Local notices: Dec. 18, 2025
LEGAL NOTICE
TOWN OF RENSSELAERVILLE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that the Town of Rensselaerville is inviting sealed bids for the installation of overhead doors in the Garage Building at the Town Hall, 87 Barger Road, Medusa, NY. Bids are to be submitted in a sealed envelope that is clearly marked with the bidder name and subject. Faxed or electronically transmitted bids will NOT be accepted. Non-Collusive Bidding Certificates must accompany all bids.
All prices are to be based upon the complete installation of doors. Payment for the completed project will be made within thirty (30) days after the project has successfully passed the Town’s inspection.
Specifications:
Five (5) Insulated Doors each 16’ Wide X 12’ High (Final Dimensions to be taken by Contractor)
One (1) Insulated Door 14’ Wide X 12’ High (Final Dimension to be taken by Contractor)
All New Hardware and Trim
One (1) Row of Glass on Each of the Six (6) Doors
Use Existing Openers
Removal of Project Debris
Other bid documents are available from the Town Clerk at the above address during normal business hours or via email at
.
All bids are due to the Town Clerk no later than 6:00 pm on February 12, 2026 and will be awarded within a reasonable amount of time thereafter.
Technical questions may be submitted no later than 12:00 p.m. on February 6, 2026 to the Town Highway Superintendent, Jason Rauf, 518-239-4225.
BY ORDER OF THE TOWN BOARD
DATED: December 11, 2025
Victoria H. Kraker
Town Clerk
23-1t
LEGAL NOTICE
TOWN OF RENSSELAERVILLE
NOTICE TO BIDDERS
PLEASE TAKE NOTICE that the Town of Rensselaerville is inviting sealed bids for a Waste Oil Furnace System for the Garage Building at the Town Hall, 87 Barger Road, Medusa, NY. Bids are to be submitted in a sealed envelope that is clearly marked with the bidder name and subject. Faxed or electronically transmitted bids will NOT be accepted. Non-Collusive Bidding Certificates must accompany all bids.
All prices are to be based upon the completion of the Waste Oil Furnace System Project. Payment for the completed project will be made within thirty (30) days after the project has successfully passed the Town’s inspection.
Specifications:
Garage Dimensions: 105’ Long, 48’ Wide, 13’6” Height
Capable of maintaining 60-degree indoor temperature
Ceiling-hung installation connecting to existing chimney
1,000-gallon vertical, double walled, above ground waste oil tank
Include necessary piping, gauges, vents, valves, etc.
Installation included
Other bid documents are available from the Town Clerk at the above address during normal business hours or via email at
.
All bids are due to the Town Clerk no later than 6:00 pm on February 12, 2026 and will be awarded within a reasonable amount of time thereafter.
Technical questions may be submitted no later than 12:00 p.m. on February 6, 2026 to the Town Highway Superintendent, Jason Rauf, 518-239-4225.
BY ORDER OF THE TOWN BOARD
DATED: December 11, 2025
Victoria H. Kraker
Town Clerk
23-1t
LEGAL NOTICE
TOWN OF NEW SCOTLAND
Organizational Meeting
January 1, 2026 at 12:00 PM
In-Person Only
The Town Board of the Town of New Scotland will hold its Organizational Meeting, on Thursday, January 1, 2026 at 12:00 PM. The meeting will take place at Town Hall, 2029 New Scotland Road, Slingerlands, NY 12159. This meeting is in-person only.
Lisa R. Williams
New Scotland Town Clerk
The Town of New Scotland is an equal opportunity provider and employer.
23-2t
LEGAL NOTICE
Public hearing/Legal Notice
Please take notice the Town of Westerlo Planning/Zoning board is holding a public hearing on Monday 12/22/2025, at 7:00pm at the Richard Rapp Municipal Building located at 933 CR 401 in Westerlo. The public hearing is for an area variance requested by Markus Dennig to place a solar array on the roof of a non-conforming accessory structure. Town Zoning section 18.40(2) requires new roof top solar arrays be placed on structures conforming with all setback requirements for the subject zoning district as set forth in the zoning law. This proposed array is to be placed on an existing accessory structure located less than 50 feet from the property line, the setback required under the current Zoning law in the RD/A zone. This property is located at 816 CR 405 - Tax ID# 162.-2-5.
Dated December 11, 2025
By order of the Planning/Zoning Board
William Hall
Planning/Zoning Board Chairman
23-1t
LEGAL NOTICE
Request for Qualifications (RFQ)
Village of Altamont
Engineering Services for Water System Improvements
Project Description
The Village of Altamont is issuing this Request for Qualifications (RFQ) for the qualifications-based procurement of an engineering firm to assist with water system improvements. The proposed improvements include:
Construction of a pump station with flow metering and transmission main from the Town of Guilderland ‘s water system at Guilderland Center to the Village of Altamont to allow the Village to purchase water from the Town.
Utilizing a qualifications-based process, the Village will select a consulting engineering firm licensed in the State of New York to provide engineering services for: environmental review, permitting, funding application / administration, design, bidding, construction administration, construction observation, startup / commissioning and final close-out of the water system improvement project, including the grant reimbursement processes.
Drinking Water System
The Village of Altamont owns and operates the Brandle Road Wells in the Town of Guilderland, and the Gun Club Road well in the Village of Altamont. The Brandle Road Well Site, developed in 2006, includes two (2) groundwater wells situated in the same formation, providing the Village mechanical redundancy. The Brandle Road Wells are well-maintained and operated; however, they were taken out of service in March 2022 due to manganese maximum contaminant level (MCL) violations. The wells are currently used only as a backup to the Village’s Gun Club Road well.
A Preliminary Engineering Report (PER) entitled “Village of Altamont Water System Improvements” dated May 2025 was prepared for the Village by Barton and Loguidice, D.P.C., and serves as the basis for the current proposed project described above.
Drinking Water Funding
The Village was notified by the New York State Department of Health (DOH) that it had completed its evaluation for funding through the Drinking Water State Revolving Fund (DWSRF), Federal Fiscal Year (FFY) 2025 Infrastructure Investment and Jobs Act (IIJA), formerly known as Bipartisan Infrastructure Law (BIL), Emerging Contaminants (EC), for the Village’s water system improvements. The Village is eligible for an IIJA-EC grant award of up to $3,388,700.
Terms and Conditions
The project referenced in this RFQ is anticipated to be funded with New York State and/or Federal loan and grant funds. All project design, permitting, bidding, construction administration, construction observation, and closeout activities associated with the project must be performed in accordance with NYSEFC Equivalency Mandatory Terms Conditions, and terms and conditions of other funding programs as may be applicable.
In keeping with these requirements, the qualifications-based procurement standards for New York State Environmental Facilities Corporation Certification for Architectural/Engineering Services Procurement for Federally Funded Projects shall apply. Utilizing a qualifications-based process, the Village will select a consulting engineering firm to design, bid, administer and close-out various water and wastewater projects to be undertaken by the Village.
Consultant Selection Criteria
Consultants must demonstrate their level of competence and qualification, and each subcontractor’s level of competence and qualification, with respect to the listed evaluation factors for the services needed.
NOTE: These factors are not listed in order of importance.
Evaluation factors include:
Serve as Engineer-of-Record for the water system improvements.
The ability of the selected firm to provide the technical skills necessary to complete the water system improvements.
Size and experience of the consultant’s professional and technical staff with respect to the magnitude and complexity of the water system improvements.
Experience of the consultant’s professional staff with water treatment and water distribution system,
Record of success by the consultant for similar work performed for other municipalities.
Individual within the consultant’s organization who will be in direct charge of the work.
Whether the consultant has adequate staff and/or other resources to perform the work within schedule and meet funding program federal and state program requirements.
The approach the consultant proposes to use for the work and to keep the project within budget and on schedule.
Pertinent current ideas that may be presented by the consultant during the selection process.
Whether the consultant has an effective quality control program. Demonstrated ability to identify all necessary permits, regulatory requirements, and processes and obtain involved agency approvals.
Understanding of the importance of safety in design and constructability.
Demonstrated ability to run a diverse program including managing and coordinating schedules, deliverables, resources, and multiple consultants/sub-consultants.
Submit a list of communities/clients where you have provided similar design services.
After initial review of the submittals, a compact list of consultants may be developed for further consideration. These firms may be invited for an interview at the discretion of the Village’s qualifications review team. The best qualified firm will be selected based on its demonstrated competence and qualifications for the services required for the project. A more detailed scope of work and fee schedule will be negotiated with the best qualified firm. If negotiations are not successful with the selected firm, the Village will terminate negotiations with that firm and initiate negotiations with the next best qualified firm. When a fair and reasonable fee is established, a contract award recommendation will be made to the Village of Altamont Board of Trustees for its consideration.
Engineering Firm Insurance Requirements
The firm must meet the following insurance requirements.
Proof of Workers Compensation insurance coverage.
General Liability $1,000,000 per occurrence/$2,000,000 aggregate. The Village must be listed as additional insured and endorsement required.
Auto Liability Insurance $1,000,000 per occurrence combined single limits applicable to claims due to bodily injury and/or property damage. The Village must be listed as additional insured and endorsement required.
Professional Liability not less than $2,000,000 per loss.
Project Schedule
Below outlines the RFQ selection process schedule.
DATE/DESCRIPTION
Thursday, December 11, 2025
Request for Qualifications Advertised
Monday, January 12, 2026
Statement of Qualifications Received
January 13, 2026 – January 30, 2026
Review Qualifications Conduct Interviews, if needed.
February 3, 2026
Award to consultant at Village Board Meeting
Submission
Please provide a copy of your qualifications and related materials electronically and provide two (2) hard copies. Proposals shall be transmitted in a .PDF format and hard copies delivered, consisting of a Statement of Qualifications no later than 3:00 PM, January 12, 2026, the submittal deadline date.
Please mark your response “REQUEST FOR ENGINEERING QUALIFICATIONS – VILLAGE OF ALTAMONT” and EMAIL your response to:
. Deliver hard copies to:
Village of Altamont Village Clerk
Patricia Blackwood
115 Main Street, P.O. Box 643
Altamont, NY 12009
(518) 861-8554
Proposal Evaluation
The Village will review and rank the proposals using the factors /rating scale listed below to select the preferred consultant based on qualifications. Based upon the evaluation of the proposals, the Village reserves the right to invite any or all consultants for an interview before making a final selection. Such an invitation does not commit the Village to pay any costs incurred in participating in said interview.
The evaluation factors are:
Knowledge and familiarity with water treatment and water distribution systems; and wastewater treatment and collection systems.
Maximum Points: 30
Project Management Approach: Response as outlined regarding the Firm’s Project Management Approach and the performance of the identified services as well as the timeliness of project deliverables.
Maximum Points: 20
Availability of Staff and Experience of the Project Team: Having the right team helps deliver a project within budget and on schedule. The Village will give considerable weight to the individual qualifications of the project team members who will be assigned to do most of the work identified. Considerations will include the individuals’ qualifications, experience, and location of key personnel.
Maximum Points: 25
Experience with NYSEFC DWSRF and CWSRF programs including Equivalency Mandatory Terms and Conditions. The Firm’s familiarity and experience in successfully satisfying funding agency construction documents and DBE requirements will be reviewed and ranked.
Maximum Points: 25
Following the review of Statement of Qualifications, no guarantee of work assignments or projects can be made, however, the assignment of projects will be based on the Village’s needs.
The selection of the consultant will be valid for a period of five (5) years from the date of Village Board approval, and the Village reserves the right to renew the selected consultants for an additional two (2) years.
VI. Equal Opportunity / Affirmative Action Employer
All qualified engineers will receive consideration without regard to race, color, religion, creed, sex, age, or national origin. The Village encourages MWBE/DBE and Section three (3) firms to submit.
VII. Rights
The Village shall be the sole judge of whether a submittal conforms to the requirements of this RFQ and of the merits and acceptability of the individual submittals. Notwithstanding anything to the contrary contained herein, the Village reserves the right to take any of the following actions in connection with this RFQ: amend, modify or withdraw this RFQ; waive any requirements of this RFQ; require supplemental statements and information from any respondents to this RFQ; award a contract to as many or as few or none of the respondents as the Village may select; to award a contract to entities who have not responded to this RFQ; accept or reject any or all proposals received in response to this RFQ; extend the deadline for submission of proposals; negotiate or hold discussions with one or more of the respondents; permit the correction of deficient proposals that do not completely conform with this RFQ; waive any conditions or modify any provisions of this RFQ with respect to one or more respondents; reject any or all proposals and cancel this RFQ, in whole or in part, for any reason or no reason, in the Village’s sole discretion. The Village may exercise any such rights at any time, without giving notice to any respondent or other parties and without liability to any respondent or other parties for their costs, expenses or other obligations incurred in the preparation.
Questions regarding this RFQ should be directed to:
Village of Altamont Village Clerk
Patricia Blackwood
115 Main Street, P.O. Box 643
Altamont, NY 12009
(518) 861-8554
23-1t