Quantcast
Channel: Shelbyville Daily Union: Bids
Viewing all 10088 articles
Browse latest View live

LEGAL NOTICE WILSON VOLUNTEER ...

$
0
0
LEGAL NOTICE WILSON VOLUNTEER FIRE COMPANY #1 OF THE VILLAGE OF WILSON PROPERTY/ REAL ESTATE SALE The Wilson Volunteer Fire Company #1 of the Village of Wilson will be accepting sealed bids for a store front structure and land at 255 Young Street, Wilson, New York 14172. The building is approximately 2125 square feet with a lot size of approximately 27' X 165'; it is located in a Village Business Zoned Area. To make arrangements to inspect the property prior to submitting a sealed bid, contact the Village of Wilson Clerk's Office at (716) 751-6764 during normal business hours. Sealed Bids/Proposals will be received by the Village Clerk of the Village of Wilson at 375 Lake Street, Wilson, New York 14172 up to 10:00 A.M E.S.T. or E.D.S.T., whichever prevails at the time, on Tuesday, March 17, 2017. The Wilson Volunteer Fire Company Reserves the Right to Reject Any and All Bids/Proposals. #NL195239 2/18,20,22,23,24,25,27/2017

NOTICE TO BIDDERS SEALED PROPO...

$
0
0
NOTICE TO BIDDERS Sealed Proposals To: TRANSITIONAL LIVING SERVICES OF NORTHERN NEW YORK 482 Black River Parkway Watertown, New York 13601 For: PROPOSED SRO FACILITY 11 RENSSELAER AVE. OGDENSBURG, NY Transitional Living Services of Northern New York (TLS) herein called the Owner, invites the submission of sealed bids for the construction work involved with the above listed project. The project shall be bid out as (11) subcontracts: 1) Painting, 2) Sitework, 3) Electrical, 4) Plumbing, 5) Mechanical, 6) Drywall, 7) Concrete&Masonry, 8) Sprinkler, 9) Elevator, 10) Roofing, and 11) Insulation. The scope of work for the Painting, Electrical, Plumbing, Mechanical, Drywall, Concrete&Masonry, Sprinkler, Elevator, Roofing, and Insulation shall be all work associated with the individual areas as per the specifications and drawings by Aubertine and Currier, PLLC. Sitework to include all excavation, cut and fill, utility trenching and backfill, parking lot base, site grading stone base for sidewalks and patio, drip strip and topsoil installation. Excluded: asphalt paving, utility installation, concrete sidewalks and patio. Bid documents may be viewed or downloaded on or after Monday, February 20, 2017 from the Aubertine and Currier FTP site. To register and receive the instructions on obtaining the bid documents please contact Aubertine and Currier at 315-782-2005. The Owner will receive bids until 10:00am, local time, on Friday, March 10, 2017 at the office of Transitional Living Services, 482 Black River Parkway, Watertown NY 13601. This project has been assigned an overall goal of 30% for MWBE participation. NYS certified minority and women-owned business enterprises are strongly encouraged to respond. All bids shall be in a Sealed Envelope clearly addressed to the above and marked TLS Rensselaer Ave. and the Contract you are Bidding and at that time and place will be publicly opened and read aloud. Any bid may be withdrawn without prejudice prior to the official bid opening time or any publicized postponement thereof. Attention of Bidders is particularly called to Section 103-d of the General Municipal Law of NYS on non-collusive bidding and to the requirement of employment to be observed, minimum wage rates in accordance with NYS Labor Standards. Note that Labor Law Section 220 and 220d do not apply as this project is not a public works contract. The Owner and General Contractor reserve the right to reject any and all bids, and to waive any informality in the bidding. No bid shall be withdrawn for a period of sixty (60) days subsequent to the opening of bids without the consent of the Owner. FUNDING AGENCY: NYS Homeless Housing and Assistance Corporation NYS Office of Temporary and Disability Assistance 40 North Pearl Street Albany, NY 12243 Please Note: Proof of ability to obtain insurance is required.

ELECTRIC SCISSOR LIFT BID SEAL...

$
0
0
Electric Scissor Lift Bid Sealed bids are requested by the Peru Central School District for an Electric Scissor Lift. Bids will be received until 2:00 p.m. on March 7, 2017 at which time they will be publicly opened and read at the District Business Office. Specifications and bid forms may be obtained at the same office. School Business Administrator 17 School Street Peru Central School District Peru, NY 12972 Phone # 518-643-6004 By District Clerk

TOWN OF TICONDEROGA WPCP SECON...

$
0
0
TOWN OF TICONDEROGA WPCP SECONDARY AND TERTIARY UNIT PROCESS UPGRADES NYSEFC # C5- 5520-0700 AES PROJECT NO. 4174 DOCUMENT 001116 INVITATION TO BID Project: Town of Ticonderoga WPCP Secondary and Tertiary Unit Process Upgrades AES Project No. 4174 Owner: Town of Ticonderoga 132 Montcalm Street Ticonderoga, NY 12883 Engineer: AES Northeast, PLLC 10-12 City Hall Place Plattsburgh, NY 12901 The Town Board of the Town of Ticonderoga, New York will receive sealed bids until 10:00 a.m., Wednesday, March 29, 2017, to complete the installation of secondary and tertiary treatment upgrades at the Town's water pollution control plant. Work includes the following major components: installation of two replacement 60^diameter final clarifiers, UV disinfection equipment, electrical equipment, backup generator, site piping, restoration, and miscellaneous improvements located in the Town of Ticonderoga, New York. The project will be bid and awarded as two (2) Prime Contracts: General Construction (GC) and Electrical (E). The bids will be publicly opened and read aloud at 10:00 a.m., March 29, 2017, at the Town of Ticonderoga Town Office, 132 Montcalm Street, Ticonderoga, NY 12883. The required project substantial completion date is 790 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 bidding and contract documents on compact disk will be available on or after Wednesday, March 1, 2017 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) upon receipt of a $25 non-refundable processing fee. The Bidding and 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@ ConstructConnect.com Construction Market Data (CMD Group) pspprojleads @cmdgroup.com Minority Contractors Association of Central New York Phone: (315) 575-1523 ffearrmitch@gmail.com Bids shall be submitted to Ms. Tonya Thomp son, Town Clerk, 132 Montcalm Street, Ticonderoga, NY 12883 (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 NYS Environmental Facilities Corporation Program Requirements and Bid Packet for Construction Contracts, Effective October 1, 2016, New York State Environmental Facilities Corporation. 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. Tonya Thompson, Town Clerk

PLATTSBURGH INTERNATIONAL AIRP...

$
0
0
Plattsburgh International Airport Federal Inspection Services (FIS) Space Fit-Out Clinton County will be receiving sealed bid Proposals for the above referenced project at the Plattsburgh International Airport at the Legislative Office, Clinton County Government Center, 137 Margaret Street, Suite 208, Plattsburgh, New York 12901, until 2:30 p.m. prevailing time on Wednesday, March 22, 2017. Type of Construction: The project includes the fit-out of approximately 17,500 square feet of Federal Inspection Service (FIS) Space, including a processing hall with processing equipment, baggage claim area with baggage belt, Custom and Border Patrol (CBP) offices and support spaces including baggage screening, vertical circulation including an elevator, and a Passenger Boarding Bridge (PBB) connec tor from the existing Gate 1 rotunda to a second floor penthouse. Contract Documents: Plans, Specifications, and Sample Proposals in Adobe Acrobat (PDF) format may be downloaded beginning on Wednesday March 3, 2017 at the following website: http://www.mjinc.com/BidProjects.html Pre-Bid Conference: A Pre-Bid Conference will be held at the Plattsburgh International Airport, 42 Airport Lane, Plattsburgh, NY 12903 on Wednesday, March 8, 2017 at 11:00 a.m. M/WBE Requirements: The Contractor must comply with the State of New York M/WBE, Equal Employment Opportunity (EEO), and Affirmative Action Requirements contained within the Contract Documents. Bidders must comply with the requirements of NYS Empire State Development, including Special Provisions SP-9, which discusses making good-faith efforts, to ensure that all M/WBE's are afforded the maximum opportunity to work with them on state funded projects. M/WBE participation requirements, expressed in percentage terms of the Contractor's total contract value are as follows: Minority Owned Enterprise (MBE) 13% Women Owned Business Enterprise (WBE) 10%

BID NOTICE INVITATION TO BID F...

$
0
0
BID NOTICE Invitation to Bid For Rehabilitate Terminal Apron - Phase I at Penn Valley Airport, Selinsgrove, Pennsylvania Sealed bids for furnishing all labor, materials, and equipment and performing all work for the above items will be received by the Penn Valley Airport Authority until 10 A.M. local time, March 31, 2017 at 100 Airport Road, Selinsgrove, Pennsylvania 17870, then publicly opened and read aloud. The successful bidder must comply with requirements set out in the contract documents including all Federally Required Contract Provisions including but not limited to the Buy American Preference, Foreign Trade Restrictions, Davis Bacon Requirements, Affirmative Action Requirements, Government wide Debarment and Suspension, Government wide Requirements for a Drug-free Workplace, and Non-Segregated Facilities Requirements. Plans, Specifications, and other Contract Documents are open to the public at the Penn Valley Airport. Plans and specifications can be purchased at www.deltaairport.com. Plans and Specifications are available for purchase in both hardcopy and digital (PDF) formats. Bids must be accompanied by a certified check or a bid bond in the amount of not less than 5 percent of the total amount bid. A Contract Performance Bond and a Contract Payment Bond each equal to 100 percent of the Contract Price will be required for the successful Contractor. No bid may be withdrawn for a period of 120 calendar days after the date of receiving bids. A Pre-Bid meeting has been scheduled for 10 A.M., March 8, 2017 at the Penn Valley Airport, 100 Airport Road, Selinsgrove, Pennsylvania 17870. In accordance with 49 CFR Part 26 a DBE Goal for this project is set at 0.30%. All DBE Firms used to meet this goal must be certified by the PA UCP. Certification as a DBE by the PA UCP is separate and distinct from other certification programs. The only source that should be used for verification of current eligibility of a DBE Firm is the PA UCP website at www.paucp.com. Physical certification letters and/or expiration dates should not be requested from DBE Firms. The successful bidder shall commence work with adequate force and equipment on a date to be specified in a written order of the Owner and shall complete work within the time prescribed in the contract documents. Proposals shall be placed in a sealed envelope addressed to the Penn Valley Airport, 100 Airport Road, Selinsgrove, Pennsylvania 17870, and labeled in lower left-hand corner: Rehabilitate Terminal Apron - Phase I The Penn Valley Airport Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The Penn Valley Airport Authority, reserves the right to reject any or all bids, to waive informalities, and to re-advertise. DI: February 26 and 28, 2017

SALE OF UNIVERSAL LASER ENGRAV...

$
0
0
Sale of Universal Laser Engraving Machine Sealed Bids for the sale of Universal Laser Engraving Machine will be received no later than 2:00 p.m. March 8, 2017 in the SUN Tech Business Office. Bids for the sale of this equipment will be accepted or rejected for award at the SUN Area Technical Institute Joint Operating Committee meeting held March 16, 2017. Specifications are available at the SUN Tech Web site: www.sun-tech.org or by calling 570-966-1035. DI: 2/22, 27&3/5, 2017

BID NOTICE SEALED PROPOSALS WI...

$
0
0
BID NOTICE Sealed proposals will be received by: Central Susquehanna COG of Northumberland County, PA, at 538 Seven Points Rd., Sunbury, PA 17801 until 12:00 PM on March 15, 2017, to be opened on March 15, 2017, at 7:00 PM at the Rockefeller Township Municipal Building For the following: Aggregate Contract Accepting bids for the following aggregates: 2,150 Ton of Anti-Skid; 400 Ton of #1 Crse Aggr; 100 Ton of #3 Crse Aggr; 500 Ton of #57 Crse Aggr; 200 Ton of #8 Crse Aggr; 15,700 Ton of 2A Subbase; 2,500 Ton of 2RC Subbase; 250 Ton of DSA; 100 Ton of R-4 Rock; 100 Ton R-5 Rock; 400 Ton R-6 Rock; 300 Ton R-7 Rock and 150 Ton of Cold Mix Patching Material. Proof of workers compensation insurance will be required from the lowest responsible bidder. All work and material must meet current Pennsylvania Department of Transportation Specifications Form 408 and its Supplements. Proposals must be upon the forms furnished by the Central Susquehanna Council of Government. The COG reserves the right to reject any or all proposals. Central Susquehanna COG Colin R. Clayberger, President DI: February 27 and March 3, 2017

BID NOTICE UNION TOWNSHIP SUPE...

$
0
0
BID NOTICE UNION TOWNSHIP SUPERVISORS 1510 McNess Road Port Trevorton, PA 17864 570-374-1919 uniontownship9@gmail.com Sealed proposals will be received by Union Township 2nd class of Snyder County, PA, at 1510 McNess Road, Port Trevorton, PA 17864, until 7:00 PM Tuesday, March 14, 2017, for the following: 1. Stone - FOB Quarry&Delivered to Twp. Yard 400 tons, 2-A 2500 tons, #8, washed, Maximum 1.0% retained on #200 sieve 100 tons, Dep/BC #3 Sand 500 tons, AS2, Anti-Skid All quantities are, "more or less" Mileage to be considered. 2. Oil - Applied on Road 60,000 gal., E-3 oil, more or less Delivery of Oil must be within 4 days of calling. All material must conform to PennDOT specifications. Proposals must be upon the forms furnished by the Municipality. The Municipality reserves the right to reject any or all proposals. Bids will be opened Tuesday, March 14, 2017 at 7:00 PM, at the Union Township Building, 1510 McNess Road, Port Trevorton, PA 17864. Craig E. Mitterling, Secretary Union Township 570-374-1919 or 570-374-1487 DI: February 22&27, 2017

BID NOTICE SEALED PROPOSALS WI...

$
0
0
BID NOTICE Sealed proposals will be received by: Lower Mahanoy Township of Northumberland County, Pa., at 550 Hickory Road, Dalmatia, PA 17017 until 7:00 PM, on March 13,2017, to be opened on March 13,2017, at 7:30 PM at Lower Mahanoy Township Municipal Building 550 Hickory Road, Dalmatia, PA 17017 For the following Contracts: Pave Contract: Furnish and place 620 Gal Asphalt Joint and Crack Seal; 275 Ton of Bituminous Base Repair; 1,145 Ton Bituminous Wearing Course; 645 Ton Bituminous Binder Course; 2 Ea Inlets Concrete Top and Bicycle Safe Grate; 40 LF 15'' Pipe HDPE N-12 IB; 72 LF 24'' Pipe HDPE N-12 IB; 1 LS Concrete Collar; 23 CY Class 1 Excavation; 140 Ton 2A Subbase; 1 Set Grade Adjustment of Existing Inlet and 1 Set Grade Adjustment of Existing Manhole. Aggregate Contract: The Township will also be accepting bids for the following materials: Approximately 200 Ton of Anti-Skid; 700 Ton of 2 A Subbase; 50 Ton of 2RC; 50 Ton of #4 Course Aggregate; 50 Ton of #3 Course Aggregate; 50 Ton of #67 Course Aggregate and 50 Ton of Rip Rap. Performance bond and payment bond in the amount of 100% (5 compensation insurance will be required from the lowest responsible bidder. Bid Bond in the amount of 10% of the contracts is required of all bidders. Prevailing Wage Rates shall be paid on the Pave project. All work and material must meet current Pennsylvania Department of Transportation Specifications Form 40S and its Supplements. Proposals must be upon the forms furnished by the Municipality. The Municipality reserves the right to reject any or all proposals. Lower Mahanoy Township Carol Witmer Secretary Phone # 570.758.4855 DI: February 27 and March 3, 2017

BID NOTICE NOTICE IS HEREBY G...

$
0
0
BID NOTICE Notice is hereby given that the Borough Council of the Borough of Westmont will accept sealed bids for: CONTRACT II: Shade Tree Emergency/Misc. Trimming &amp Removals for the period March 23, 2017 thru March 23, 2018. Each bidder must submit a bid bond in the amount of Five Thousand ($5,000.00) Dollars. Successful bidder must submit a performance bond in the amount of Fifty Thousand ($50,000.00) Dollars and a payment bond in the amount of Fifty Thousand ($50,000.00) Dollars. Specifications may be obtained at the office of the Borough Secretary, 1000 Luzerne Street, Johnstown, Pa. 15905. Bids must be received no later than 4:00 P.M., Tuesday, March 14, 2017 and will be opened at regular meeting of Council at 7:00 P.M. The Borough reserves the right to accept or reject any or all bids, or parts thereof, to waive any informalities and technicalities and to accept any bid it may deem to be to the best interest of the Borough. Bids may be held by the Borough for a period not to exceed thirty (30) days from the date of bid opening for the purpose of reviewing the bids and investigating the qualifications of the bidders prior to awarding the contracts. BOROUGH OF WESTMONT Gail Y. Heeter, Borough Secretary

LEGAL NOTICE WILSON VOLUNTEER ...

$
0
0
LEGAL NOTICE WILSON VOLUNTEER FIRE COMPANY #1 OF THE VILLAGE OF WILSON PROPERTY/ REAL ESTATE SALE The Wilson Volunteer Fire Company #1 of the Village of Wilson will be accepting sealed bids for a store front structure and land at 255 Young Street, Wilson, New York 14172. The building is approximately 2125 square feet with a lot size of approximately 27' X 165'; it is located in a Village Business Zoned Area. To make arrangements to inspect the property prior to submitting a sealed bid, contact the Village of Wilson Clerk's Office at (716) 751-6764 during normal business hours. Sealed Bids/Proposals will be received by the Village Clerk of the Village of Wilson at 375 Lake Street, Wilson, New York 14172 up to 10:00 A.M E.S.T. or E.D.S.T., whichever prevails at the time, on Tuesday, March 17, 2017. The Wilson Volunteer Fire Company Reserves the Right to Reject Any and All Bids/Proposals. #NL195239 2/18,20,22,23,24,25,27/2017

PLATTSBURGH INTERNATIONAL AIRP...

$
0
0
Plattsburgh International Airport Federal Inspection Services (FIS) Space Fit-Out Clinton County will be receiving sealed bid Proposals for the above referenced project at the Plattsburgh International Airport at the Legislative Office, Clinton County Government Center, 137 Margaret Street, Suite 208, Plattsburgh, New York 12901, until 2:30 p.m. prevailing time on Wednesday, March 22, 2017. Type of Construction: The project includes the fit-out of approximately 17,500 square feet of Federal Inspection Service (FIS) Space, including a processing hall with processing equipment, baggage claim area with baggage belt, Custom and Border Patrol (CBP) offices and support spaces including baggage screening, vertical circulation including an elevator, and a Passenger Boarding Bridge (PBB) connec tor from the existing Gate 1 rotunda to a second floor penthouse. Contract Documents: Plans, Specifications, and Sample Proposals in Adobe Acrobat (PDF) format may be downloaded beginning on Wednesday March 3, 2017 at the following website: http://www.mjinc.com/BidProjects.html Pre-Bid Conference: A Pre-Bid Conference will be held at the Plattsburgh International Airport, 42 Airport Lane, Plattsburgh, NY 12903 on Wednesday, March 8, 2017 at 11:00 a.m. M/WBE Requirements: The Contractor must comply with the State of New York M/WBE, Equal Employment Opportunity (EEO), and Affirmative Action Requirements contained within the Contract Documents. Bidders must comply with the requirements of NYS Empire State Development, including Special Provisions SP-9, which discusses making good-faith efforts, to ensure that all M/WBE's are afforded the maximum opportunity to work with them on state funded projects. M/WBE participation requirements, expressed in percentage terms of the Contractor's total contract value are as follows: Minority Owned Enterprise (MBE) 13% Women Owned Business Enterprise (WBE) 10%

NOTICE TO BIDDERS SEALED PROPO...

$
0
0
NOTICE TO BIDDERS Sealed Proposals To: TRANSITIONAL LIVING SERVICES OF NORTHERN NEW YORK 482 Black River Parkway Watertown, New York 13601 For: PROPOSED SRO FACILITY 11 RENSSELAER AVE. OGDENSBURG, NY Transitional Living Services of Northern New York (TLS) herein called the Owner, invites the submission of sealed bids for the construction work involved with the above listed project. The project shall be bid out as (11) subcontracts: 1) Painting, 2) Sitework, 3) Electrical, 4) Plumbing, 5) Mechanical, 6) Drywall, 7) Concrete&Masonry, 8) Sprinkler, 9) Elevator, 10) Roofing, and 11) Insulation. The scope of work for the Painting, Electrical, Plumbing, Mechanical, Drywall, Concrete&Masonry, Sprinkler, Elevator, Roofing, and Insulation shall be all work associated with the individual areas as per the specifications and drawings by Aubertine and Currier, PLLC. Sitework to include all excavation, cut and fill, utility trenching and backfill, parking lot base, site grading stone base for sidewalks and patio, drip strip and topsoil installation. Excluded: asphalt paving, utility installation, concrete sidewalks and patio. Bid documents may be viewed or downloaded on or after Monday, February 20, 2017 from the Aubertine and Currier FTP site. To register and receive the instructions on obtaining the bid documents please contact Aubertine and Currier at 315-782-2005. The Owner will receive bids until 10:00am, local time, on Friday, March 10, 2017 at the office of Transitional Living Services, 482 Black River Parkway, Watertown NY 13601. This project has been assigned an overall goal of 30% for MWBE participation. NYS certified minority and women-owned business enterprises are strongly encouraged to respond. All bids shall be in a Sealed Envelope clearly addressed to the above and marked TLS Rensselaer Ave. and the Contract you are Bidding and at that time and place will be publicly opened and read aloud. Any bid may be withdrawn without prejudice prior to the official bid opening time or any publicized postponement thereof. Attention of Bidders is particularly called to Section 103-d of the General Municipal Law of NYS on non-collusive bidding and to the requirement of employment to be observed, minimum wage rates in accordance with NYS Labor Standards. Note that Labor Law Section 220 and 220d do not apply as this project is not a public works contract. The Owner and General Contractor reserve the right to reject any and all bids, and to waive any informality in the bidding. No bid shall be withdrawn for a period of sixty (60) days subsequent to the opening of bids without the consent of the Owner. FUNDING AGENCY: NYS Homeless Housing and Assistance Corporation NYS Office of Temporary and Disability Assistance 40 North Pearl Street Albany, NY 12243 Please Note: Proof of ability to obtain insurance is required.

LEGAL NOTICE WILSON VOLUNTEER ...

$
0
0
LEGAL NOTICE WILSON VOLUNTEER FIRE COMPANY #1 OF THE VILLAGE OF WILSON PROPERTY/ REAL ESTATE SALE The Wilson Volunteer Fire Company #1 of the Village of Wilson will be accepting sealed bids for a store front structure and land at 255 Young Street, Wilson, New York 14172. The building is approximately 2125 square feet with a lot size of approximately 27' X 165'; it is located in a Village Business Zoned Area. To make arrangements to inspect the property prior to submitting a sealed bid, contact the Village of Wilson Clerk's Office at (716) 751-6764 during normal business hours. Sealed Bids/Proposals will be received by the Village Clerk of the Village of Wilson at 375 Lake Street, Wilson, New York 14172 up to 10:00 A.M E.S.T. or E.D.S.T., whichever prevails at the time, on Tuesday, March 17, 2017. The Wilson Volunteer Fire Company Reserves the Right to Reject Any and All Bids/Proposals. #NL195239 2/18,20,22,23,24,25,27/2017

REQUEST FOR PROPOSAL NOTICE NO...

$
0
0
REQUEST FOR PROPOSAL NOTICE Notice is hereby given pursuant to Section 104 of the General Municipal Law, that Clinton County will accept Requests for Proposals for the following: CONSTRUCTION MATERIALS AND ENVIRONMENTAL TESTING, INSPECTION AND SAMPLING SERVICES Proposal forms may be inspected and obtained at the Clinton County Legislative Office, Clinton County Government Center, 137 Margaret Street, 2nd Floor, Plattsburgh, New York, between the hours of 9:00 a.m. and 5:00 p.m., Monday through Friday. Proposal forms will be required if you intend to submit a proposal. Proposals must be received in the Clinton County Purchasing Department, Clinton County Legislature, 137 Margaret Street, Suite 208, Plattsburgh, New York, by 2:30 p.m., Tuesday, March 14,2017, at which time they will be opened. Proposals must be submitted in a sealed envelope with "PROPOSAL FOR CONSTRUCTION MATERIALS AND ENVIRONMENTAL TESTING, INSPECTION AND SAMPLING SERVICES" clearly written on the face of the envelope. The County of Clinton reserves the right to reject any and all proposals. Kimberly A. Banker Purchasing Agent

CITY OF VARNELL SANITATION TRU...

$
0
0
City of Varnell Sanitation Truck P.O. Box C, Varnell GA 30756 The City of Varnell is accepting sealed bids for a Sanitation Truck. All bids must be in sealed envelope labeled sealed bid for Sanitation Truck and sent to City of Varnell, P.O. Box C, Varnell, GA 30756 by Thursday, March 16th at 5pm. All bids will be open and read aloud publicly on Friday, March 17th at 10am at the City Hall court room. Minimum Requirements/Equivalent or Better Full Size Sanitation Truck. Joy-stick Cab control Side loader arm/800lbs capacity/9ft reach/mounted on chassis frame Automated Continuous packer Automated /Push out Single axles 21 ft. length 13ft height Total Gross Weight 46,000 lbs. Allison transmission/3000 RDS-P Cummins engine/9 Liters/370HP@1900GOV@2100 1250@1400RPM/with C-Brakes Jacob, PX-9 Steering on right side only Heat and Air Caution LED lights-back up camera Electric air horn /Back up alarm. Full service parts and warranty department within 30 miles of City of Varnell with trained mechanic on staff/with no charge for pick up and return of vehicle. Basic warranty on chassis and trash component. Add - on Addition equipment, option and warrant will be considered by evaluation team. Proposed Budget Undetermined. Methodology for selection Evaluation team will consist of a representative of the City of Varnell to evaluate all submitted sealed bids. The evaluation criteria will be based on price, time frame and lease/purchase financing. *** 2 reference will be needed from all vendors. *** Right of Rejection The City of Varnell reserves the right to reject any and all bids as it seems fit. Additional Specifications are made available by request by calling City Hall.The bid will be awarded after the approval of the City of Varnell Mayor and City Council. **** For more information call 706-694-8800**** 02/22 03/01

INVITATION TO SUBMIT QUALIFIED...

$
0
0
INVITATION TO SUBMIT QUALIFIED BIDS The Johnstown Business District Development Corporation (JBDDC) a non-profit Board of Directors will receive sealed ÒBidÓ submittals from qualified hazardous abatement and demolition contractors for abatement and demolition work associated with the restoration of the historic Conrad Building located at 303 Franklin Street in the City of Johnstown, PA. ALL submissions must be made to the Law Offices of Sahlaney &amp Dudeck, 430 Main Street, Johnstown, PA 15901, at or before 2:00 p.m., prevailing time, on March 10th, 2017. Interested contractors may obtain the Bid Documents, including Conceptual Plans from JBDDCÕs Project Manager NAVARRO &amp WRIGHT CONSULTING ENGINEERS, INC., by mailing a request and a $50 Check payable to ÒJBDDCÓ to 151 Reno Avenue, New Cumberland, PA 17070 (Phone: 717.441.2216) or by emailing Craig Bachik, RLA at cbachik@navarrowright.com . The JBDDC reserves the right to waive any informality in the RFP, to reject any or all submissions, in whole or in part, and to accept any submission which is deemed most favorable to the Owner, at the time and under the circumstances stipulate.

BID NOTICE Ð GENERAL CONSTRUCT...

$
0
0
BID NOTICE Ð General Construction THE JOHNSTOWN HOUSING AUTHORITY will be requesting sealed bids for Capital Fund 2016 Ð Roof Replacement at Town House Tower Interested persons may obtain bid documents after Wednesday February 15, 2017, containing project information and detailed submission requirements from ABD Construction Services, LLC, 633 Napoleon St, Johnstown, PA 15901, upon a non-refundable payment of $75.00. Check must be made payable to ABD Construction Services LLC. Only those contractors obtaining bid documents from the Design Professional will be considered a registered bidder. A PRE-BID CONFERENCE is scheduled for Wednesday February 22, 2017 at 11:00 a.m. at the Administrative Offices of the Johnstown Housing Authority, 501 Chestnut Street, Johnstown, PA, 15906 in order that goals, regulations, etc are reviewed and other concerns of the project are discussed. A Certified Check or Bank Draft payable to the Johnstown Housing Authority or a satisfactory Bid Bond executed by the bidder and acceptable sureties in an amount of ten (10) percent of the bid shall be submitted with each bid. A separate bid bond is required for each bid submitted. Combined bonds are not acceptable. The bid documents shall be enclosed in an envelope (outer and inner) both of which shall be sealed and clearly labeled ÒBid for Capital Fund 2016 Ð ÒBid for General ConstructionÓ Roof Replacement at Town House Tower The Bidder shall be responsible for the placement of the firmÕs name on the outside of both bid envelopes. Contractors submitting bids for more than one trade must submit separate bid packages in separate inner and outer envelopes. The successful bidder will be required to furnish and pay for satisfactory performance and payment bond or bonds. Attention is called to all bidders that all applicable Equal Employment Opportunity requirements for federally-assisted construction contracts must be complied with. This includes strict compliance with Executive Order 11246 as amended (establishing a goal of 6.9% for female employment and 1.3 minority percentage by craft); Nondiscrimination; Executive Order 11625, Minority Business Enterprise; Executive Order 12138, Women-Owned Business Enterprise: Section 3 of Housing and Urban Development Act of 1968; and Civil Rights Act of 1964; Payment of all Prevailing Minimum Wages and Minority Business Participation. Notice is hereby given that this is a Section 3 covered project and that the Johnstown area has been defined as the Section 3 area. The Authority promotes the utilization of business concerns which are located in or owned in substantial part by persons residing in the Section 3 area and promotes job training and employment opportunities for qualified, lower income, Section 3 area residents. The Johnstown Housing Authority reserves the right to accept or reject any or all proposals or to waive any informality in the bidding, and to withhold contract award for a period of ninety (90) days. Bids will be received at the Administrative Offices of the Johnstown Housing Authority, 501 Chestnut Street, Johnstown, PA 15906, until Tuesday March 14, 2016, at 10:00 a.m. Bids will be publicly opened, the same day, at 10:15 a.m. in the Board Room. Daniel J. Kanuch, Executive Director

VEHICLE FOR SALE FORD FUSION: ...

$
0
0
Vehicle for Sale Ford Fusion: 2010 silver metallic, single owner, 6 Ð speed automatic transmission, 56,128 miles, body in excellent condition, sold as is. Sealed bids only will be accepted by March 10, 2017 at 10:00 am. Bids will be opened on March 10, 2017 at 10:00 am in the United School District Jr. / Sr. High School Board Room, 10780 Route 56 Hwy East, Armagh, PA 15920. The Board reserves the right to reject any or all bids. Thomas Kalinyak, Director of Finance/ Board Secretary United School District
Viewing all 10088 articles
Browse latest View live




Latest Images