Quantcast
Channel: Shelbyville Daily Union: Bids
Viewing all 9864 articles
Browse latest View live

CLINTON COUNTY ARIZONA AVENUE ...

0
0
CLINTON COUNTY ARIZONA AVENUE ROOF RENOVATIONS SECTION 00 1113 ADVERTISEMENT FOR BIDS FROM: 1.01 THE OWNER (HEREINAFTER REFERRED TO AS CLINTON COUNTY): Clinton County Buildings&Grounds 135 Margaret Street Plattsburgh, NY 12901 1.02 AND THE ARCHITECT (HEREINAFTER REFERRED TO AS AEDA, P.C.): Architectural& Engineering Design Associates, P.C. 1246 Route 3, P.O. Box 762 Plattsburgh, NY 12901 1.03 DATE: DECEMBER 8, 2016 1.04 TO: POTENTIAL BIDDERS A. The Clinton County is requesting sealed bids for Renovations to the existing building roof, located on 130 Arizona Ave. in Plattsburgh, NY. Bids will be received until 2:30 pm on the 22nd day of December, 2016 and then publicly opened and read aloud at the Clinton County Legislator Office at 2:30 pm. B. Bid proposals submitted by U.S. Mail, private carrier, or hand delivered prior to the day of the bid opening are to be sent to Clinton County Purchasing at 137 Margaret St, Plattsburgh, NY in care of Kimberly A. Banker. C. All bids shall be submitted in a sealed envelope with the words "Arizona Ave Roof Renovations" clearly printed on the front. Provide two copies of bids. D. Project Description: The project consists of construction of new entry canopy and snow/ice fall protection. E. Project Documents are available on CD copy to any interested bidder at the office of Clinton County Purchasing Department upon receipt of non-refundable payment, by cash or check, in the amount of $25.00 per copy. Checks must be made payable to Clinton County Treasurer. Standard shipping charges will be additional if mailing is requested unless a Fed Ex, UPS or other carrier account number is provided by requesting party. Documents may also be examined at no expense at the office AEDA, PC. and the Clinton County Purchasing Department. F. Bidders will be required to provide Bid security in the form of a Bid Bond or Certified Check of a sum no less than 5% of the Bid Amount. G. Refer to other bidding requirements described in Document 00 2113 - Instruction to Bidders and Document 003100 - Available Project Information. H. A pre-bid conference for all bidders is scheduled for December 13, 2016 at 10:00 am at the 130 Arizona Ave., project location. All Prime Contract bidders as well as interested sub-contractors should plan to attend this meeting. I. Submit your offer on the Bid Form provided. J. This project is considered a Public Work Project and Prevailing Wages will apply. K. Your offer will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. L. The Owner reserves the right to accept or reject any or all offers. END OF SECTION

CLINTON COUNTY EMERGENCY SERVI...

0
0
CLINTON COUNTY EMERGENCY SERVICES WINDOW REPLACEMENT SECTION 00 1113 ADVERTISEMENT FOR BIDS FROM: 1.01 THE OWNER (HEREINAFTER REFERRED TO AS CLINTON COUNTY GOVERNMENT): Clinton County Buildings&Grounds 135 Margaret Street Plattsburgh, NY 12901 1.02 AND THE ARCHITECT (HEREINAFTER REFERRED TO AS AEDA, P.C.): Architectural& Engineering Design Associates, P.C. 1246 Route 3, P.O. Box 762 Plattsburgh, NY 12901 1.03 DATE: DECEMBER 8, 2016 1.04 TO: POTENTIAL BIDDERS A. The Clinton County Government is requesting sealed bids for renovations to the existing building, located on 16 Emergency Services Drive in Plattsburgh, NY. Bids will be received until 3:00 pm on the 22nd day of December, 2016 and then publicly opened and read aloud at the Clinton County Legislator Office at 3:00 pm. B. Bid proposals submitted by U.S. Mail, private carrier, or hand delivered prior to the day of the bid opening are to be sent to Clinton County Purchasing at 137 Margaret St, Plattsburgh, NY in care of Kimberly A. Banker. C. All bids shall be submitted in a sealed envelope with the words "Clinton Co. Emergency Services Window Replacement" clearly printed on the front. Provide two copies of bids. D. Project Description: The project consists of removal and replacement of windows in the Emergency Services Building. E. Project Documents are available on CD copy to any interested bidder at the office of Clinton County Purchasing Department upon receipt of non-refundable payment, by cash or check, in the amount of $25.00 per copy. Checks must be made payable to Clinton County Treasurer. Standard shipping charges will be additional if mailing is requested unless a Fed Ex, UPS or other carrier account number is provided by requesting party. Documents may also be examined at no expense at the office AEDA, PC. and the Clinton County Purchasing Department. F. Bidders will be required to provide Bid security in the form of a Bid Bond or Certified Check of a sum no less than 5% of the Bid Amount. G. Refer to other bidding requirements described in Document 00 2113 - Instruction to Bidders and Document 003100 - Available Project Information. H. A pre-bid conference for all bidders is scheduled for December 13, 2016 at 11 :00 am at 16 Emergency Services Drive, project location. All Prime Contract bidders as well as interested sub-contractors should plan to attend this meeting. I. Submit your offer on the Bid Form provided. J. This project is considered a Public Work Project and Prevailing Wages will apply. K. Your offer will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. L. The Owner reserves the right to accept or reject any or all offers. END OF SECTION

INVITATION TO BID GREATER TE...

0
0
INVITATION TO BID Greater Texoma Utility Authority (Owner) On behalf of the City of Anna, the Greater Texoma Utility Authority is soliciting competitive sealed bids (also referenced herein sometimes as “bids” or “proposals”) for the construction of the following project: CITY OF ANNA - SHERLEY ground storage TANK rehabilitation The project generally includes rehabilitation of a 100,000 Gallon Ground Storage Tank with Additive Alternate of yard piping, including removal and recoating of the interior and exterior of the tank, along with miscellaneous improvements. Proposals must be delivered to the attention of the City Secretary for the City of Anna at 111 North Powell Parkway, Anna, Texas 75409, no later than the proposal submission deadline of Thursday, December 29, 2016 at 2:00 p.m. Any proposals received after the specified time will not be accepted. Timely proposals shall be publicly opened and read aloud in the City Council Chambers on Thursday, December 29, 2016 at 2:00 p.m. Plans and specifications may be examined, without charge, or purchased at the office of the City Engineer, Birkhoff, Hendricks & Carter, L.L.P. located at 11910 Greenville Ave., Suite 600, Dallas, Texas 75243. The cost for the documents are $35.00 per set of documents and will be available beginning Thursday, December 8, 2016. The cost of the plans and specifications is non-refundable. Submit check, cashier’s check or money order for payment. Cash will not be accepted. Bidders must submit a cashier’s check, certified check, or acceptable bidder’s bond with their bid as a guarantee that the Bidder will enter into a contract for the project with the Owner within (10) days of Notice of Award of the contract. The security must be payable to the Greater Texoma Utility Authority in the amount of five percent (5%) of the bid submitted. Contractor must execute the contract, bonds and certificates of insurance on the forms provided in the Plans and specifications. Contractors for this project must pay no less than the prevailing wage rates for the area established by the Owner and included in the plans and specifications. In accordance with Texas Gov’t Code Sec. 2253.021, the successful bidder will be required to furnish a performance bond in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and a payment bond in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. If the contract price does not exceed these amounts, the respective statutory bonds will not be required. It shall be each bidder's responsibility to inspect the site of the work and to become fully informed regarding all local conditions under which the work for this project is to be done. The City reserves the right to reject any and all bids. Any contract or contracts awarded under this Advertisement for Bids are expected to be funded in part by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. Equal Opportunity in Employment – All qualified Applicants will receive consideration for employment without regard to race, color, religion, sex, age, handicap, or national origin. Bidders on this work will be required to comply with the President’s Executive Order No. 11246, as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. GREATER TEXOMA UTILITY AUTHORITY

NOTICE TO BIDDERS SEALED QUOTA...

0
0
NOTICE TO BIDDERS Sealed Quotations will be received at the Niagara County Department of Management&Budget, Division of Purchasing, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York and said quotation will be publicly opened, read aloud and made available for public inspection in the Purchasing Division, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York by the Purchasing Department for: 2016-67: Snow Plow Repair Parts for Niagara County Department of Public Works at 2:15 PM on December 22, 2016. Specifications and bid forms are available, upon request at the Department of Management&Budget, Division of Purchasing, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York 14094. Contact the Division of Purchasing by phone at 716-439-7200, or by email at purchasing@niagaracounty.com. #NL190843 12/8/2016

NOTICE TO BIDDERS SEALED QUOTA...

0
0
NOTICE TO BIDDERS Sealed Quotations will be received at the Niagara County Department of Management&Budget, Division of Purchasing, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York and said quotation will be publicly opened, read aloud and made available for public inspection in the Purchasing Division, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York by the Purchasing Department for: 2016-67: Snow Plow Repair Parts for Niagara County Department of Public Works at 2:15 PM on December 22, 2016. Specifications and bid forms are available, upon request at the Department of Management&Budget, Division of Purchasing, Philo J. Brooks County Office Building, 59 Park Avenue, Lockport, New York 14094. Contact the Division of Purchasing by phone at 716-439-7200, or by email at purchasing@niagaracounty.com. #NL190843 12/8/2016

REQUEST FOR PROPOSAL THE DALTO...

0
0
Request for Proposal The Dalton Parks and Recreation Department is accepting Request for Proposal for a dirt infield renovations at Heritage Point Park in Dalton GA. Envelopes containing RFP’s must be sealed, addressed to City of Dalton-Finance Department, 300 W Waugh Street, Dalton, GA 30720 and marked as follows: “Dalton Parks-Heritage Point Field Renovations.” RFP’s must be received in the Finance Dept. by Friday December 1th 2016 at 10:00 AM. Proposals will be opened publicly in the Finance Department, 300 W Waugh Street, Dalton, GA on Friday December 16th 2016 at 10:05 AM. Copies of specifications or to set up a meeting can be obtained by contacting Mike Miller at 706-463-2091 or mmiller @cityofdalton-ga.gov. The right to reject any or all proposals or request additional information or clarification deemed necessary for evaluations reserved to the owner, City of Dalton, Dalton, Georgia. 11/18 11/25 12/02 12/09

THE WHITFIELD COUNTY BOARD OF ...

0
0
The Whitfield County Board of Commissioners will receive sealed bids until 2:00 PM on December 20, 2016 for the following: w ITB# PW-17-TGP-1121B – Concrete Tongue & Groove Pipe The bids 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 bids for any reason, to waive technicalities, and to make an award deemed in its best interest. The Invitation to Bid documents are available at www.whitfieldcountyga.com or call Brian McBrayer at 706-275-7504. 12/09 12/16

J.E. SHEEHAN CONTRACTING CORP....

0
0
J.E. Sheehan Contracting Corp. is soliciting NYS certified M/WBE subcontractors and/or suppliers for the Dannemora Water Line Project (DOT Contract #D263340) that bids on 12/15/16. For more information please call (315) 265-8427. J.E. Sheehan Contracting Corp. is an EEO employer.

CLINTON COUNTY EMERGENCY SERVI...

0
0
CLINTON COUNTY EMERGENCY SERVICES WINDOW REPLACEMENT SECTION 00 1113 ADVERTISEMENT FOR BIDS FROM: 1.01 THE OWNER (HEREINAFTER REFERRED TO AS CLINTON COUNTY GOVERNMENT): Clinton County Buildings&Grounds 135 Margaret Street Plattsburgh, NY 12901 1.02 AND THE ARCHITECT (HEREINAFTER REFERRED TO AS AEDA, P.C.): Architectural& Engineering Design Associates, P.C. 1246 Route 3, P.O. Box 762 Plattsburgh, NY 12901 1.03 DATE: DECEMBER 8, 2016 1.04 TO: POTENTIAL BIDDERS A. The Clinton County Government is requesting sealed bids for renovations to the existing building, located on 16 Emergency Services Drive in Plattsburgh, NY. Bids will be received until 3:00 pm on the 22nd day of December, 2016 and then publicly opened and read aloud at the Clinton County Legislator Office at 3:00 pm. B. Bid proposals submitted by U.S. Mail, private carrier, or hand delivered prior to the day of the bid opening are to be sent to Clinton County Purchasing at 137 Margaret St, Plattsburgh, NY in care of Kimberly A. Banker. C. All bids shall be submitted in a sealed envelope with the words "Clinton Co. Emergency Services Window Replacement" clearly printed on the front. Provide two copies of bids. D. Project Description: The project consists of removal and replacement of windows in the Emergency Services Building. E. Project Documents are available on CD copy to any interested bidder at the office of Clinton County Purchasing Department upon receipt of non-refundable payment, by cash or check, in the amount of $25.00 per copy. Checks must be made payable to Clinton County Treasurer. Standard shipping charges will be additional if mailing is requested unless a Fed Ex, UPS or other carrier account number is provided by requesting party. Documents may also be examined at no expense at the office AEDA, PC. and the Clinton County Purchasing Department. F. Bidders will be required to provide Bid security in the form of a Bid Bond or Certified Check of a sum no less than 5% of the Bid Amount. G. Refer to other bidding requirements described in Document 00 2113 - Instruction to Bidders and Document 003100 - Available Project Information. H. A pre-bid conference for all bidders is scheduled for December 13, 2016 at 11 :00 am at 16 Emergency Services Drive, project location. All Prime Contract bidders as well as interested sub-contractors should plan to attend this meeting. I. Submit your offer on the Bid Form provided. J. This project is considered a Public Work Project and Prevailing Wages will apply. K. Your offer will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. L. The Owner reserves the right to accept or reject any or all offers. END OF SECTION

CLINTON COUNTY ARIZONA AVENUE ...

0
0
CLINTON COUNTY ARIZONA AVENUE ROOF RENOVATIONS SECTION 00 1113 ADVERTISEMENT FOR BIDS FROM: 1.01 THE OWNER (HEREINAFTER REFERRED TO AS CLINTON COUNTY): Clinton County Buildings&Grounds 135 Margaret Street Plattsburgh, NY 12901 1.02 AND THE ARCHITECT (HEREINAFTER REFERRED TO AS AEDA, P.C.): Architectural& Engineering Design Associates, P.C. 1246 Route 3, P.O. Box 762 Plattsburgh, NY 12901 1.03 DATE: DECEMBER 8, 2016 1.04 TO: POTENTIAL BIDDERS A. The Clinton County is requesting sealed bids for Renovations to the existing building roof, located on 130 Arizona Ave. in Plattsburgh, NY. Bids will be received until 2:30 pm on the 22nd day of December, 2016 and then publicly opened and read aloud at the Clinton County Legislator Office at 2:30 pm. B. Bid proposals submitted by U.S. Mail, private carrier, or hand delivered prior to the day of the bid opening are to be sent to Clinton County Purchasing at 137 Margaret St, Plattsburgh, NY in care of Kimberly A. Banker. C. All bids shall be submitted in a sealed envelope with the words "Arizona Ave Roof Renovations" clearly printed on the front. Provide two copies of bids. D. Project Description: The project consists of construction of new entry canopy and snow/ice fall protection. E. Project Documents are available on CD copy to any interested bidder at the office of Clinton County Purchasing Department upon receipt of non-refundable payment, by cash or check, in the amount of $25.00 per copy. Checks must be made payable to Clinton County Treasurer. Standard shipping charges will be additional if mailing is requested unless a Fed Ex, UPS or other carrier account number is provided by requesting party. Documents may also be examined at no expense at the office AEDA, PC. and the Clinton County Purchasing Department. F. Bidders will be required to provide Bid security in the form of a Bid Bond or Certified Check of a sum no less than 5% of the Bid Amount. G. Refer to other bidding requirements described in Document 00 2113 - Instruction to Bidders and Document 003100 - Available Project Information. H. A pre-bid conference for all bidders is scheduled for December 13, 2016 at 10:00 am at the 130 Arizona Ave., project location. All Prime Contract bidders as well as interested sub-contractors should plan to attend this meeting. I. Submit your offer on the Bid Form provided. J. This project is considered a Public Work Project and Prevailing Wages will apply. K. Your offer will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. L. The Owner reserves the right to accept or reject any or all offers. END OF SECTION

LUCK BROS. INC., AN EEO CO. IS...

0
0
Luck Bros. Inc., an EEO co. is hereby soliciting bids from certified M/WBE companies for all aspects of construction for the Town of Dannemora Water District #3, DOT Project D263340 bidding 12/15. Plans&specs may be viewed at our office on 73 Trade Rd., Plattsburgh, NY, phone #561-4321.

CLINTON COUNTY ARIZONA AVENUE ...

0
0
CLINTON COUNTY ARIZONA AVENUE ROOF RENOVATIONS SECTION 00 1113 ADVERTISEMENT FOR BIDS FROM: 1.01 THE OWNER (HEREINAFTER REFERRED TO AS CLINTON COUNTY): Clinton County Buildings&Grounds 135 Margaret Street Plattsburgh, NY 12901 1.02 AND THE ARCHITECT (HEREINAFTER REFERRED TO AS AEDA, P.C.): Architectural& Engineering Design Associates, P.C. 1246 Route 3, P.O. Box 762 Plattsburgh, NY 12901 1.03 DATE: DECEMBER 8, 2016 1.04 TO: POTENTIAL BIDDERS A. The Clinton County is requesting sealed bids for Renovations to the existing building roof, located on 130 Arizona Ave. in Plattsburgh, NY. Bids will be received until 2:30 pm on the 22nd day of December, 2016 and then publicly opened and read aloud at the Clinton County Legislator Office at 2:30 pm. B. Bid proposals submitted by U.S. Mail, private carrier, or hand delivered prior to the day of the bid opening are to be sent to Clinton County Purchasing at 137 Margaret St, Plattsburgh, NY in care of Kimberly A. Banker. C. All bids shall be submitted in a sealed envelope with the words "Arizona Ave Roof Renovations" clearly printed on the front. Provide two copies of bids. D. Project Description: The project consists of construction of new entry canopy and snow/ice fall protection. E. Project Documents are available on CD copy to any interested bidder at the office of Clinton County Purchasing Department upon receipt of non-refundable payment, by cash or check, in the amount of $25.00 per copy. Checks must be made payable to Clinton County Treasurer. Standard shipping charges will be additional if mailing is requested unless a Fed Ex, UPS or other carrier account number is provided by requesting party. Documents may also be examined at no expense at the office AEDA, PC. and the Clinton County Purchasing Department. F. Bidders will be required to provide Bid security in the form of a Bid Bond or Certified Check of a sum no less than 5% of the Bid Amount. G. Refer to other bidding requirements described in Document 00 2113 - Instruction to Bidders and Document 003100 - Available Project Information. H. A pre-bid conference for all bidders is scheduled for December 13, 2016 at 10:00 am at the 130 Arizona Ave., project location. All Prime Contract bidders as well as interested sub-contractors should plan to attend this meeting. I. Submit your offer on the Bid Form provided. J. This project is considered a Public Work Project and Prevailing Wages will apply. K. Your offer will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. L. The Owner reserves the right to accept or reject any or all offers. END OF SECTION

J.E. SHEEHAN CONTRACTING CORP....

0
0
J.E. Sheehan Contracting Corp. is soliciting NYS certified M/WBE subcontractors and/or suppliers for the Dannemora Water Line Project (DOT Contract #D263340) that bids on 12/15/16. For more information please call (315) 265-8427. J.E. Sheehan Contracting Corp. is an EEO employer.

DOCUMENT 001116 INVITATION TO ...

0
0
DOCUMENT 001116 INVITATION TO BID Project: Town of Newcomb Well Field Control Building and Water Transmission Main NYS Department of Health DWSRF #17513 AES Project No. 4449 Owner: Town of Newcomb PO Box 405, 5639 State Route 28N Newcomb, NY 12852 Engineer: AES Northeast, PLLC 10-12 City Hall Place Plattsburgh, NY 12901 The Town Board of the Town of Newcomb, New York will receive sealed bids until 10:00 a.m., Wednesday, January 18, 2017, for Work to complete the construction of a well field control building; modification and repairs to the steel elevated water storage tank; and construction and installation of the Winebrook Hills Water Main Transmission. The project includes the following major components: Construction of a well field control building, associated utilities, the installation of approximately 2,500'^ of new water main and appurtenances, pavement repairs, miscellaneous site improvements, and restoration. Project also includes installation modifications and repairs to the Town of Newcomb^s steel elevated water storage tank. The project is located on Stanford Lane, Marcy Lane, and Henderson Lane located in Newcomb, New York. The project will be bid with and awarded with four (4) Prime Contracts: General Construction (GC); Plumbing/Process (PC); Mechanical (MC); and Electrical (EC). The bids will be publicly opened and read aloud at 10:00 a.m., Wednesday, January 18, 2017, at the Town of Newcomb, Town Office, 5639 State Route 28N, Newcomb, NY 12852. A Bidders Conference is scheduled at 10:00 a.m., Wednesday, January 4, 2017, at the location of the Town of Newcomb Town Hall, 5639 State Route 28N, Newcomb, NY 12852. The required project substantial completion date is 270 calendar days after the date of Notice to Proceed and as further defined in the Agreement. Bidding and contract documents may be examined free of charge at the office of the Engineer. A complete set of the contract documents 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. The Contract Documents may be examined at the following locations: Architecture, Engineering, and Land Surveying Northeast, PLLC (AES Northeast, PLLC) 10-12 City Hall Place Plattsburgh, New York 12901 info@aesnortheast. com (518) 561-1598 Eastern Contractors Association, Inc. judyp@ecainc.org McGraw-Hill Construction/Dodge Reports dodge_reocna@con struction.com or www. construction.com CDC News plans@cdcnews.com Construction Connect Lucie.Campbell@Con structConnect.com Construction Market Data (CMD Group) pspprojleads@cmd group.com Minority Contractors Association of Central New York Phone: (315) 575-1523 ffearrmitch@gmail.com Bids shall be submitted to Ms. Mary A. Pound, Town Clerk, (from 8:00 to 4:00; Monday through Friday) in sealed envelopes with the name and address of the Bidder 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 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 NY State Environmental Facilities Program Requirements and Bid Packet for Construction Contracts, Effective October 1, 2016. Bids shall be submitted on the provided forms in accordance with the Instructions to Bidders. Each Bid must be accompanied by a security deposit in the amount of 5% of the Bid and subject to the conditions provided in the Instruction to Bidders. A non-collusive certificate is included with the Bid Form and must accompany the bid. The successful Bidder shall be required to furnish a 100% Performance Bond and a 100% Payment Bond. No Bidder may withdraw a bid within forty-five (45) calendar days after opening thereof. The Owner reserves the right to waive any informalities in the bid or to reject any and all bids. Ms. Mary A. Pound, Town Clerk

LUCK BROS. INC., AN EEO CO. IS...

0
0
Luck Bros. Inc., an EEO co. is hereby soliciting bids from certified M/WBE companies for all aspects of construction for the Town of Dannemora Water District #3, DOT Project D263340 bidding 12/15. Plans&specs may be viewed at our office on 73 Trade Rd., Plattsburgh, NY, phone #561-4321.

MWBE LEGAL ADVERTISEMENT RIFEN...

0
0
MWBE LEGAL ADVERTISEMENT Rifenburg Construction, Inc., 159 Brick Church Rd. Troy, NY 12180 is requesting quotes from Certified NYS M/WBE's Subcontractors and/or Suppliers for the D263340 Route 374 Dannemorra Water District #3 (5.5 miles, waterline, pumping and re-chlorination station, minor pavement) in Clinton County, NY bidding on 12/15/16 at 10:30am. If you wish to view this project please contact our office a 518-279-3265 or email mtozzi@rifenburg.com. Plans can be viewed online upon request. Rifenburg Construction, Inc. is an EOE.

THE DALTON FIRE DEPARTMENT WIL...

0
0
The Dalton Fire Department will be accepting bids on a 1993 E-One Hush Pumper and a 1985 Ford F-250 Utility Truck. The bids will be accepted through the website govdeals.com beginning 12/19/16 and will close on 1/20/17.  Anyone with questions may contact the Dalton Fire Department at 706-278-7363. 12/02

NOTICE BID FOR FUEL POINT TOWN...

0
0
NOTICE BID FOR FUEL POINT TOWNSHIP The Board of Supervisors of Point Township will be accepting sealed bids until Tuesday, December 13, 2016 at 3:30PM for the year of 2017, at the Point Township Municipal Building, 759 Ridge Road, Northumberland, PA 17857 for the purchase of diesel fuel and regular gasoline to be delivered in bulk, and also available at the pump at a location within the Point Township limits, with twenty-four (24) hour availability, under a ''card system'' or ''key system'' that also registers each vehicle separately, with the tax savings to the municipality already deducted from the billing and the bid price valid for sixty (60) days and then subject to increase only upon seven (7) days written notice. The vendor will be responsible as to all spillage prior to completion of delivery and any associated clean-up cost. Following are the approximate gallons used on a yearly basis: Diesel Fuel: 30/70 mix or an additive - 3,000 gallons (more or less) Gasoline: No lead - 6,000 gallons (more or less) Bid should include per gal price of each product for both bulk delivery and pump station access. Vendor will be responsible as to all spillage prior to completion of delivery and any associated clean up cost. Bids will be opened on Tuesday, December 13, 2016 at 7:30PM at the regular scheduled meeting of the Point Township Board of Supervisors. The successful bidder must furnish within twenty (20) days a bond guaranteeing performance of the contract in amount of ten (10%) percent of the amount of the contract. Please specify on the envelope ''SEALED BID''. DI: November 12&December 10. 2016

CLINTON COUNTY EMERGENCY SERVI...

0
0
CLINTON COUNTY EMERGENCY SERVICES WINDOW REPLACEMENT SECTION 00 1113 ADVERTISEMENT FOR BIDS FROM: 1.01 THE OWNER (HEREINAFTER REFERRED TO AS CLINTON COUNTY GOVERNMENT): Clinton County Buildings&Grounds 135 Margaret Street Plattsburgh, NY 12901 1.02 AND THE ARCHITECT (HEREINAFTER REFERRED TO AS AEDA, P.C.): Architectural& Engineering Design Associates, P.C. 1246 Route 3, P.O. Box 762 Plattsburgh, NY 12901 1.03 DATE: DECEMBER 8, 2016 1.04 TO: POTENTIAL BIDDERS A. The Clinton County Government is requesting sealed bids for renovations to the existing building, located on 16 Emergency Services Drive in Plattsburgh, NY. Bids will be received until 3:00 pm on the 22nd day of December, 2016 and then publicly opened and read aloud at the Clinton County Legislator Office at 3:00 pm. B. Bid proposals submitted by U.S. Mail, private carrier, or hand delivered prior to the day of the bid opening are to be sent to Clinton County Purchasing at 137 Margaret St, Plattsburgh, NY in care of Kimberly A. Banker. C. All bids shall be submitted in a sealed envelope with the words "Clinton Co. Emergency Services Window Replacement" clearly printed on the front. Provide two copies of bids. D. Project Description: The project consists of removal and replacement of windows in the Emergency Services Building. E. Project Documents are available on CD copy to any interested bidder at the office of Clinton County Purchasing Department upon receipt of non-refundable payment, by cash or check, in the amount of $25.00 per copy. Checks must be made payable to Clinton County Treasurer. Standard shipping charges will be additional if mailing is requested unless a Fed Ex, UPS or other carrier account number is provided by requesting party. Documents may also be examined at no expense at the office AEDA, PC. and the Clinton County Purchasing Department. F. Bidders will be required to provide Bid security in the form of a Bid Bond or Certified Check of a sum no less than 5% of the Bid Amount. G. Refer to other bidding requirements described in Document 00 2113 - Instruction to Bidders and Document 003100 - Available Project Information. H. A pre-bid conference for all bidders is scheduled for December 13, 2016 at 11 :00 am at 16 Emergency Services Drive, project location. All Prime Contract bidders as well as interested sub-contractors should plan to attend this meeting. I. Submit your offer on the Bid Form provided. J. This project is considered a Public Work Project and Prevailing Wages will apply. K. Your offer will be required to be submitted under a condition of irrevocability for a period of 45 days after submission. L. The Owner reserves the right to accept or reject any or all offers. END OF SECTION

NOTICE OF REQUEST FOR BIDS SEA...

0
0
NOTICE OF REQUEST FOR BIDS Sealed bids will be received by the Purchasing Division of the City of Niagara Falls, New York no later than 11:00 AM on January 12, 2017 for the purchase of Granular Activated Carbon Supply&Removal. Packages may be picked up in the Purchasing Division, 745 Main Street, Room 214, Niagara Falls, NY 14302, or obtained on our Purchasing web page at www.niagarafallsusa.org. #N191074 12/10/2016
Viewing all 9864 articles
Browse latest View live




Latest Images