Advertisement for Bid Oconto County Forest & Parks Department Oconto County, Wisconsin Sealed bids will be received by the Oconto County Forest & Parks Department up to 1:00 PM, Local Time, Monday, M...
Advertisement for Bid Oconto County Forest & Parks Department Oconto County, Wisconsin Sealed bids will be received by the Oconto County Forest & Parks Department up to 1:00 PM, Local Time, Monday, May 3, 2021. Bids may be delivered or mailed to Monty Brink, Forest and Parks Administrator, Oconto County Forest & Parks Department; 301 Washington Street; Oconto, Wisconsin 54153-1620. Bids will be publicly opened and read at that time and date. Bid envelopes (bid envelopes not properly marked may be cause for rejection) shall be marked as follows: "Pedestrian Bridge Chute Pond Park" General Estimate of Major Quantities Borrow (Approximately 100 CY) Traffic Bond Limestone 3/8-Inch (Approximately 70 Ton) Removing Old Structure over Waterway with Minimal Debris Excavation for Structures Prefabricated Steel Truss Bridge and Install Concrete Masonry Bridges (Approximately 10 CY) Bar Steel Reinforcing HS Coated Structures (Approximately 500 LB) General Grading and Erosion Control Other Misc. Items/Demo Proposals shall be on forms furnished by Westwood Infrastructure, Inc. and will be available after April 12, 2021 at http://www.westwoodplanspace.com. Plans and specifications may be ordered for a fee through the web site in either electronic or printed format. No bid will be opened unless the "Bidders Proof of Responsibility" is filed with Oconto County Forest & Parks Department, at least five working days (April 26, 2021) before the scheduled time of opening of bids. Reference is made to Section 66.0901 Wisconsin Statutes. No bid shall be received unless accompanied by a certified check or bid bond equal to at least ten (10) percent of the bid, payable to Oconto County, as a guar¬antee that if the bid is accepted, the bidder will execute and file the proper contract and bond within 10 days from the date that the contract is awarded. In the event that the bidder fails to file such contract and bond within the time set by the County, the check or bid bond shall be forfeited to the County as liquidated damages. A Performance Bond in the amount of 100 percent of the total bid price, a Certificate of Insurance, together with an executed contract will be required of the successful bidder. The Oconto County Forest & Parks Department reserves the right to reject any and all bids, or to accept any bid deemed in the best interest of the County and to waive any informalities in the bidding. Monty Brink, Forest and Parks Administrator Oconto County Forest & Parks Department 301 Washington Street Oconto, WI 54153-1620 Run: April 14 & 21, 2021 WNAXLP
Advertisement for Bid Oconto County Forest & Parks Department Oconto County, Wisconsin Sealed bids will be received by the Oconto County Forest & Parks Department up to 1:00 PM, Local Time, Monday, M...
Advertisement for Bid Oconto County Forest & Parks Department Oconto County, Wisconsin Sealed bids will be received by the Oconto County Forest & Parks Department up to 1:00 PM, Local Time, Monday, May 3, 2021. Bids may be delivered or mailed to Monty Brink, Forest and Parks Administrator, Oconto County Forest & Parks Department; 301 Washington Street; Oconto, Wisconsin 54153-1620. Bids will be publicly opened and read at that time and date. Bid envelopes (bid envelopes not properly marked may be cause for rejection) shall be marked as follows: "Machickanee Boat Landing" General Estimate of Major Quantities Full Depth Pavement Removal (Approximately 900 SY) New Asphalt Paving and Base Aggregate (Approximately 710 SY) New Misc. Concrete and Base Aggregate (Approximately 95 SY) Demolition of Existing Boat Ramp/Dock 2 New Boat Ramps 1 New Concrete Dock Foundation General Grading and Erosion Control Other Misc. Items/Demo Proposals shall be on forms furnished by Westwood Infrastructure, Inc. and will be available after April 12, 2021 at http://www.westwoodplanspace.com. Plans and specifications may be ordered for a fee through the web site in either electronic or printed format. No bid will be opened unless the "Bidders Proof of Responsibility" is filed with Oconto County Forest & Parks Department, at least five working days (April 26, 2021) before the scheduled time of opening of bids. Reference is made to Section 66.0901 Wisconsin Statutes. No bid shall be received unless accompanied by a certified check or bid bond equal to at least ten (10) percent of the bid, payable to Oconto County, as a guarantee that if the bid is accepted, the bidder will execute and file the proper contract and bond within 10 days from the date that the contract is awarded. In the event that the bidder fails to file such contract and bond within the time set by the County, the check or bid bond shall be forfeited to the County as liquidated damages. A Performance Bond in the amount of 100 percent of the total bid price, a Certificate of Insurance, together with an executed contract will be required of the successful bidder. The Oconto County Parks Department reserves the right to reject any and all bids, or to accept any bid deemed in the best interest of the County and to waive any informalities in the bidding. Monty Brink, Forest and Parks Administrator Oconto County Forest & Parks Department 301 Washington Street Oconto, WI 54153-1620 Run: April 14 & 21, 2021 WNAXLP
Advertisement for Bid Marathon County, Wisconsin Sealed bids will be received by Westwood up to 10:00 AM, Tuesday, April 6, 2021 at the One Systems Drive, Appleton, WI 54914. The bids will be opened ...
Advertisement for Bid Marathon County, Wisconsin Sealed bids will be received by Westwood up to 10:00 AM, Tuesday, April 6, 2021 at the One Systems Drive, Appleton, WI 54914. The bids will be opened and read aloud shortly after 10:00 AM at Westwood, Appleton Office. Bids may be mailed to Westwood, Appleton Office at the above address. Bid envelopes not properly marked may be rejected and shall be marked as follows: "BID ENCLOSED" Attn: Kris Olson Marathon County Bridge Rehabilitation CTH C, CTH X, & CTH O B-37-137, 138, 139, & 151 Marathon County BASE BID - General Estimate of Quantities 2,400 CY of Excavation Common 5,400 TON of Base Aggregate Dense 1,000 TON of HMA Pavement 1,400 LF Beam Guard, Transitions, & Energy Absorbing Terminals Removing Old Structure (STA 302+50, 230+00, 102+50, & 404+25) Excavation for Structures Bridges (B-37-137, 138, 139, & 151) 513 CY Concrete Masonry Structures 130,000 LB Bar Steel Reinforcement HS Coated Structures Proposals shall be on forms furnished by Westwood and will be available after March 23, 2021 at https://www.westwoodplanspace.com. Plans and specifications may be ordered for a fee through the web site in either electronic or printed format. No bid will be opened unless the "Bidders Proof of Responsibility" is filed with Westwood, at least five working days (March 30, 2021) before the scheduled time of opening of bids. See Section 66.0901(2) Wisconsin Statutes. No bid shall be received unless accompanied by a certified check or bid bond equal to ten (10) percent of the bid, payable to Marathon County Highway Department, as a guarantee that if the bid is accepted, the bidder will execute and file the proper contract and bond within 10 days from the date that the contract is awarded. In the event that the bidder fails to file such contract and bond within the time set by the County, the check or bid bond shall be forfeited to the County as liquidated damages. Marathon County Highway Department reserves the right to reject any and all bids, or to accept any bid deemed in the best interest of the County and to waive any informalities in the bidding. Any questions about the project or the bid process can be directed to Westwood. Kris Olson - Westwood One Systems Drive Appleton, WI 54914 James Griesbach, Highway Commissioner 1430 West Street Wausau, WI 54403 Run: March 23 and 30, 2021 WNAXLP
ADVERTISEMENT FOR BIDS Sealed proposals will be received by: Village of Suamico For the 2021 Tennis & Pickleball Court Rehabilitation at Idlewild Community Park until 11:00 AM, April 27, 2021. Pro...
ADVERTISEMENT FOR BIDS Sealed proposals will be received by: Village of Suamico For the 2021 Tennis & Pickleball Court Rehabilitation at Idlewild Community Park until 11:00 AM, April 27, 2021. Proposals received after this time will be returned unopened. Proposals may only be upon form provided. Envelopes containing proposals must be sealed, marked "2021 Idlewild Community Park Tennis & Pickleball Court Rehabilitation Project" with the name and address of the bidder. Proposals shall be delivered to: Village of Suamico 12781 Velp Avenue Suamico, WI 54313 The complete form shall be without alterations, additions, or erasures. All proposals shall be on a lump sum basis. A 5% bid bond is required. The owner reserves the right to reject any or all proposals and to waive any irregularities in the proposals. Copies of the Bidding Documents are available through Fred Kolkmann Tennis & Sport Surfaces, LLC. Questions regarding the project should be directed to Fred Kolkmann at courtbuilder@ameritech.net / 1-262-685-7507. A pre-bid meeting is scheduled for Monday April 19th, 2021 at 10:30 am at the park. Bonnie Swan, Village Clerk Run: April 9, 16, 2021 WNAXLP
Advertisement for Bids For Construction at Appleton International Airport Appleton, Wisconsin Project no. ATW1008 / AIP-59 Sealed proposals for the work described herein will be received until 2:00...
Advertisement for Bids For Construction at Appleton International Airport Appleton, Wisconsin Project no. ATW1008 / AIP-59 Sealed proposals for the work described herein will be received until 2:00 p.m., local time, Thursday, April 22, 2021, by the Wisconsin Department of Transportation, Bureau of Aeronautics, on behalf of the Secretary, authorized agent for Outagamie County, in accordance with Wis. Stat. §114.32(3), at the office of the Bureau of Aeronautics, 4822 Madison Yards Way, 5th floor South, Madison, Wisconsin 53705; whereupon the sealed proposals received as provided above will be publicly opened and read via teleconference. The bid results will be posted as soon as practicable to the bureau of Aeronautics website here: https://wisconsindot.gov/Pages/doing-bus/aeronautics/airports/arpt-bidinfo.aspx COVID19 impact to bid submittal/delivery: Please be aware that bid submittal for this project will ONLY be accepted by mail through the United States Postal Service (USPS), as well as delivery services including, but not limited to, FedEx, UPS, DHL, and other similar delivery/courier services. No hand delivery of bids will be allowed or accepted. Mail and delivery services are generally delivered once a day to the state building and all parcels and mail are distributed once per day throughout the building. Please allow sufficient time for your bid to be received by the Bureau of Aeronautics prior to the bid deadline. Bids received by the Bureau of Aeronautics later than the time set forth above will be returned unopened. The correct mailing address is: Wisconsin Department of Transportation, Bureau of Aeronautics, 4822 Madison Yards Way, 5th Floor South, Madison, Wisconsin 53705. Sending bid documents by Priority Mail may not guarantee timely delivery to our office. Description of work: Runway Repairs and GA Taxiway Rehabilitation Estimate of major quantities: (Includes Base Bid and Alternate A) 22,000 CY Common Excavation; 4,155 LF Storm Sewer; 46,500 SY Composite Base Course In-Place; 7,000 CY Composite Base Course Transported and Placed; 12,300 TON HMA Pavement; 6,600 SY Concrete Pavement Removal; 5,450 SY Concrete Pavement Repair; 1,300 SY SHES Concrete Pavement Repair; 5,400 LF Route and Seal Random Cracks; 750 LF Concrete Pavement Partial Depth Joint Repair; 700 SF Concrete Pavement Partial Depth Surface Repair; 800 LF Concrete Pavement Partial Depth Edge Repair; 50 LF Concrete Pavement Partial Depth Repair Full Depth; 1,250 Drill Dowel Bars; 1,350 Drill Tie Bars; 17,400 SY Landscaping; 22 Each Retrofit LED Luminaires DBE Goal: 5.5% Contract Completion Time: 70 Working Days Proposals: Proposal forms are included with the plans and specifications, and are subject to the provisions of Wis. Stat. §66.0901(7). Plans and specifications: Plans and specifications which govern the work may be viewed online and prints may be ordered at Westwood Online Virtual Planroom, see link below: https://www.westwoodplanspace.com/ Proposal Submittal: This contract is NOT electronically bid. A paper bid submittal is required. COVID19 impact to bid submittal/delivery: Please be aware that bid submittal for this project will ONLY be accepted by United States Postal Service (USPS), as well as delivery services including, but not limited to, FedEx, UPS, DHL, and other similar delivery/courier services. No hand delivery of bids will be allowed or accepted. Mail and delivery services are generally delivered once a day to the state building and all parcels and mail are distributed once per day throughout the building. Please allow sufficient time for your bid to be received by the Bureau of Aeronautics prior to the bid deadline. Contractors electing to obtain plans & specifications via CD or any electronic method are still required to submit a paper bid proposal. Proposal guaranty: Each proposal must be accompanied by a bid bond, certificate of annual bid bond, a certified check, bank's draft, bank's check, or postal money order made payable to the Wisconsin Department of Transportation Secretary for 5% of the total amount bid. Certified checks may be drawn on the account of the bidder submitting the proposal. Qualification of bidders: The Bureau of Project Development "Prequalification Statement" (AKA: "Highways") will apply. The proper forms can be found at: https://wisconsindot.gov/Pages/doing-bus/contractors/hcci/prequal.aspx Bid proposals will be opened only from those who have established their qualifications for the work being bid upon. If a prospective bidder has submitted a current statement and received approval from the department, a re-submittal for this project is not required. Any prospective bidder who has not previously established their qualifications must file a pre-qualification statement on the proper forms and be received by the department no later than 12:00 noon, local time, Friday, April 16, 2021. Only prime or general contractors submitting the bid need to be prequalified; subcontractors do not need to be prequalified. The qualification statement is a sworn statement and consist of information relating to financial ability, equipment, and experience in the work prescribed in this proposal. The statement shall be in writing on the proper standard form furnished by the department. The department will evaluate the statement and determine acceptability prior to bid allowance. Each bidder is required to submit a "Bidder's Request to Bid/Current Workload" form for this project, and it should be received by the bureau no later than 24 hours prior to the bid opening. Bidders are urged to submit this form as early as possible to determine eligibility prior to preparing the bidding proposal. Failure to submit the request to bid/current workload form may result in the rejection of the bid. Federal Requirements: This project is federally funded and federal provisions and requirements apply. Federal provisions made part of, but not limited to this contract include: Buy American Preference, Foreign Trade Restriction, Davis Bacon, Affirmative Action, Governmentwide Debarment and Suspension, Governmentwide Requirements for Drug-free Workplace. Hours of labor and minimum wage rates: Pursuant to regulations provided by applicable federal and/or state laws, the hours of labor and minimum wage rates are set forth in the proposal. Affirmative action: The department hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. Affidavit of non-collusion: A required affidavit of non-collusion will be incorporated as part of the proposal cover provided to each prospective bidder. Failure to complete the sworn statement makes the bid non-responsive and ineligible for award consideration. By signing the proposal cover each bidder by or on behalf of the person, firm, association, or corporation submitting the bid, certifies that such person, firm, association, or corporation has not, either directly or indirectly, entered into agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. This sworn statement shall be executed and sworn to by the bidder before a person who is authorized by the laws of the state to administer oaths. Pre-bid conference: A pre-bid conference will be held on Tuesday, April 13, 2021 at 9:00am and will be conducted by video conference in accordance with best practices for COVID19 social distancing recommendations. To call Appleton International Airport Pre-bid Conference on Lifesize see instructions below: To join the meeting with presentation screen sharing, please click the following link: https://call.lifesizecloud.com/2622116 To join the meeting with audio only, call the following phone number: Phone number: +1 (312) 584-2401 Meeting extension: 2622116# A physical visit of the site may be authorized by the airport on a case by case basis. Questions arising from site visits shall be submitted by email to the contact person below. Answers will be provided to all plan holders via a subsequent addendum. The purpose of the meeting will be to familiarize all concerned persons with the project and conditions at the airport. For further information, contact Ben Backus at (920) 830-6161, or email ben.backus@westwoodps.com Outagamie County, Wisconsin Represented by Craig Thompson, Secretary Department of Transportation Sponsor's Authorized Agent Run: April 6, 13, 2021 WNAXLP
ADVERTISEMENT FOR BIDS PROJECT: Chambers Hill Farm 1st Addition Roadway Village of Suamico BID DEADLINE: Thursday April 29, 2021 1:00 PM, Local Time NOTICE Sealed bids for the above project will be ...
ADVERTISEMENT FOR BIDS PROJECT: Chambers Hill Farm 1st Addition Roadway Village of Suamico BID DEADLINE: Thursday April 29, 2021 1:00 PM, Local Time NOTICE Sealed bids for the above project will be received by the Village of Suamico at the Village Municipal Services Center, 12781 Velp Ave, Suamico, Wisconsin 54313, until the Bid Deadline. Immediately thereafter, the bids will be publicly opened and read aloud. In general, the project consists of base course fine grading, concrete curb and gutter, asphalt paving, topsoil and lawn restoration, site preparation, utility adjustments, and related work items. Work includes the following schedule of approximate quantities: 25,000 SY Lawn Restoration (Topsoil, Seed, Fertilize, Mulch) 18 EA Storm Sewer Manhole Adjustment 33 EA Storm Sewer Inlet Adjustment 5 EA Storm Cleanout Adjustment 19 EA Sanitary Manhole Adjustment 34 EA Gate Valve Box Adjustment 68 EA Curb Stop Box Adjustment 9847 LF 24" Mountable Curb and Gutter 200 TON Aggregate Base Course 2,776 TON Asphalt Pavement A single prime bid will be received for the work. BID SECURITY Bids must be accompanied by bid security in the amount of 5% of the maximum bid amount. Bid and bid security may not be withdrawn for a period of 90 days after the actual date of the opening thereof. Bid security will be retained if the Bidder is awarded the Work and fails to execute the Agreement and furnish 100% Performance and Payment Bonds. QUALIFICATIONS Bidders shall submit a Statement of Bidder's Qualifications with their bid. RIGHTS RESERVED Owner reserves the right to reject any or all bids and to waive informalities in any bid. BIDDING DOCUMENTS Bidding documents may be examined at the following location or obtained in PDF electronic format by download from the Quest Construction Data Network website (www.questCDN.com), for a non-refundable fee of $15.00. Village of Suamico Municipal Services Center 12781 Velp Ave Suamico, WI 54313 Publish on Thursday, April 15 & 22, 2021. Published by authority of: Bonnie Swan, Village Clerk. Run: April 15, 22, 2021 WNAXLP
ADVERTISEMENT FOR BIDS PROJECT: CTH J Bridge and Drainage Improvements Door County BID DEADLINE: April 28, 2021 10:00 AM, Local Time NOTICE Sealed bids for the above project will be received by Door ...
ADVERTISEMENT FOR BIDS PROJECT: CTH J Bridge and Drainage Improvements Door County BID DEADLINE: April 28, 2021 10:00 AM, Local Time NOTICE Sealed bids for the above project will be received by Door County until the Bid Deadline. Immediately thereafter, the bids will be publicly opened and read aloud, online through electronic means. Bids must be submitted in electronic format through Quest vBid. The bid opening for this project will be conducted using Microsoft Teams. Bidders may call the Teams teleconference number: (715)-318-5006, Meeting ID:651673131#, on the day of the bid to hear bids results announced. Bids will be opened after the bid deadline. No in-person attendance at the bid opening will be accommodated. In general, the project consists of bridge improvements, drainage improvements, storm sewer and underdrains, curb and gutter preparation and paving, trail curb ramps and gravel restoration, lawn restoration, traffic control, and related work items. No pre-bid will be held A single prime bid will be received for the work. BID SECURITY Bids must be accompanied by bid security in the amount of 5% of the maximum bid amount. Bid and bid security may not be withdrawn for a period of 45 days after the Bid Deadline. Bid security will be retained if the Bidder is awarded the Work and fails to execute the Agreement and furnish 100% Performance and Payment Bonds. PROJECT FUNDING This project is funded in part by Local Road Improvement Program. QUALIFICATIONS Bidders shall submit a Statement of Bidder's Qualifications with their bid. RIGHTS RESERVED Owner reserves the right to reject any or all bids and to waive informalities in any bid. BIDDING DOCUMENTS Bidding documents may be obtained in PDF electronic format by download from the Quest Construction Data Network website, accessible via www.AyresAssociates.com by clicking on the "Bidding" link, for a non-refundable fee of $45.00. Published by authority of: Door County, Wisconsin Run: April 14, 21, 2021 WNAXLP
ADVERTISEMENT FOR BIDS Sealed bids for VFW Park Ball Field Lighting Upgrades, Contract B-21, will be received by the Town of Freedom, Town Clerk, at the Town Hall, W2004 County S, Freedom, WI 54131, ...
ADVERTISEMENT FOR BIDS Sealed bids for VFW Park Ball Field Lighting Upgrades, Contract B-21, will be received by the Town of Freedom, Town Clerk, at the Town Hall, W2004 County S, Freedom, WI 54131, by 2:00 p.m., local time, April 15, 2021; and then at said office publicly opened and read aloud. The work, in general, will include the following schedule of work: Schedule A - Ballfield Lighting for existing ballfields (2 & 3) A single lump sum project for the installation of ball field lighting at existing baseball fields (2 and 3) located within the same park. Work includes removal of existing lighting poles and luminaires within two ballfields (Fields 2 and 3), direct bury light poles with luminaires, connection to existing electrical panels with new underground conduit and conductors. Schedule B - Ballfield Lighting for existing ballfield (4) A single lump sum project for the installation of ball field lighting at existing baseball field (4) located within the same park. Work includes direct bury light poles with luminaires within ballfield (4), connection to existing electrical panels with new underground conduit and conductors. The Owner reserves the right to select either Schedule A or Schedule B or Both Schedules as listed above. If the Owner selects one or more of the Schedule(s) the award of the contract shall be based upon the total sum of the Schedule(s) selected. The proposals shall be submitted on the forms furnished with the specifications. Each proposal shall be accompanied by a certified check payable to the owner equal to five percent (5%) of the proposal or a bid bond of a bonding company duly authorized to do business in the State of Wisconsin in an amount equal to five percent (5%) of the proposal. This proposal guarantee shall be subject to forfeiture as provided by law. Complete digital project bidding documents are available at www.cedarcorp.com. You may download the digital plan documents for $30.00 (Quest eBidDoc #7534345). Please contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information. An optional paper set of project documents is also available from Blue Print Service Company for a non-refundable cost plus applicable sales tax and shipping. (Full-size drawings are available upon request at an additional cost. Only printed plans obtained from Blue Print Service Company shall be considered scalable plans.) Contact Blue Print Service Company for pricing and instructions: 920-733-4539 or bps@blueprintservice.com. Proposals shall not be withdrawn for a period of 60 days after the date of opening. The Town of Freedom reserves the right to reject any or all of the proposals and to waive any informalities therein. By Authority of: Colleen Laha, Town Clerk Run: March 31, April 7, 2021 WNAXLP
ADVERTISEMENT FOR BIDS The Oneida Nation herby gives notice that sealed bids will be received in the Engineering Department office for the following described project. PROJECT - #17-013 Facility Acc...
ADVERTISEMENT FOR BIDS The Oneida Nation herby gives notice that sealed bids will be received in the Engineering Department office for the following described project. PROJECT - #17-013 Facility Accessibility Remodel for Oneida Nation School System, Oneida, Wisconsin The scope of services consists of remodeling restrooms to improve accessibility. Work consists of interior demolition, new partitions, interior finishes, fire protection, Plumbing, HVAC, and Electrical. A complete description of the scope of work is noted in the Contract Documents. PROCUREMENT OF CONTRACT DOCUMENTS Contract documents will be available starting Friday April 2nd, 2021 at 2:00 pm and can be obtained from the Office of the Architect by emailing planrequests@somervilleinc.com. Instructions for downloading or requesting printed copies of bidding documents will be emailed to you. INDIAN PREFERENCE To the greatest extent feasible, the Oneida Nation shall give preference in the award of contracts to certified Indian Organizations and certified Indian Owned companies. Any contract awarded for this project shall conform to the Oneida Nation's Indian preference in Contracting law. The awarded Contractor is contractually obligated to abide by the Oneida Code of Laws, Title 5. Business - Chapter 502 - Indian Preference in Contracting (aka: Oneida Indian Preference law). Per Article 502.9 of the law, the Contractor shall execute a compliance agreement with the Indian Preference Office. Codes/Laws are available for download on the Oneida Nation website: https://oneida-nsn.gov/government/register/laws/ PRE-BID WALK-THRU A Pre-Bid walk-thru has been scheduled for: April 9, 2021. Due to the on-going pandemic and safety concerns, interested bidders will need reserve a time slot on this date. Specific directions are denoted in the Instructions to Bidders. SUBMITTAL DEADLINE The deadline for submitting sealed bids to the Oneida Nation Engineering Department is noted in the contract documents and is before 2:00 PM on Tuesday April 27th, 2021. The Oneida Nation Engineering Department is located at: Little Bear Development Center N7332 Water Circle Place Oneida, WI Due to the on-going pandemic, the Engineering Office is closed to the public. No mailed bids will be accepted. In person delivery of bids will be accepted by a Tribal appointed person waiting outside of the Little Bear Development Center between 1:00 PM to 2:00 PM on the bid due date. Bids will be publicly opened by the OWNER and read aloud via a Microsoft Teams meeting at 2:05 PM on April 27, 2021. All plan holders will be emailed a meeting link one day prior to bid opening. Non-plan holders can request a meeting link by emailing Paul Witek at pwitek@oneidanation.org. The OWNER reserves the right to accept or reject any bids which may be advantageous to the OWNER. No bid shall be withdrawn after the opening of bids without the consent of the OWNER for a period of ninety (90) days after the scheduled time of receiving bids. Each bidder must deposit, with his bid, security in the amount of 5% of his bid in accordance with the conditions provided in the Instructions to Bidders. Performance and Payment Bonds are required. The contract shall be subject to Davis Bacon Federal Prevailing Wages. The awarded contractors will be required to obtain an Oneida Vendors License, if firm does not currently hold a license. Published by the authority of the Oneida Nation. Run: March 30, April 7, 2021 WNAXLP
ADVERTISEMENT FOR BIDS The Oneida Nation herby gives notice that sealed bids will be received in the Engineering Department office for the following described project. PROJECT - #17-013 Facility Acc...
ADVERTISEMENT FOR BIDS The Oneida Nation herby gives notice that sealed bids will be received in the Engineering Department office for the following described project. PROJECT - #17-013 Facility Accessibility Remodel for Oneida Nation School System, Oneida, Wisconsin The scope of services consists of remodeling restrooms to improve accessibility. Work consists of interior demolition, new partitions, interior finishes, fire protection, Plumbing, HVAC, and Electrical. A complete description of the scope of work is noted in the Contract Documents. PROCUREMENT OF CONTRACT DOCUMENTS Contract documents will be available starting Friday April 2nd, 2021 at 2:00 pm and can be obtained from the Office of the Architect by emailing planrequests@somervilleinc.com. Instructions for downloading or requesting printed copies of bidding documents will be emailed to you. INDIAN PREFERENCE To the greatest extent feasible, the Oneida Nation shall give preference in the award of contracts to certified Indian Organizations and certified Indian Owned companies. Any contract awarded for this project shall conform to the Oneida Nation's Indian preference in Contracting law. The awarded Contractor is contractually obligated to abide by the Oneida Code of Laws, Title 5. Business - Chapter 502 - Indian Preference in Contracting (aka: Oneida Indian Preference law). Per Article 502.9 of the law, the Contractor shall execute a compliance agreement with the Indian Preference Office. Codes/Laws are available for download on the Oneida Nation website: https://oneida-nsn.gov/government/register/laws/ PRE-BID WALK-THRU A Pre-Bid walk-thru has been scheduled for: April 9, 2021. Due to the on-going pandemic and safety concerns, interested bidders will need reserve a time slot on this date. Specific directions are denoted in the Instructions to Bidders. SUBMITTAL DEADLINE The deadline for submitting sealed bids to the Oneida Nation Engineering Department is noted in the contract documents and is before 2:00 PM on Tuesday April 27th, 2021. The Oneida Nation Engineering Department is located at: Little Bear Development Center N7332 Water Circle Place Oneida, WI Due to the on-going pandemic, the Engineering Office is closed to the public. No mailed bids will be accepted. In person delivery of bids will be accepted by a Tribal appointed person waiting outside of the Little Bear Development Center between 1:00 PM to 2:00 PM on the bid due date. Bids will be publicly opened by the OWNER and read aloud via a Microsoft Teams meeting at 2:05 PM on April 27, 2021. All plan holders will be emailed a meeting link one day prior to bid opening. Non-plan holders can request a meeting link by emailing Paul Witek at pwitek@oneidanation.org. The OWNER reserves the right to accept or reject any bids which may be advantageous to the OWNER. No bid shall be withdrawn after the opening of bids without the consent of the OWNER for a period of ninety (90) days after the scheduled time of receiving bids. Each bidder must deposit, with his bid, security in the amount of 5% of his bid in accordance with the conditions provided in the Instructions to Bidders. Performance and Payment Bonds are required. The contract shall be subject to Davis Bacon Federal Prevailing Wages. The awarded contractors will be required to obtain an Oneida Vendors License, if firm does not currently hold a license. Published by the authority of the Oneida Nation. Run: March 30, April 7, 2021 WNAXLP