00 11 13 - Advertisement for Bids SEALED BIDS Sealed bids will be received by the City of Appleton up to 1:45 PM. (C.S.T.) WEDNESDAY, FEBRUARY 24TH, 2021, in the office of the City Clerk, City Cente...
00 11 13 - Advertisement for Bids SEALED BIDS Sealed bids will be received by the City of Appleton up to 1:45 PM. (C.S.T.) WEDNESDAY, FEBRUARY 24TH, 2021, in the office of the City Clerk, City Center Building, Sixth Floor, 100 North Appleton Street, Appleton, Wisconsin 54911. Bids will be opened at 2:05 p.m. in Committee Room "A". Bid envelope to: 1) identify project, 2) identify bidder, and 3) be marked "SEALED BID". Bid envelope not properly marked will be cause for rejection. PROJECT: RECONSTRUCTION OF PARKING LOT #3 AT APPLETON MEMORIAL PARK. Drawings and Specifications have been prepared by McMahon Associates, Attn: Ben Hamblin, PE. Work consists of 7334SY full depth asphalt pulverization, 7363SY asphaltic pavement installation, 600SY concrete flatwork installation, 1017LF curb and gutter installation, biofilter construction, lighting system removal and replacement, and landscaping. A pre-bid conference has been scheduled beginning at 11:00am on February 17th, 2021 at the project, site, located in Appleton Memorial Park at 1717 Witzke Blvd. Digital bidding documents may be procured on-line from Quest Construction Data Network. Bidders need to access the Quest CDN website at www.questcdn.com and follow the instructions. You may download a digital copy of the bidding documents (Quest eBidDoc #7554002) for a fee of $35.00. Any fees required will be the responsibility of the Bidder. Only digital bidding documents will be made available. Any bidder who downloads Bid Documents from Quest CDN will be put on a planholders list and will then automatically be emailed notification if/when project addenda are issued. No bid will be opened unless the "Bidders Proof of Responsibility" for 2021 is filed in the office of the City Clerk not later than FRIDAY, FEBRUARY 19TH, 2021. Forms are included in specifications and are also available at the office of the City Clerk. The document is available on the City website as noted below and is included within the bid documents. http://www.appleton.org/home/showdocument?id=240 [bidder's proof of responsibility form]. Reference is made to §66.0901 Wisconsin Statutes. Sales Tax Exemption: Pursuant to §77.54(9m) certain items purchased by the contractor for this project may be subject to sales tax exemption and, in such cases, contractor shall not pay nor charge the City for said taxes. Bidder will be required to have Performance Bond/Labor and Material Payment Bond in the amount of 100% of the Contract. Cost of Bond shall be included in Bid. No bid shall be received unless accompanied by a bid bond equal to five percent of the bid, payable to the City 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 the lowest responsible bidder's bid is accepted. If the bidder fails to file such contract and bond within the time set by the City, the check or bid bond shall be forfeited to the City as liquidated damages. The City reserves the right to reject any and all bids or to accept any bid deemed for the best interests of the City and to waive any informalities in the bidding. DATE: FRIDAY, JANUARY 29TH, 2021 KAMI LYNCH, City Clerk February 3, 10, 2021 WNAXLP
ADVERTISEMENT FOR BID PROPOSALS CITY OF STURGEON BAY Notice is hereby given that the City of Sturgeon Bay will receive sealed bid proposals for Project 2102 Residential Building Demolitions at t...
ADVERTISEMENT FOR BID PROPOSALS CITY OF STURGEON BAY Notice is hereby given that the City of Sturgeon Bay will receive sealed bid proposals for Project 2102 Residential Building Demolitions at the office of the City Clerk: 421 Michigan Street, Sturgeon Bay, WI 54235 until 10:00 AM on March 9, 2021 at which time the bids will be publicly opened and read aloud. This project includes furnishing all materials, equipment, and labor necessary to complete the demolition and site restoration of residential properties at 212 W Locust Street and 1048 Egg Harbor Road in the City of Sturgeon Bay. A pre-bid meeting to examine the project sites will be held on Monday February 22, 2021 at 10:00 AM. This project can begin any time after completion of the Contract Documents and is to be completed by September 3, 2021. The Contract Documents (including plans and specifications) are on file and may be examined and obtained at City Hall: 421 Michigan Street, Sturgeon Bay, WI 54235 or by contacting the Municipal Services Director at (920) 495-0316. The City of Sturgeon Bay reserves the right to reject any or all bid proposals or accept the bid proposal most advantageous to the City. No bid proposal shall be withdrawn without the consent of the Common Council for a period of thirty (30) days after the scheduled time of closing bid proposals. Bonding will not be required; however, no bid proposal will be received unless accompanied by a bid security (in the form of a certified check payable to the City of Sturgeon Bay) equal to at least 5% (five percent) of the bid proposal as a guarantee, and if their bid proposal is accepted, the Contractor will execute and file the Contract forming a part of the specifications within 10 (ten) days after the award of the Contract. Prevailing wage rates are not required for this project. Mike Barker Municipal Services Director Run: Feb. 17, 24, 2021 WNAXLP
ADVERTISEMENT FOR BIDS DARBOY JOINT SANITARY DISTRICT NO. 1 Calumet & Outagamie Counties, Wisconsin OWNER - The Darboy Joint Sanitary District No. 1 acting through its Commission, hereby gives noti...
ADVERTISEMENT FOR BIDS DARBOY JOINT SANITARY DISTRICT NO. 1 Calumet & Outagamie Counties, Wisconsin OWNER - The Darboy Joint Sanitary District No. 1 acting through its Commission, hereby gives notice that sealed Bids will be received in the Sanitary District Office for the following described project. PROJECT The work shall consist of reconstruction of approximately 1,750 linear feet of 8-inch water main and 800 linear feet of 12-inch water main, including approximately 2,000 linear feet of water services. Additional work includes hydrant replacements, sanitary sewer manhole adjustments and reconstructions and lawn turf restoration along Creekview Lane in the Town of Buchanan/Village of Kimberly. Bids will be received on the following Contract(s): Contract No. D0001-09-21-00196 CREEKVIEW LANE WATER MAIN RECONSTRUCTION TIME Sealed Bids will be received until 9:00 a.m., local time, on Tuesday, March 2, 2021, in the Sanitary District Office, at which time and place all Bids will be publicly opened and read aloud. BIDS All Bids shall be addressed to Mr. George Schmidt, President, Darboy Joint Sanitary District No. 1, N398 CTH N, Appleton, WI, 54915. Bids shall be sealed and shall have the name and address of the Bidder and the Contract for which the Bid is being submitted on the outside of the envelope. All Bidders shall Bid in accord¬ance with and upon the Bid Forms included in the Contract Documents. EXAMINATION OF BIDDING DOCUMENTS The Project Documents are on file for inspection at the offices of McMahon Associates, Inc., 1445 McMahon Drive, Neenah, Wisconsin 54956. PROCUREMENT OF BIDDING DOCUMENTS In order to be a 'Plan Holder' or 'Bidder', each firm or organization shall either download Bidding Documents from the McMahon Associates, Inc. website (www.mcmgrp.com) utilizing QuestCDN eBidDocTM or by obtaining a hard copy as designated in this Advertisement For Bids. Complete digital Bidding Documents are available at www.mcmgrp.com or www.questcdn.com. Digital Bidding Documents may be downloaded for a non-refundable $35.00 by inputting Quest Project No. 7585805 on the website's Project Search page. 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 Bidding Documents is also available for a non-refundable $60.00 (approximate cost) plus applicable sales tax and shipping. Contact Blue Print Service Company for more information on paper Bidding Documents and payment options available. Full-size Drawings are available upon request at an additional cost. Neither the Owner nor McMahon Associates, Inc. shall be held responsible for the scale of downloaded Drawings. Printed Drawings obtained from Blue Print Service Company shall be considered to be scalable. Blue Print Service Company 2350 West Pershing Street; Suite A Appleton, WI 54914 920-733-4539 - Telephone 920-733-1438 - Fax bps@blueprintservice.com - Email Blue Print Service Company 2201 South Oneida Street, Suite 8 Green Bay, WI 54304 920-494-4539 - Telephone 920-494-4551 - Fax bps@blueprintservice.com - Email BID SECURITY No Bid shall be received unless accompanied by a Certified Check or satisfactory Bid Bond payable to the Darboy Joint Sanitary District No. 1 in an amount not less than 5% of the maximum Bid as a guaran¬tee that, if the Bid is accepted, the Bidder will execute and file the Contract, Performance/Payment Bonds, and Insurance Certifica¬tion, as required by the Contract Documents, within 15-days after the Notice of Award. BID REJECTION The OWNER reserves the right to reject any and all Bids, waive any informalities in Bidding or to accept the Bid or Bids which best serves the interests of the Darboy Joint Sanitary District No. 1. WITHDRAWAL OF BIDS No Bid shall be withdrawn for a period of 60-days after the scheduled opening without the consent of the OWNER. GOVERNING LAWS & REGULATIONS The Contract letting shall be subject to the provisions of Sections 66.0901, 66.0903 and 779.14 of the Wisconsin Statutes. Published by the authority of the Darboy Joint Sanitary District No. 1, acting through its Commission. DARBOY JOINT SANITARY DISTRICT NO. 1 Calumet & Outagamie Counties, Wisconsin George Schmidt, President Run: FEB. 16, 23, 2021 WNAXLP
ADVERTISEMENT FOR BIDS OWNER The Oneida Nation herby gives notice that sealed bids will be received in the Engineering Department, Little Bear Development Center, N7332 Water Circle Place, Oneida WI...
ADVERTISEMENT FOR BIDS OWNER The Oneida Nation herby gives notice that sealed bids will be received in the Engineering Department, Little Bear Development Center, N7332 Water Circle Place, Oneida WI. 54155 for the following described project. PROJECT Elder Village Cottages Phase III - Work consists of up to 8 freestanding houses of three designs. The houses are slab on grade wood frame construction, interior finishes, HVAC, and electrical. Site grading, driveways, pathways, and landscaping are included in the work. A complete description of the scope of work is noted in the Contract Documents. PROCUREMENT OF CONTRACT DOCUMENTS Only an Adobe Acrobat® electronic format digital file will be available and can be e-mailed upon request to the Project Manager, contact: Kevin House Project Manager Telephone: 920-869-4545 E-mail: khouse6@oneidanation.org 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 under this advertisement shall conform to the Oneida Nation's Indian Preference in Contracting law. SUBMITTAL DEADLINE The deadline for submitting sealed bids to the Engineering Department is noted in the contract documents and is: until 2:00 p.m., local time, on March 11, 2021. 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 March 11, 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 Kevin House at khouse6@oneidanation.org. 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. No bid shall be withdrawn after the opening of bids without the consent of the OWNER for a period of ninety (90) days from the bid closing date. A firm fixed-price contract award will be made to the lowest responsive and responsible bidder(s) for each contract: Contract 1 thru 4, or Contract 5. 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: Feb. 8 & 10, 2021 WNAXLP
ADVERTISEMENT FOR BIDS OWNER The Oneida Nation herby gives notice that sealed bids will be received in the Engineering Department, Little Bear Development Center, N7332 Water Circle Place, Oneida WI...
ADVERTISEMENT FOR BIDS OWNER The Oneida Nation herby gives notice that sealed bids will be received in the Engineering Department, Little Bear Development Center, N7332 Water Circle Place, Oneida WI. 54155 for the following described project. PROJECT Elder Village Cottages Phase III - Work consists of up to 8 freestanding houses of three designs. The houses are slab on grade wood frame construction, interior finishes, HVAC, and electrical. Site grading, driveways, pathways, and landscaping are included in the work. A complete description of the scope of work is noted in the Contract Documents. PROCUREMENT OF CONTRACT DOCUMENTS Only an Adobe Acrobat® electronic format digital file will be available and can be e-mailed upon request to the Project Manager, contact: Kevin House Project Manager Telephone: 920-869-4545 E-mail: khouse6@oneidanation.org 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 under this advertisement shall conform to the Oneida Nation's Indian Preference in Contracting law. SUBMITTAL DEADLINE The deadline for submitting sealed bids to the Engineering Department is noted in the contract documents and is: until 2:00 p.m., local time, on March 11, 2021. 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 March 11, 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 Kevin House at khouse6@oneidanation.org. 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. No bid shall be withdrawn after the opening of bids without the consent of the OWNER for a period of ninety (90) days from the bid closing date. A firm fixed-price contract award will be made to the lowest responsive and responsible bidder(s) for each contract: Contract 1 thru 4, or Contract 5. 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: Feb. 8 & 10, 2021 WNAXLP
ADVERTISEMENT FOR BIDS PROJECT: CTH C Bridge Over Kewaunee River, B-31-32 CTH C Kewaunee County BID DEADLINE: March 11, 2021 1:00 PM, Local Time NOTICE Sealed bid proposals for the above project wi...
ADVERTISEMENT FOR BIDS PROJECT: CTH C Bridge Over Kewaunee River, B-31-32 CTH C Kewaunee County BID DEADLINE: March 11, 2021 1:00 PM, Local Time NOTICE Sealed bid proposals for the above project will be received by Todd Every, Kewaunee County Commissioner until the Bid Deadline. Bid proposals must be submitted in electronic format through Quest vBid. Immediately after the Bid Deadline, the bids will be publicly opened and read aloud, online through electronic means. The bid opening for this project will be conducted using Microsoft Teams. Bidders and other interested parties may call the teleconference number: (715) 318-5006, conference ID: 908518486#, on the day of the bids to hear bids results announced. The teleconference line will be open 15 minutes before bids are due. Bids will be opened after the bid deadline. No in-person attendance at the bid opening will be possible. In general, the project consists of removing asphaltic surface, concrete masonry bridges, bar steel reinforcement, preparation bridge decks, cleaning decks, concrete surface repair, concrete masonry overlay decks, erosion control, and all incidental items necessary to complete the work as shown on the plans and included in the proposal and contract.A formal pre-bid meeting to examine the site will not be held. The site may be viewed at the contractor's convenience.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 60 days after the Bid Deadline. Bid security will be retained if the Bidder is awarded the Work and fails to execute the Contract and furnish 100% Performance and Payment Bonds. PROJECT FUNDING This project is receiving funding under the Local Roads Improvement Program. QUALIFICATIONS Bidders shall be experienced in this type of work and shall complete the Statement of Bidder's Qualifications bound with the proposal. The Statement of Bidder's Qualifications, if completed, shall be returned with the proposal. If you are prequalified with the Wis. Dept. of Transportation for work in the class and amount of your bid, a Statement of Bidder's Qualifications is not required. RIGHTS RESERVED Owner reserves the right to reject any or all bids and to waive informalities in any bid. Page 2 of 2 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: Todd Every, Kewaunee County Highway Commissioner 2/25 3/4/2021 WNAXLP
ADVERTISEMENT FOR BIDS 2021 Street Improvements Package 1 Georgia Ave. & S. 10th St. Bid No. 2451-21 Owner and Work: The City of Sheboygan and the Sheboygan Water Utility hereby give notice that ...
ADVERTISEMENT FOR BIDS 2021 Street Improvements Package 1 Georgia Ave. & S. 10th St. Bid No. 2451-21 Owner and Work: The City of Sheboygan and the Sheboygan Water Utility hereby give notice that sealed public bids will be received for 2021 Street Improvements Package 1, Georgia Ave. & S. 10th St. The majority work of this contract is generally described as follows: 22,000 SY of Asphalt Milling, 5,300 Tons of Asphalt Pavement, 5,340 SY of Concrete Pavement/Base, 6,200 LF of Sewer Lining (10-inch to 24-inch), 10 Inlet Relocations, 13,000 SF of Concrete Sidewalk, 2,400 LF of Curb and Gutter Signalized intersection, 3,100 LF of Water Main, 12-inch, 370 LF of Water Main, 6, 8 and 10-inch, 21 Each Water Main Valves, 6, 8 and 12-inch, 5 Each Fire Hydrants. Time and Place of Bid Opening: Bids will be received until 10:00 AM Local Time on Tuesday, February 23, 2021. Bids will be received using the QuestCDN vBid website. No Paper bids will be accepted. Prospective bidders must be on the plan holders list through QuestCDN for bids to be accepted. To access the bid form, download the project documents and select the online bidding button on the online advertisement. As soon as practical, after said closing time, all bids will be opened online and a summary of the bids will be available. A public opening will be held at the Municipal Services Building located at 2026 New Jersey Avenue, Sheboygan, WI. Bidding Documents: Complete digital project bidding documents are available at www.questcdn.com. You may download the digital plan documents for a non-refundable fee of $30 from the QuestCDN Website. Quest eBidDoc Number for this project is: 7523396 QuestCDN: Please contact QuestCDN.com at 952-233-1632 or info@questcdninfo.com for assistance in free membership registration, downloading, bidding and working with this digital project information. Pre-Bid Qualification: All bidders shall be required to file or have on file a valid Bidder's Proof of Responsibility form with the Engineering Division, City of Sheboygan, not less than five (5) days prior to the time of opening of these bids. Only bidders who have demonstrated their qualifications to perform the work will be permitted to bid. Forms are included in the proposed contract documents. Bid Security: A satisfactory Bid Bond, payable to the City of Sheboygan, WI, in an amount not less than five (5%) percent of the bid. Wage Rates: State and Federal Funds are being used on this project. This project is not subject to State of Wisconsin Wage Rates but is subject to Federal Wage Rates. Contractors are required to conform to the wage requirements prescribed by the federal Davis-Bacon and Related Acts, which requires that all laborers and mechanics employed by contractors and subcontractors performing on projects funded in whole or in part with federal assistance to be paid wages not less than the locally prevailing rates, as determined by the U.S. Department of Labor. Copies of the federal wage rate determination will be on file at the addresses listed for inspecting Bidding Documents and will be included in the Contract Documents Attention of bidders is also called to the fact that the successful bidder must insure the employees are applicants for employment are not discriminated against because of their race, color, sex, religion or national origin. The attention of the bidders is particularly called to the Federal requirements for equal opportunity (Executive Order 11246, Segregated Facilities, Section 109 and Section 3) and the conditions of employment to be observed and minimum wage rates to be paid under the contract. Legal Provisions: This contract letting shall be subject to the provisions of Section 62.15, 66.0901, and 779.15 of the Wisconsin Statutes. Ryan J. Sazama, P.E., A.I.A. City Engineer Run: February 9, 16, 2021 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 un...
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 10:00 am, Monday, March 8, 2021. Actual receipt is required by said time; deposit in the mail is insufficient. ONE QUAD AXLE TANKER TRUCK CHASSIS ONE QUAD AXLE PATROL TRUCK CHASSIS ONE SINGLE AXLE PATROL TRUCK CHASSIS 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 John St. Onge 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. JOHN ST. ONGE PURCHASING AGENT Run: February 22, March 1, 2021 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, February 17, 2021 up to time as indicated below. Actual receipt is required by said time; deposit in the mail is insufficient. CONCRETE BOX CULVERTS - 10:00 A.M. Contractors bidding on the work are required to pay wage rates in accordance with the bidding documents. Bids are for designing, manufacturing and delivering precast concrete box culverts materials. Bids do not include installation. 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 John St. Onge 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. Run: Feb. 3, 10, 2021 WNAXLP
ADVERTISEMENT FOR BIDS PROJECT: Green Isle Park Paving - Roadway Village of Allouez February 2021 BID DEADLINE: February 18, 2021 10:00 a.m., Local Time NOTICE Sealed bids for the above project will...
ADVERTISEMENT FOR BIDS PROJECT: Green Isle Park Paving - Roadway Village of Allouez February 2021 BID DEADLINE: February 18, 2021 10:00 a.m., Local Time NOTICE Sealed bids for the above project will be received by the Village of Allouez at Village Hall located at 1900 Libal Street, Green Bay, WI 54301 until the Bid Deadline. Immediately thereafter, the bids will be publicly opened and read aloud. In general, the project involves the complete reconstruction of Greene Avenue through Green Isle Park in the Village of Allouez. Work includes excavation, grading, asphaltic surface paving, and related items. A formal pre-bid meeting to examine the site will not be held. Contractor may view the site at their convenience. 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 60 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. QUALIFICATIONS If requested, the apparent low bidder will be required to submit evidence of qualifications to the Owner prior to award of contract. 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 $30.00. Bidding documents will be available February 4, 2021. Published by authority of: Village of Allouez Run: February 4, 11, 2021 WNAXLP