ADVERTISEMENT FOR BIDS, INC. VILLAGE OF SANDS POINT

The Island Now

Legal Notice

ADVERTISEMENT FOR BIDS

INC. VILLAGE OF SANDS POINT

INTERIM REPAIRS OF SOUTH ROAD AND NASSAU COUNTY PRESERVE ELEVATED WATER STORAGE TANKS

Sealed Bids for Interim Repairs of South Road and Nassau County Preserve Elevated Water Storage Tanks will be received by the Inc. Village of Sands Point, Village Hall office, located at 26 Tibbits Lane, Sands Point, New York, until 10:30 a.m. (Local Time), on Thursday, September 6, 2018, and then at said office publicly opened and read aloud.

The work will be done under the following one contract and bidders must submit one proposal for such contract.

The Contract Documents, consisting of Advertisement for Bids, Instructions to Bidders, Bid, Bid Bond, Agreement, General Conditions, Supplementary Conditions, Performance Bond, Payment Bond, Drawings, Technical Specifications and Addenda may be examined at the following location:

D&B Engineers and

Architects, P.C.

330 Crossways Park Drive

Woodbury, NY 11797-2015

(516) 364-9890

All bidders must obtain a set of the Contract Documents.

Copies of the Contract Documents may be obtained at the office of D&B Engineers and Architects, P.C., 330 Crossways Park Drive, Woodbury, New York 11797, upon depositing the sum of $50.00, non-refundable, for each set of documents starting between the hours of 8:30 a.m. and 4:30 p.m. (checks made payable to the Inc. Village of Sands Point), on or after Thursday, August 16, 2018.

Each Bid must be accompanied by a certified or bank cashier’s check made payable to OWNER, or a Bid Bond issued by a surety licensed to conduct business in the state where the Project is located and named in the current list of ‘Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies’ as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury, in an amount not less than five percent of the amount of the Bid submitted. The list may be ordered from the Government Printing Office Bookstore, 26 Federal Plaza, Room 110, New York, NY 10278, (212) 264-3825.

All questions concerning the Contract Documents shall be directed to William D. Merklin at D&B Engineers and Architects, P.C. at (516) 364-9890, Ext. 3007.

The Bidder to whom the OWNER proposes to award the Contract will be required to furnish performance and payment bonds and the necessary insurance certificates as prescribed in the General Conditions and the Supplementary Conditions upon the execution of the Agreement.

Bidders are required to execute a non-collusive bidding certification required by Section 103-d of the General Municipal Law of the State of New York.

The attention of Bidders is particularly called to the requirements as to the conditions of employment to be observed and the minimum wage rates to be paid under the contracts.

Bidders are also required to comply with the anti-discrimination provisions of Sections 290-301 of the Executive Law of the State of New York.

Bidders must complete and submit with his​/​her bid the ‘Iranian Investment Activities Certification’ provided in the Bid Form in compliance with General Law 103-g, Iranian Energy Sector Divestment.

The OWNER reserves the right to reject any or all of the Bids received, to readvertise for Bids, to abandon the project, to waive any or all informalities in any Bid received and to accept any proposal which the OWNER decides to be for the best interest of the OWNER.

BY ORDER OF THE BOARD OF TRUSTEES

INC. VILLAGE OF SANDS POINT

LIZ GAYNOR,

VILLAGE CLERK

PW #148992

1x 08/17​/2018 #148992

Share this Article