ADVERTISEMENT FOR BIDS FOR CONTRACT 1-2023 ZLATNIK DRIVE ASPHALT PAVING FOR THE CITY OF TWO RIVERS NOTICE IS HEREBY GIVEN, that sealed bids will be received in the office of the Director of Public W...
ADVERTISEMENT FOR BIDS FOR CONTRACT 1-2023 ZLATNIK DRIVE ASPHALT PAVING FOR THE CITY OF TWO RIVERS NOTICE IS HEREBY GIVEN, that sealed bids will be received in the office of the Director of Public Works, Two Rivers City Hall, 1717 East Park Street, P.O. Box 87, Two Rivers, Wisconsin, 54241, up to Thursday, March 30, 2023 at 11:00 a.m. for the following work: Contract 1-2023 Zlatnik Drive Asphalt Paving at which time and place all bids shall be publicly opened and read. This project is part of the Local Road Improvement Program. This project will consist of pulverizing, bituminous paving and restoration a portion of Zlatnik Drive from 17th Street to Pierce Street, in the City of Two Rivers. Estimated major quantities are: Pulverize and Relay Roadway 2,840 SY Asphaltic Concrete Pavement 530 Ton Topsoil/Seeding Restoration 600 SY BIDS All bids shall be presented in a sealed envelope addressed to Mr. Matthew Heckenlaible, Director of Public Works, City of Two Rivers and plainly marked "1-2023: Zlatnik Drive Asphalt Paving". The name of the bidder shall appear on the outside of the envelope. EXAMINATION OF CONTRACT DOCUMENTS - Plans and specifications are on file and may be examined in the office of the Director of Public Works, Two Rivers City Hall, 1717 East Park Street, Two Rivers. Contract documents may be downloaded at no cost at two-rivers.org (upon entry of certain required information) or there is a nonrefundable fee of $20.00 for each paper set of specifications obtained and an extra nonrefundable fee of $10.00 for each set of specifications mailed. All bids shall be on the bid proposal form furnished by the City accompanied by a certified check or bid bond equal to at least 5% of the bid payable to the City of Two Rivers, as a guarantee that, if his bid is accepted, he will execute and file the proper contract, performance and payment bonds and certificate of insurance within the time limited by the City. If the successful bidder so files the required contract documents, upon the execution of the contract with the City, the check or bond shall be returned. In case the successful bidder fails to file the required contract documents, the amount of the certified check or bid bond shall be forfeited to the City as liquidated damages. The performance bond must be furnished in the full amount of the contract. The bond must be signed either by a surety company authorized to do business in the State of Wisconsin or by sureties who shall justify as to their responsibilities and by their several affidavits show that they are worth in the aggregate at least the amount mentioned in the contract in property not by law exempt from execution. Any alteration or extension of the bid form or furnishing unsolicited information may cause the bid to be declared informal and result in the bid being rejected. No bid shall be withdrawn for a period of forty-five (45) days after the scheduled time of opening bids. The City reserves the right to reject any or all bids, to waive any informality in bidding and/or accept the bid deemed most advantageous to the City. Portions of this project are funded through a Local Road Improvements Program (LRIP) grant from the Wisconsin Department of Transportation. Published by the authority of the City of Two Rivers CITY OF TWO RIVERS Manitowoc County, Wisconsin Gregory E. Buckley, City Manager City of Two Rivers, Manitowoc County Run: March 16, 23, 2023 WNAXLP
Advertisement for Bids Hickory Lane Hill Regrading Town of Oshkosh, Winnebago County, WI The Town of Oshkosh will receive sealed proposals for the Hickory Lane Hill Regrading until 7:00 PM local tim...
Advertisement for Bids Hickory Lane Hill Regrading Town of Oshkosh, Winnebago County, WI The Town of Oshkosh will receive sealed proposals for the Hickory Lane Hill Regrading until 7:00 PM local time Monday, March 27th, 2023 at the Offices of the Town of Oshkosh at which time and place all proposals will be publicly opened and read aloud. The Project consists of the reconstruction of approximately 225' of Hickory Lane. The intent of the project is to improve sight distance by lowering a hill by approximately 1.5'. The Plans and Specifications are on file and may be examined at the office of the Town of Oshkosh 230 East CTY Rd Y Oshkosh WI 54901. Copies of the Contract Documents may be obtained from Blue Print Services. Proposals shall be prepared and submitted on the forms provided in the bid documents. All proposals shall be submitted in a sealed envelope labeled "Proposal Hickory Lane Hill Regrading." No proposal shall be accepted after 7:00 PM on Monday March 27, 2023. No bid will be received unless accompanied by a certified check or bid bond equal to at least 5% but not more than 10% of the bid payable to Town of Oshkosh as a guarantee that if the bid is accepted, the Bidder will execute and file the Contract, Bond and Certificate of Insurance within fifteen days after the award of the Contract. If the successful Bidder so files the Contract, Bond and Certificate of Insurance, the Owner shall return the check or bond upon execution of the Contract. If the Bidder fails to file the Contract, Bond and Certificate of Insurance, the amount of the check or bid bond shall be forfeited to Town of Oshkosh as liquidated damages. No bid shall be withdrawn after the opening of the bids, without the consent of the Owner, for a period of thirty (30) days after the scheduled time for closing of the bids. The Owner reserves the right to reject any and all bids and to waive any informalities in the bidding. Engineers: MSS Engineering, LLC W9418 Oakwood Dr. Hortonville WI 54944 (920) 427-2359 Jeannette Merten Town of Oshkosh Clerk RUN: March 13, 20, 2023 WNAXLP
ADVERTISEMENT FOR BIDS LINCOLN AVENUE STORM WATER LIFT STATION UPGRADES [CONTRACT A - LIFT STATION] AND [CONTRACT B - UTILITIES] CITY OF FOND DU LAC FOND DU LAC COUNTY, WISCONSIN The City of Fond Du...
ADVERTISEMENT FOR BIDS LINCOLN AVENUE STORM WATER LIFT STATION UPGRADES [CONTRACT A - LIFT STATION] AND [CONTRACT B - UTILITIES] CITY OF FOND DU LAC FOND DU LAC COUNTY, WISCONSIN The City of Fond Du Lac will receive and accept bids ONLY through QuestCDN.com via the online electronic bid service (QuestvBid) for the construction of LINCOLN AVENUE STORM WATER LIFT STATION UPGRADES [Contract A - Lift Station] AND [Contract B - Utilities] until March 30, 2023 at 1:00 p.m. All bids will be downloaded and publicly read aloud during a virtual public bid opening that will be held at the day and time of the bid closing. All planholders will receive information via Quest on how to join the virtual meeting prior to the bid opening. A Pre-Bid conference will be held at 1:00 p.m. local time on March 24, 2023 at Lincoln Street Lift Station. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. The work for which bids are asked includes the following: The City of Fond du Lac, Wisconsin is requesting qualified and responsive bids for multiple prime contracts to construct storm water lift station and utility upgrades. Lincoln Avenue Storm Water Lift Station Upgrade Contract A Lift Station: The work for which bids are requested shall include complete construction of a Storm water Lift Station and demolition of the existing lift station(s). The project includes project administration, private property pre- and post-construction surveys, construction perimeter fencing, erosion control, site grading, memorial relocation, dewatering, yard piping, utility services upgrades, private electrical service upgrades, existing flood wall protection, permeable pavers, fencing, restoration, etc. The lift station is a insulated cavity wall masonry block and brick building constructed over a sheet pile construct wet well that includes sheet pile and heavy steel framing, helical piles, dewatering, welding high performance coatings, cathodic protection, electrical, plumbing, HVAC, process mechanical, instrumentation and control, and SCADA enhancements. The lift station will contain a custom owner furnished contractor install (3) vertical axial flow propeller pump(s), Electrical Power Gear, and standby diesel engine generator set with automatic transfer switch. Work under this contract includes demolition of the existing Lincoln Ave Lift station and Thomas Street Lift Station. Bidders will be required to coordinate with multiple owner agents, owner finished equipment supplier, other contractors, and A/E. Lincoln Avenue Storm Water Lift Station and Upgrade Contract B Utilities: The work for which bids are requested shall include complete construction of a roadway and utilities needed for the upgrade of the proposed storm water lift station and demolition of the existing lift station(s). The project includes project administration, private property pre- and post-construction surveys, construction limits protection, traffic control, erosion control, site grading, dewatering, yard piping, private electrical service upgrades, concrete sidewalk, curb and gutter, asphalt paving, storm sewer construction, water main construction, sanitary sewer construction, restoration, etc. Bidders will be required to coordinate with multiple owner agents, owner finished equipment supplier, other contractors, and A/E. The anticipated Contract A will be substantial completion date is June 14, 2025 and final completion date is August 15, 2025. The anticipated Contract B will be substantial completion date is August 8, 2025 and final completion date is October 17, 2025 Planholders list will be updated interactively on our web address at http://www.msa-ps.com under Bidding. Copies of the BIDDING DOCUMENTS are available at www.questcdn.com. QuestCDN Vbid system requires Bidders to purchase BIDDING DOCUMENTS from QuestCDN. You may download the digital plan documents for $45 by inputting Quest eBidDoc #8244362 on the website's Project Search page. No bid will be opened unless the "Bidder's Proof of Responsibility" for 2023 is filed at least five days before the scheduled time for opening of bids. Reference is made to Section 66.0901(2) and (3) Wisconsin Statutes. The Director of Public Works decision as to qualifications shall be final. Bidder's attention is called to the fact that this contract includes a "Disclosure of Ownership" form. Section 66.0903 (12)(d) of Wisconsin Statutes requires that each bidder complete this form. No bid will be considered unless the prospective bidder has completed the form entitled "Disclosure of Ownership". No proposal will be accepted unless accompanied by a certified check or bid bond equal to at least 5% of the amount bid, payable to the OWNER as a guarantee that, if the bid is accepted, the bidder will execute and file the proper contract and bond within 15 days after the award of the contract. If after 15 days the bidder shall fail to do so, the certified check or bid bond shall be forfeited to the OWNER as liquidated damages. No bid may be withdrawn within 60 days after the actual date of the opening thereof. OWNER reserves the right to waive any informalities or to reject any or all bids. Published by authority of the City of Fond du Lac, Wisconsin on March 15 and March 22, 2023 CITY OF FOND DU LAC ENGINEER: Christopher Johnson, P.E. 160 South Macy Street PO Box 1050 Fond du Lac, WI 54936 CONSULTING ENGINEER: MSA Professional Services, Inc. 1230 South Boulevard Baraboo, WI 53913 Scott Chilson, P.E. (608) 355-8868 RUN: March 15, 22, 2023 WNAXLP
ADVERTISEMENT FOR BIDS MARATHON COUNTY HIGHWAY DEPARTMENT 1430 West Street Wausau, Wisconsin 54401 Sealed bids will be accepted by the Marathon County Highway Department at the address above until, ...
ADVERTISEMENT FOR BIDS MARATHON COUNTY HIGHWAY DEPARTMENT 1430 West Street Wausau, Wisconsin 54401 Sealed bids will be accepted by the Marathon County Highway Department at the address above until, Tuesday, April 4, 2023, up to time as indicated below. Actual receipt is required by said time; deposit in the mail is insufficient. M-2023-4 ASPHALT SEALING - 10:00 A.M. Bid is for asphalt seals on various Marathon County Highways during the 2023 construction season. Bid information is available at: http://www.co.marathon.wi.us/Departments/HighwayDepartment/BiddingInformation.aspx or the Marathon County Highway Department office. Any questions should be directed to Craig Weborg at 715-261-1812. The General Code of the County of Marathon contains various procurement policies which are applicable to this proposed procurement. These include prohibitions against gratuities and kickbacks. CRAIG WEBORG PURCHASING AGENT Run: March 16,23, 2023 WNAXLP
ADVERTISEMENT FOR SEALED BIDS Subject: Bid No. CP23105 Building CC Level 1 Remodel for: Northeast Wisconsin Technical College Green Bay, Wisconsin Northeast Wisconsin Technical College will receive...
ADVERTISEMENT FOR SEALED BIDS Subject: Bid No. CP23105 Building CC Level 1 Remodel for: Northeast Wisconsin Technical College Green Bay, Wisconsin Northeast Wisconsin Technical College will receive stipulated sum proposals for furnishing all labor and material called out in the Drawings and Project Manual for the above-mentioned project until 2:00 p.m. CST on April 18, 2023. NWTC intends to award a contract to the lowest responsible bidder meeting specifications on a fixed fee and stipulated sum price the contractor is required to bid where indicated on the NWTC bid form. Sealed Bids should be mailed or emailed to the Northeast Wisconsin Technical College, District Office, 2740 W. Mason St., Green Bay, Wisconsin 54303. If sent by mail, Bids should be addressed to Purchasing Department, Northeast Wisconsin Technical College, 2740 W. Mason St., Green Bay, WI 54303. If sent by email, bids should be sent to Proposals@nwtc.edu. Any proposal received without the subject line of the email not properly and clearly marked may result in the proposal being rejected. It is the responsibility of the bidder to ensure the proposal is received on time. Any proposals received after the specified due date and time will be rejected. Late proposals will be rejected unopened, regardless of the degree of lateness or the reasons for lateness, including reasons beyond the control of the supplier. Sealed Bids will be opened at a Public Opening immediately after the Bid Due Time and read aloud via a virtual meeting. If you would like to attend the public bid opening please send a request to proposals@nwtc.edu to obtain a link to the virtual meeting before 10:00 AM CST, on bid opening April 18, 2023 The project is located at Northeast Wisconsin Technical College in Green Bay, Wisconsin. The scope of work includes approximately 6,831 square feet of interior remodeling on level 1 of building CC at the Green Bay campus. Work on this project will consist of a single lump sum contract for all work. Bidding documents are available after 4:00 pm, April 3, 2023 from the Office of the Architect, Somerville, Inc., 2100 Riverside Drive, Green Bay, Wisconsin 54301. Instructions for downloading electronic (.pdf) copies or requesting paper copies of the bidding documents can be obtained by emailing: planrequests@somervilleinc.com Paper copies of the bidding documents are available for the non-refundable cost listed below: Drawings/Project Manual: $75.00 Shipping/Handling: $30.00 An OPTIONAL PRE-BID MEETING is scheduled for April 6, 2023 at 11:00 AM. Bidders should meet at Entrance #7. This meeting is an opportunity to view the job site area. NWTC supports the promotion and development of Disadvantaged Business Enterprise (DBE) firms and encourages such firms to participate in the invitation to bid on this and other college projects. Bid Security is required. The accepted Bidder(s) will be required to provide a Performance, Labor and Material Payment Bond, and a Certificate of Insurance listing NWTC as "additional insured". Bids must be guaranteed for a minimum period of sixty days from the date of bid opening. Only sealed bids will be accepted when received as specified in the Project Manual. The Owner reserves the right to reject any or all bids. Contract award is contingent upon funds availability, budget considerations and any Federal or State Public Health Orders. Run: March 27, April 3, 2023 WNAXLP
AGENDA EGG HARBOR TOWN BOARD MARCH 20, 2023 AT 6:00PM NOTICE IS HEREBY GIVEN THAT THE EGG HARBOR TOWN BOARD WILL MEET ON MONDAY, MARCH 20, 2023 AT 6:00PM AT THE TOWN HALL, 5242 COUNTY I (EAST OF C...
AGENDA EGG HARBOR TOWN BOARD MARCH 20, 2023 AT 6:00PM NOTICE IS HEREBY GIVEN THAT THE EGG HARBOR TOWN BOARD WILL MEET ON MONDAY, MARCH 20, 2023 AT 6:00PM AT THE TOWN HALL, 5242 COUNTY I (EAST OF CARLSVILLE) WITH THE FOLLOWING AGENDA: 1. CALL TO ORDER WITH ROLL CALL 2. PLEDGE OF ALLEGIANCE 3. ADOPT THE AGENDA 4. APPROVE MINUTES 5. APPROVE FINANCIAL REPORT 6. OPEN SESSION-This is an opportunity for members of the audience to bring to the Town Board's attention any concerns regarding items listed on or not listed on the agenda. Comments will be limited to three (3) minutes per person with a maximum of (10) minutes for all items. 7. PRESENTATION FROM GIBRALTAR SCHOOLS ON UPCOMING SCHOOL REFERENDUM. 8. VARIANCE REQUEST OF SETBACK FROM THE NIAGARA ESCARPMENT LOCATED AT 6072 WINDSONG BLUFF DRIVE. OWNERS/HARRIS & DIANE DEJONG. 9. REQUEST FOR FOOD TRUCK AT DOOR PENINSULA WINERY. 10. TOWN ROADS TO INCLUDE WEIGHT LIMITS, DATE FOR ROAD TOUR AND MONUMENT POINT LANE. 11. TOWN ORDINANCES. 12. REGISTRATION OF UPCOMING WORKSHOPS. 13. REPORTS: A. PLANNING COMMISSION B. LICENSES, BUILDING & SIGN PERMITS C. COUNTY BOARD REPRESENTATIVE MONTHLY REPORT D. DOOR COUNTY TOURISM COMMISSION REPRESENTATIVE MONTHLY REPORT E. BROADBAND COMMITTEE 14. TOWN HALL, BUILDINGS & GROUNDS, TOWN PROPERTY 15. JOINT TOWN AND VILLAGE MATTERS A. FIRE STATION/BALL FIELD/CEMETERY/RECYCLING B. FIRE COMMISSION 16. CORRESPONDENCE 17. APPROVE VOUCHERS 18. ADJOURNMENT PAUL PETERSON, CHAIRMAN TAKE NOTE THAT ALL ITEMS ON THE FOLLOWING MATTERS MAY BE REVIEWED AND ACTED ON. POSTED: March 16, 2023 J.P. Express--Door County Coffee & Tea--Egg Harbor Town Hall Town Web Site: www.townofeggharbor.org Run: March 18, 2023 WNAXLP
AGENDA GREEN BAY METROPOLITAN SEWERAGE DISTRICT COMMISSION MEETING March 22, 2023 Hybrid meeting held both via Zoom Videoconference and in the Daniel J. Alesch Training Center, 2231 N. Quincy Street (...
AGENDA GREEN BAY METROPOLITAN SEWERAGE DISTRICT COMMISSION MEETING March 22, 2023 Hybrid meeting held both via Zoom Videoconference and in the Daniel J. Alesch Training Center, 2231 N. Quincy Street (If a member of the public or a customer would like to participate in the meeting via Zoom, please contact NEW Water at 920-432-4893 for access to the videoconference) 8:30 a.m. Vision: Protecting our most valuable resource, water. 1) Convene in closed session under State Statute 19.85(1)(e) for the purpose of deliberating or negotiating the purchase of public properties, the investing of public funds, or conducting other specified public business, whenever competitive or bargaining reasons require a closed session and State Statute 19.85 (1)(g) for the purpose of conferring with legal counsel for the Commission who is rendering oral or written advice concerning strategy to be adopted by the Commission with respect to litigation in which it is or is likely to become involved: a) Litigation involving Bayview Interceptor b) Potential litigation resulting from environmental testing by significant industrial user c) Potential transfer of certain interceptor segments pursuant to Section 5.05 of the Sewer Use Ordinance to a municipality d) Potential litigation concerning enforcement action against industrial user 2) Reconvene in open session. 3) Safety moment. 4) Approval of minutes of Commission meeting held February 22, 2023. 5) Request Commission approval to award the construction contract for the Green Bay Facility Ferric Chloride Pump Replacement Project #220005-CO2 to August Winter & Sons in the amount of $568,000. 6) Request Commission approval of Change Order No. 2 for the Green Bay Facility Pumping Station HVAC Rehabilitation Project #20-023-CO in the amount of $39,040 and extend substantial and final completion dates. 7) Sewer plan approvals: a. Village of Pulaski, Project #1966-01-22, GBMSD Request #2023-09 8) Adaptive Management Program Update. 9) 2022 Pretreatment Program Enforcement Summary. 10) 2022 Industrial Achievement Awards. 11) January and February Financials. 12) Update of Projects. a. DPF Tertiary Filtration and Service Water Improvements Update. 13) February 2023 Operations report. 14) Executive Director's report: a. April Commission meeting b. Courtney Mueller promoted from Accounting Specialist to Accounting Manager c. Cory Marcott transitioned from Utility Worker to Field Services Technician d. Commission vs. Executive Director approved policies e. Strategic Plan Update Run: March 21, 2023 WNAXLP
AMENDATORY ORDINANCE A2023-02-01 The Oconto County Board of Supervisors enacted an Amendatory Ordinance A2023-02-01 February 23, 2023 granting the rezoning application of Ronald Gorski to rezone t...
AMENDATORY ORDINANCE A2023-02-01 The Oconto County Board of Supervisors enacted an Amendatory Ordinance A2023-02-01 February 23, 2023 granting the rezoning application of Ronald Gorski to rezone the following described property from Forest District to Rural Residential District, Tax Parcel #010-242400314, Part of Section 24, T30N, R17E, Town of Breed. The full text of the ordinance (changes as well as the entire ordinance) is available at the Oconto County Clerk's Office at 301 Washington Street, Oconto, WI 54153, phone 920-834-6800 or at the website www.co.oconto.wi.us. Electronically Reviewed by Corporation Counsel on 02.16.2023 - BLE Run: March 22, 2023 WNAXLP
AMENDATORY ORDINANCE A2023-02-02 The Oconto County Board of Supervisors enacted an Amendatory Ordinance A2023-02-02 February 23, 2023 granting the rezoning application of Ken Christensen to rezone...
AMENDATORY ORDINANCE A2023-02-02 The Oconto County Board of Supervisors enacted an Amendatory Ordinance A2023-02-02 February 23, 2023 granting the rezoning application of Ken Christensen to rezone the following described property from Agricultural District to Rural Residential District, Tax Parcel #016-292901832A, Part of Section 29, T28N, R18E, Town of Gillett. The full text of the ordinance (changes as well as the entire ordinance) is available at the Oconto County Clerk's Office at 301 Washington Street, Oconto, WI 54153, phone 920-834-6800 or at the website www.co.oconto.wi.us. Electronically Reviewed by Corporation Counsel on 02.16.2023 - BLE Run: March 22, 2023 WNAXLP
AMENDATORY ORDINANCE A2023-02-03 The Oconto County Board of Supervisors enacted an Amendatory Ordinance A2023-02-03 February 23, 2023 granting the rezoning application of Keith Christensen to rezo...
AMENDATORY ORDINANCE A2023-02-03 The Oconto County Board of Supervisors enacted an Amendatory Ordinance A2023-02-03 February 23, 2023 granting the rezoning application of Keith Christensen to rezone the following described property from Forest District & Light Industrial District to Agricultural District, Tax Parcel #026-212100521, Part of Section 21, T29N, R18E, Town of Maple Valley. The full text of the ordinance (changes as well as the entire ordinance) is available at the Oconto County Clerk's Office at 301 Washington Street, Oconto, WI 54153, phone 920-834-6800 or at the website www.co.oconto.wi.us. Electronically Reviewed by Corporation Counsel on 02.16.2023 - BLE Run: March 22, 2023 WNAXLP