdown for each station. -Lawn Care (2 Locations Summer 2016). This bid should include mowing and trimming, and a breakdown for each station. -Vehicle Repair/Maintenance Bidders may bid on each item separately or in one bid. Please mark the outside of the bid appropriately and provide contact information. The Saranac Fire District reserves the right to accept or reject any and all bids. Any additional questions can be directed to SaranacFireDistrict@yahoo.com. Bids must be postmarked no later than September 2nd, 2015.

NOTICE TO BIDDERS SEALED, SEPA...

$
0
0
NOTICE TO BIDDERS Sealed, separate bids will be received at Niagara County Community College, 3111 Saunders Settlement Road, Sanborn, New York, and said bid will be publicly opened and read aloud. Mailed bids should be sent to Niagara County Community College, Attn: PURCHASING DEPT., Bid Enclosed, 3111 Saunders Settlement Road, Sanborn, New York, 14132, for: 1. Bid #B201415-05 Auditorium Lighting and Supplies, July 22, 2015 at 2:00pm. 2. Bid #B201415-06 Culinary Equipment, July 22, 2015 at 2:30pm. The information to Bidders, Form of Bids, Specifications and Plans may be obtained from the Purchasing Department of the College at the above address. Copies of Bid Documents obtained from any source other than directly from Niagara County Community College Purchasing Department are not guaranteed to receive addendum information if issued. Niagara County Community College reserves the right to reject any and all bids, or to waive any informalities in any or all bids, and to purchase in such quantities as deemed necessary. Niagara County Community College is an equal opportunity affirmative action employer. BOARD OF TRUSTEES NIAGARA COUNTY COMMUNITY COLLEGE DR JAMES P KLYCZEK, PRESIDENT #NL150183 7/6/2015

NOTICE TO BIDDERS BIDS ARE HER...

$
0
0
NOTICE TO BIDDERS Bids are hereby requested on a contract with the Orleans/Niagara Board of Cooperative Educational Services for the purchase of METALS STOCK SEPTEMBER 2015. The successful bidder will be expected to keep prices through September 25, 2015 after the notice of bid award is issued on August 13, 2015, during which time the Orleans/Niagara BOCES will be able to make purchases thereon. The foregoing 44 day period shall hereinafter sometimes be referred to as the "bid purchase period". Orleans/Niagara BOCES officially distributes bidding documents from the Business Office-Purchasing Department, 4232 Shelby Basin Rd, Medina NY 14103. If you have obtained this document from a source other than the Orleans/Niagara BOCES Business Office-Purchasing Department, it is recommended that you obtain an official copy. Sealed bids on the forms provided, must be in sealed envelopes clearly labeled with the bid name and must be received in the Administration Building--Conference Room, Orleans-Niagara BOCES, 4232 Shelby Basin Road, New York, 14103 no later than July 21, 2015 @ 1:00 PM at which time and place the bids will be publicly opened. The Orleans/Niagara BOCES hereby reserves the right to reject any and all bids. DATED:June 29, 2015 Cynthia Hurt District Clerk Orleans/Niagara BOCES #L150265 7/6/2015

TOWNSHIP OF CAMBRIA CAMBRIA CO...

$
0
0
TOWNSHIP OF CAMBRIA Cambria County, Pennsylvania CONTRACT 2015-01 HOWELLS RUN TRIBUTARY STREAM STABILIZATION PROJECT ADVERTISEMENT FOR BIDS Sealed Bids for the construction of the Howells Run Tributary Stream Stabilization Project, Contract 2015-01 will be received by the Township of Cambria (Owner) (by hand delivery or overnight delivery at 184 Municipal Road, Ebensburg, Pennsylvania 15931 (or by regular mail at PO Box 248, Revloc, PA 15948), until 10:00 a.m., prevailing time on Thursday, July 30, 2015, at which time the bids will be publicly opened and read aloud in the conference room. Contract Description: Contract No. 2015-01 consists of the construction of approximately 410 Linear Feet of 36 inch storm sewer pipe via open-trench, 230 Linear Feet of various sizes of storm sewer pipe including 15 inch, 18 inch, 24 inch, 30 inch, and 60 inch via open-trench, 8 Type M inlets, 2 Type 4 inlets, 2 Type 6 inlets, 3 endwalls, 110 Linear Feet of channel stabilization, 280 Linear Feet of curb and restoration. The Issuing Office for the Bidding Documents is The EADS Group, Inc. (Engineer), 1126 Eighth Avenue, Altoona, Pennsylvania 16602, telephone no. (814) 944-5035. The documents are available for viewing by interested bidders at the Issuing Office and at The EADS Group, Inc. Ð Johnstown office, located at 227 Franklin Street, Suite 300, Johnstown, PA 15901, telephone no. (814) 535-5388. Contract Documents and Plans are to be purchased from The EADS Group, Inc. for the nonrefundable fee of $100.00 for one hard copy set or for the nonrefundable fee of $25.00 for the electronic format set of contract documents and plans, 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 ÒThe EADS Group, Inc.Ó Bidders must purchase the Contract Documents and Plans (in either format) from The EADS Group, Inc. to be eligible to bid this project. Bid security shall be furnished in accordance with the Instructions to Bidders. The Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner also reserves the right to waive all minor informalities not involving price, time, or changes in the Work. This project is being funded in part with local funds and with funds provided by the Commonwealth of Pennsylvania, Department of Environmental Protection (DEP), Growing Greener Grant. The obligations imposed on the Owner by the financing agency shall apply to and be acceptable to the successful bidder. Not less than the minimum salaries and wages as set forth in the contract documents must be paid on this project in accordance with the provisions of the Pennsylvania Department of Labor and Industry Prevailing Wage Act. The successful bidder(s) will be required to fully complete all work within 90 consecutive calendar days from, and including, the date indicated by the Owner in their written Notice to Proceed. A pre-bid meeting will be held at 10:00 A.M. local time on Wednesday, July 15, 2015 at the Township of Cambria office located at 184 Municipal Road, Ebensburg, Pennsylvania 15931. Attendance at the pre-bid meeting is highly encouraged but is not mandatory. 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. Owner: Township of Cambria By: Tim Bracken Title: Chairman, Board of Supervisors Date: 06/30/2015

NOTICE TO BIDDERS THE SARANAC ...

$
0
0
Notice To Bidders The Saranac Fire Department is soliciting bids for the following services to be awarded September 8th, 2015 at the Budget Workshop held from 6-8 at the Saranac Fire Station. -Snow Removal (2 Locations Winter 2015-2016) Included in this bid; clearing bay doors and walkways, possibly sanding. This bid should also include a breakdown for each station. -Lawn Care (2 Locations Summer 2016). This bid should include mowing and trimming, and a breakdown for each station. -Vehicle Repair/Maintenance Bidders may bid on each item separately or in one bid. Please mark the outside of the bid appropriately and provide contact information. The Saranac Fire District reserves the right to accept or reject any and all bids. Any additional questions can be directed to SaranacFireDistrict@yahoo.com. Bids must be postmarked no later than September 2nd, 2015.

COUNTY OF NIAGARA DEPARTMENT O...

$
0
0
COUNTY OF NIAGARA DEPARTMENT OF PUBLIC WORKS - ENGINEERING LEGAL AND PROCEDUREAL DOCUMENTS AND BONDS SECTION 1.1ADVERTISEMENT 1.1.01 (a) RECEIPT OF PROPOSALS: Sealed proposals on forms prepared by the Division of Engineering will be received by the County Purchasing Department, 59 Park Avenue, Lockport, New York until 2:30 p.m. on July 23, 2015 for the following work: Murphy Courtroom Project No. 1506 HVAC Renovation 175 Hawley Street Lockport, New York in accordance with Drawings, Specifications and other Contract Documents prepared by the Department of Public Works - Engineering. 1.1.01 (b)There will be a pre-bid meeting at the site on July 14, 2015 at 9:00 a.m. which all bidders are strongly encouraged to attend. The Owner's Engineer will be present. Bidders shall meet at the security entrance at 175 Hawley Street, Lockport, New York. 1.1.02OPENING OF PROPOSALS - Proposals will be publicly opened and read, on the date and time noted above, in the Purchasing Conference Room, 59 Park Avenue, Lockport, New York. 1.1.03OBTAINING CONTRACT DOCUMENTS - Drawings, Specifications and other Contract Documents may be obtained at the Engineering Division Office, 59 Park Avenue, Lockport, New York, after 9:00 a.m. on July 8, 2015 upon payment of $20.00 per set. Payment shall be by cash or check, payable to "County of Niagara", and is non-refundable. 1.1.04PROPOSAL GUARANTY - Each Proposal shall be accompanied by an acceptable form of Proposal Guaranty in an amount equal to at least five percent (5%) of the amount of the Base Proposal, payable to the "County of Niagara" as a guaranty that if the Proposal is accepted the Bidder will execute the Contract and file acceptable Performance and Labor and Material Bonds within ten (10) days after the award of the Contract. 1.1.05OWNER'S RIGHTS RESERVED - The County of Niagara, hereinafter called the Owner, 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. 1.1.06PROPOSAL WITHDRAWAL - No Bidder may withdraw his Proposal within forty-five (45) days after the actual opening thereof. Kevin P. O'Brien, P.E. Commissioner of Public Works County of Niagara #NL150014 7/8,15/2015

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 July 30, 2015 for the following work: Rehabilitation of Feigle Road (CR 121) from Campbell Boulevard to Bear Ridge Road Project No. 0715 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 Wednesday, July 8, 2015, upon payment of fifty dollars ($50.00). Payment shall be by check payable to "County of Niagara". The payment is non-refundable. 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". Kevin P. O'Brien, P.E. Commissioner of Public Works County of Niagara #NL150223 7/8, 15/2015

COUNTY OF NIAGARA DEPARTMENT O...

$
0
0
COUNTY OF NIAGARA DEPARTMENT OF PUBLIC WORKS - ENGINEERING LEGAL AND PROCEDUREAL DOCUMENTS AND BONDS SECTION 1.1ADVERTISEMENT 1.1.01 (a) RECEIPT OF PROPOSALS: Sealed proposals on forms prepared by the Division of Engineering will be received by the County Purchasing Department, 59 Park Avenue, Lockport, New York until 2:30 p.m. on July 23, 2015 for the following work: Murphy Courtroom Project No. 1506 HVAC Renovation 175 Hawley Street Lockport, New York in accordance with Drawings, Specifications and other Contract Documents prepared by the Department of Public Works - Engineering. 1.1.01 (b)There will be a pre-bid meeting at the site on July 14, 2015 at 9:00 a.m. which all bidders are strongly encouraged to attend. The Owner's Engineer will be present. Bidders shall meet at the security entrance at 175 Hawley Street, Lockport, New York. 1.1.02OPENING OF PROPOSALS - Proposals will be publicly opened and read, on the date and time noted above, in the Purchasing Conference Room, 59 Park Avenue, Lockport, New York. 1.1.03OBTAINING CONTRACT DOCUMENTS - Drawings, Specifications and other Contract Documents may be obtained at the Engineering Division Office, 59 Park Avenue, Lockport, New York, after 9:00 a.m. on July 8, 2015 upon payment of $20.00 per set. Payment shall be by cash or check, payable to "County of Niagara", and is non-refundable. 1.1.04PROPOSAL GUARANTY - Each Proposal shall be accompanied by an acceptable form of Proposal Guaranty in an amount equal to at least five percent (5%) of the amount of the Base Proposal, payable to the "County of Niagara" as a guaranty that if the Proposal is accepted the Bidder will execute the Contract and file acceptable Performance and Labor and Material Bonds within ten (10) days after the award of the Contract. 1.1.05OWNER'S RIGHTS RESERVED - The County of Niagara, hereinafter called the Owner, 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. 1.1.06PROPOSAL WITHDRAWAL - No Bidder may withdraw his Proposal within forty-five (45) days after the actual opening thereof. Kevin P. O'Brien, P.E. Commissioner of Public Works County of Niagara #NL150014 7/8,15/2015

COUNTY OF NIAGARA DEPARTMENT O...

$
0
0
COUNTY OF NIAGARA DEPARTMENT OF PUBLIC WORKS - ENGINEERING LEGAL AND PROCEDUREAL DOCUMENTS AND BONDS SECTION 1.1ADVERTISEMENT 1.1.01 RECEIPT OF PROPOSALS: Sealed proposals on forms prepared by the Division of Engineering will be received by the County Purchasing Department, 59 Park Avenue, Lockport, New York, until 2:15 PM on July 23, 2015 for the following work: Niagara County Jail Roof System and HVAC System Replacements 5226 Niagara Street Ext. Lockport Project No. 1413 in accordance with Drawings, Specifications and other Contract Documents prepared by Foit-Albert Associates for Niagara County. There will be a pre-bid meeting at the site on July 6 at 9:00 AM which all bidders are strongly encouraged to attend. The Owner's Engineer will be present. Bidders to meet at the Niagara County Jail, front lobby of Building 2. Cell phones will not be allowed in the facility. 1.1.02 OPENING OF PROPOSALS: Proposals will be publicly opened and read, on the date and time noted above, in the Purchasing Conference Room, 59 Park Avenue, Lockport, New York. 1.1.03 OBTAINING CONTRACT DOCUMENTS: Drawings, Specifications and other Contract Documents may be obtained on Compact Disc at the Engineering Division Office, 59 Park Avenue, Lockport, New York, after 9:00AM on July 1, 2015, upon payment of $25.00 per set. Payment shall be by cash or check, payable to "County of Niagara", and is non-refundable. 1.1.04 PROPOSAL GUARANTY: Each Proposal shall be accompanied by an acceptable form of Proposal Guaranty in an amount equal to at least five percent (5%) of the amount of the Base Proposal, payable to the "County of Niagara" as a guaranty that if the Proposal is accepted the Bidder will execute the Contract and file acceptable Performance and Labor and Material Bonds within ten (10) days after the award of the Contract. 1.1.05 OWNER'S RIGHTS RESERVED: The County of Niagara, hereinafter called the Owner, 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 Bidder may withdraw his Proposal within forty-five (45) days after the actual opening thereof. Kevin P. O'Brien, P.E. Commissioner of Public Works County of Niagara #NL149731 7/1,8/2015

REQUEST FOR PROPOSAL THE CENTR...

$
0
0
Request For Proposal The Central PA Workforce Development Corporation (CPWDC) has released a Request for Proposal (RFP) to competitively seek providers of the Workforce Innovation&Opportunities Act In-School Youth program in the following counties: Centre, Clinton, Columbia, Lycoming, Mifflin, Montour, Northumberland, Snyder&Union. Solicitation covers the period October 1, 2015 to September 30, 2016. Visit www.cpwdc.org to view the RFP. DI: 07/08/2015
Viewing all 7846 articles
Browse latest View live




Latest Images