Advertisement for Bid Algoma Sanitary District #1 Winnebago County, Wisconsin Sealed bids will be received by the Algoma Sanitary District #1 at their offices up to 3:00 PM, Local Time, Tuesday, Mar...
Advertisement for Bid Algoma Sanitary District #1 Winnebago County, Wisconsin Sealed bids will be received by the Algoma Sanitary District #1 at their offices up to 3:00 PM, Local Time, Tuesday, March 21, 2023. Bids may be delivered or mailed to Kevin Mraz, Utility Director; 3477 Miller Drive; Oshkosh, Wisconsin 54904. 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: "Oakwood Lane Watermain Extension" General Estimate of Major Quantities 750 LF 6" Directionally Bored HDPE Watermain Installation with Water Services & Hydrants. Watermain, Valves, Fittings, Hydrants, Services, and Parts Provided by District. Proposals shall be on forms furnished by Algoma Sanitary District #1 and will be available as of March 15, 2023 by contacting the District Office at (920) 426-0335 or by email at district.office@algomasd.org. Plans and specifications are available by request in either electronic or printed format. A Certificate of Insurance, together with a fully completed and signed bid packet, will be required of the successful bidder. The Algoma Sanitary District #1 reserves the right to reject any and all bids, or to accept any bid deemed in the best interest of the Sanitary District and to waive any informalities in the bidding. Kevin Mraz, Utility Director Algoma Sanitary District #1 3477 Miller Drive Oshkosh, WI 54904 Run: March 15, 2023 WNAXLP
ADVERTISEMENT FOR BIDS PROJECT: CTH X (Wisconsin Avenue) Reconstruction City of New Holstein March 2023 BID DEADLINE: April 14, 2023 9:00 a.m., Local Time NOTICE Sealed bids for the above project w...
ADVERTISEMENT FOR BIDS PROJECT: CTH X (Wisconsin Avenue) Reconstruction City of New Holstein March 2023 BID DEADLINE: April 14, 2023 9:00 a.m., Local Time NOTICE Sealed bids for the above project will be received by Calumet 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 Microsoft Teams teleconference number: (715) 318-5006, Conference ID: 165158006#, 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. In general, the project consists of the reconstruction of CTH X (Wisconsin Avenue) from approximately 150-ft west of Jackson Street to the eastern City of New Holstein limits. The work includes but is not limited to 2,465 lineal feet of water main, 2,730 lineal feet of sanitary sewer, storm sewer realignment, catch basin spot replacement, repairs and adjustments, construction of 16'-6" x 6'-8" aluminum box culvert, 3,150 lineal feet of curb and gutter, spot sidewalk replacement, 2,215 tons of HMA pavement, turf replacement, and related items. A formal pre-bid meeting to examine the site will not be held. Contractors may view the project 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 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 The contract awarded under this bid advertisement will be funded in part by financial assistance from the Wisconsin Safe Drinking Water Loan Program and Wisconsin Clean Water Fund Program and will be subject to regulations contained in Wis. Adm. Code, s. NR 166.12, Wis. Adm. Code, s. NR 162.09, and appropriate state statutes. Bidders agree to abide by Executive Order 11246, as amended, and the provisions for civil rights, equal employment opportunity, and affirmative action set forth in the Bidding Documents. This procurement is subject to regulations contained in NR 166.12(4) and 162.09(4) for solicitation of disadvantaged business enterprises (DBEs). We encourage DBEs, including MBEs and WBEs, to submit bids. WAGE RATES Minimum salaries and fringes to be paid on the project shall be in accordance with the prevailing wage rate scales established by the Federal Department of Labor. Attention is called to the fact that not less than the minimum salaries and fringes set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applications for employment are not discriminated against because of their race, color, religion, sex, national origin, or other protected class. Federal Labor standards program laws, including, but not limited to the Davis Bacon Act, the Copeland Anti-Kickback Act, and the Contract Work Hours and Safety Standards Act apply to all work. QUALIFICATIONS All prime bidders and subcontractors must complete a Bidder's Proof of Responsibility (pre-qualification) form, available with the bid documents for this contract. The document must be filed at Ayres Associates no later than April 5, 2023, and shall show sufficient ability, equipment, and experience to properly perform work required in the contract. The Owner's decision as to qualifications shall be final. Pre-qualifications shall be emailed in PDF format to Karen Menne-Jacobsen at JacobsenK@AyresAssociates.com and Ramona Fan at fanr@ayresassociates.com. Asphalt paving bidders shall be experienced in the type of work required by this contract and shall be pre-qualified with the Wis. Dept of Transportation in the class and amount of 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 $64.00. Published by authority of: Calumet County Run: March 23, 30, 2023 WNAXLP
ADVERTISEMENT FOR BIDS STURGEON BAY UTILITIES City Of Sturgeon Bay, Door County, Wisconsin OWNER Sturgeon Bay Utilities, acting through its Commission, hereby gives notice that sealed Bids will b...
ADVERTISEMENT FOR BIDS STURGEON BAY UTILITIES City Of Sturgeon Bay, Door County, Wisconsin OWNER Sturgeon Bay Utilities, acting through its Commission, hereby gives notice that sealed Bids will be received in the office of Sturgeon Bay Utilities for the following described project. PROJECT The work shall consist of constructing a new Biosolids Storage Building, including providing a new concrete holding tank and other items described in the Bidding Documents for the Biosolids Storage Building complete and operational for the Sturgeon Bay Utilities Wastewater Treatment Facility, Door County, Wisconsin. Bids will be received on the following Contract: Contract No. S0007-09-22-00541 BIOSOLIDS STORAGE BUILDING TIME Sealed Bids will be received until 2:00 p.m., local time, on March 28, 2023, in the offices of Sturgeon Bay Utilities, at which time and place all Bids will be publicly opened and read aloud. BIDS All Bids shall be addressed to Jeff Hoffman, Water & Wastewater Utility Manager, Sturgeon Bay Utilities, 230 E. Vine Street, PO Box 27, Sturgeon Bay, WI 54235. 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 download Bidding Documents from the McMahon Associates, Inc. website (www.mcmgrp.com) utilizing QuestCDN eBidDocTM. Complete digital Bidding Documents are available at www.mcmgrp.com or www.questcdn.com. Digital Bidding Documents may be downloaded for a non-refundable $50.00 by inputting Quest Project No. 8413938 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. BID SECURITY No Bid shall be received unless accompanied by a Certified Check or satisfactory Bid Bond payable to the Sturgeon Bay Utilities 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 Sturgeon Bay Utilities. WITHDRAWAL OF BIDS No Bid shall be withdrawn for a period of 90-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. WAGE RATE DETERMINATIONS - The CONTRACTOR shall be required to pay not less than the Wage Rates established for the project by Sturgeon Bay Utilities, and/or the State of Wisconsin Department of Workforce Development and the U.S. Department Of Labor - Davis-Bacon, and pay wages at rates not less than the highest rate noted for each trade. Copies of the applicable Wage Rates are on file with the OWNER and/or incorporated in the Contract Documents. WISCONSIN CLEAN WATER FUND - Any Contract or Contracts awarded under this Advertisement For Bids is expected to be funded in part from the Wisconsin Clean Water Fund (CWF). This procurement will be subject to regulations contained in NR.162, Wisconsin Adminis¬tra¬tive Code and appropriate State Statues. This project has not been designated a Federal Equivalency project. DISADVANTAGED BUSINESS ENTERPRISES - Sturgeon Bay Utilities encourages Disadvantaged Business Enterprises (DBE), including Minority-Owned Businesses (MBE) and Women-Owned Businesses (WBE), to submit Bids. Any Contract or Contracts awarded under this Advertisement For Bids shall demonstrate positive efforts to utilize Minority-Owned and Women-Owned Businesses. This procurement will be subject to regulations contained in NR.162. AMERICAN IRON & STEEL - It shall be mandatory for the CONTRACTOR(s), including any Subcontractor, to comply with all requirements of Federal HR 3547, 'Consolidated Appropriations Act, 2014', specifically Division G, Title IV, as it pertains to the use of American Iron and Steel. Published by the authority of the Sturgeon Bay Utilities, acting through its Commission. STURGEON BAY UTILITIES City of Sturgeon Bay, Door County, Wisconsin Run: Door County Advocate 235 North Third Avenue PO Box 170 Sturgeon Bay, WI 54235 Email: legals@doorcountyadvocate.com Telephone: 920-431-8298 Run: March 4,11,2023 WNAXLP
ADVERTISEMENT FOR BIDS PROJECT NUMBERS 2023-72-03 CHIP Project COLD IN-PLACE RECYCLING (CIR) COUNTY HIGHWAY W WOOD COUNTY, WISCONSIN County Road W from 32nd Street CTH U is a County Highway Local ...
ADVERTISEMENT FOR BIDS PROJECT NUMBERS 2023-72-03 CHIP Project COLD IN-PLACE RECYCLING (CIR) COUNTY HIGHWAY W WOOD COUNTY, WISCONSIN County Road W from 32nd Street CTH U is a County Highway Local Road Improvement Program Project (LRIP CHI). Plans and Specifications for the County Highway W CIR Project are available at the Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495 for a nonrefundable fee of $20.00 per set, or bidders may obtain a copy by contacting the Wood County Highway Department at (715) 421-8875 (between the hours of 7:00 AM and 3:00 PM, Monday through Friday), with a valid email address a pdf can be sent to bidders. Wood County Highway Department does not accept responsibility for incomplete or non-deliverable emails. Approximately: PROJECT 2023-72-03 CTH W CHIP Project 47,900 Square Yards (by 3-inches) of Cold In-place recycling pavement partial depth between 32nd Street CTH U (average width 32 feet) Total 47,900 Square Yards of CIR 3-inch depth. PREQUALIFICATION OF BIDDERS BIDDER may be asked to submit evidence of BIDDER's qualifications to do this type of work in the state of Wisconsin prior to the award of the contract. Bids will not be accepted from any BIDDER listed on Wood County or the State of Wisconsin Disapproved, Suspended, and Debarred Contractors list or the Federal Excluded Parties List. SUBMITTAL OF BIDS Bidders shall submit bids in a separate sealed envelope for the contract to the Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495. Bids will be received during regular office hours until 9:00 AM local time, Tuesday, April 4, 2023. The bids will be opened following the closing of the bidding at 9:00 AM local time, Tuesday, April 4, 2023 at Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495. Roland Hawk, Commissioner Wood County Highway Department Run: March 21, 28, 2023 WNAXLP
ADVERTISEMENT FOR BIDS PROJECT NUMBERS 2023-72-03 CHIP Project COLD IN-PLACE RECYCLING (CIR) COUNTY HIGHWAY W WOOD COUNTY, WISCONSIN County Road W from 32nd Street CTH U is a County Highway Local ...
ADVERTISEMENT FOR BIDS PROJECT NUMBERS 2023-72-03 CHIP Project COLD IN-PLACE RECYCLING (CIR) COUNTY HIGHWAY W WOOD COUNTY, WISCONSIN County Road W from 32nd Street CTH U is a County Highway Local Road Improvement Program Project (LRIP CHI). Plans and Specifications for the County Highway W CIR Project are available at the Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495 for a nonrefundable fee of $20.00 per set, or bidders may obtain a copy by contacting the Wood County Highway Department at (715) 421-8875 (between the hours of 7:00 AM and 3:00 PM, Monday through Friday), with a valid email address a pdf can be sent to bidders. Wood County Highway Department does not accept responsibility for incomplete or non-deliverable emails. Approximately: PROJECT 2023-72-03 CTH W CHIP Project 47,900 Square Yards (by 3-inches) of Cold In-place recycling pavement partial depth between 32nd Street CTH U (average width 32 feet) Total 47,900 Square Yards of CIR 3-inch depth. PREQUALIFICATION OF BIDDERS BIDDER may be asked to submit evidence of BIDDER's qualifications to do this type of work in the state of Wisconsin prior to the award of the contract. Bids will not be accepted from any BIDDER listed on Wood County or the State of Wisconsin Disapproved, Suspended, and Debarred Contractors list or the Federal Excluded Parties List. SUBMITTAL OF BIDS Bidders shall submit bids in a separate sealed envelope for the contract to the Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495. Bids will be received during regular office hours until 9:00 AM local time, Tuesday, April 4, 2023. The bids will be opened following the closing of the bidding at 9:00 AM local time, Tuesday, April 4, 2023 at Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495. Roland Hawk, Commissioner Wood County Highway Department Run: March 21, 28, 2023 WNAXLP
ADVERTISEMENT FOR BIDS PROJECT NUMBERS 2023-72-04 CHIP Project COLD IN-PLACE RECYCLING (CIR) COUNTY HIGHWAY F WOOD COUNTY, WISCONSIN County Road F from CTH HH US 10 is a County Highway Local Road ...
ADVERTISEMENT FOR BIDS PROJECT NUMBERS 2023-72-04 CHIP Project COLD IN-PLACE RECYCLING (CIR) COUNTY HIGHWAY F WOOD COUNTY, WISCONSIN County Road F from CTH HH US 10 is a County Highway Local Road Improvement Program Project (LRIP CHI). Plans and Specifications for the County Highway F CIR Project are available at the Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495 for a nonrefundable fee of $20.00 per set, or bidders may obtain a copy by contacting the Wood County Highway Department at (715) 421-8875 (between the hours of 7:00 AM and 3:00 PM, Monday through Friday), with a valid email address a pdf can be sent to bidders. Wood County Highway Department does not accept responsibility for incomplete or non-deliverable emails. Approximately: PROJECT 2023-72-04 CTH F CHIP Project 155,500 Square Yards (by 3-inches) of Cold In-place recycling pavement partial depth between CTH HH CTH P (average width 26 feet) 8,500 Square Yards (by 3-inches) of Cold In-place recycling pavement partial depth between CTH P US 10 (average width 32 feet) Total 164,000 Square Yards of CIR 3-inch depth. PREQUALIFICATION OF BIDDERS BIDDER may be asked to submit evidence of BIDDER's qualifications to do this type of work in the state of Wisconsin prior to the award of the contract. Bids will not be accepted from any BIDDER listed on Wood County or the State of Wisconsin Disapproved, Suspended, and Debarred Contractors list or the Federal Excluded Parties List. SUBMITTAL OF BIDS Bidders shall submit bids in a separate sealed envelope for the contract to the Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495. Bids will be received during regular office hours until 9:00 AM local time, Tuesday, April 4, 2023. The bids will be opened following the closing of the bidding at 9:00 AM local time, Tuesday, April 4, 2023 at Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495. Roland Hawk, Commissioner Wood County Highway Department Run: March 21, 28, 2023 WNAXLP
ADVERTISEMENT FOR BIDS PROJECT NUMBERS 2023-72-04 CHIP Project COLD IN-PLACE RECYCLING (CIR) COUNTY HIGHWAY F WOOD COUNTY, WISCONSIN County Road F from CTH HH US 10 is a County Highway Local Road ...
ADVERTISEMENT FOR BIDS PROJECT NUMBERS 2023-72-04 CHIP Project COLD IN-PLACE RECYCLING (CIR) COUNTY HIGHWAY F WOOD COUNTY, WISCONSIN County Road F from CTH HH US 10 is a County Highway Local Road Improvement Program Project (LRIP CHI). Plans and Specifications for the County Highway F CIR Project are available at the Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495 for a nonrefundable fee of $20.00 per set, or bidders may obtain a copy by contacting the Wood County Highway Department at (715) 421-8875 (between the hours of 7:00 AM and 3:00 PM, Monday through Friday), with a valid email address a pdf can be sent to bidders. Wood County Highway Department does not accept responsibility for incomplete or non-deliverable emails. Approximately: PROJECT 2023-72-04 CTH F CHIP Project 155,500 Square Yards (by 3-inches) of Cold In-place recycling pavement partial depth between CTH HH CTH P (average width 26 feet) 8,500 Square Yards (by 3-inches) of Cold In-place recycling pavement partial depth between CTH P US 10 (average width 32 feet) Total 164,000 Square Yards of CIR 3-inch depth. PREQUALIFICATION OF BIDDERS BIDDER may be asked to submit evidence of BIDDER's qualifications to do this type of work in the state of Wisconsin prior to the award of the contract. Bids will not be accepted from any BIDDER listed on Wood County or the State of Wisconsin Disapproved, Suspended, and Debarred Contractors list or the Federal Excluded Parties List. SUBMITTAL OF BIDS Bidders shall submit bids in a separate sealed envelope for the contract to the Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495. Bids will be received during regular office hours until 9:00 AM local time, Tuesday, April 4, 2023. The bids will be opened following the closing of the bidding at 9:00 AM local time, Tuesday, April 4, 2023 at Wood County Highway Department, 555 17th Avenue North, Wisconsin Rapids, WI 54495. Roland Hawk, Commissioner Wood County Highway Department Run: March 21, 28, 2023 WNAXLP
ADVERTISEMENT FOR BIDS PROJECT: 3-2023 LINCOLN STREET LATERAL IMPROVEMENTS OWNER: City of Two Rivers 1717 East Park Street, P.O. Box 87 Two Rivers, WI 54241 CONTRACTS AND BID DEADLINE: Sealed bids fo...
ADVERTISEMENT FOR BIDS PROJECT: 3-2023 LINCOLN STREET LATERAL IMPROVEMENTS OWNER: City of Two Rivers 1717 East Park Street, P.O. Box 87 Two Rivers, WI 54241 CONTRACTS AND BID DEADLINE: Sealed bids for a single contract for water and sanitary lateral construction will be received by the City of Two Rivers until 1:00 PM local time, March 20, 2023. The bids will be publicly opened and read aloud immediately thereafter in the City Hall meeting room. The contract consists of the following approximate quantities: Private Improvements 1-inch Water Service 1,200 lineal feet Private Water Reconnections 45 each 4 and 6-inch Sanitary Sewer Laterals 1,200 lineal feet Sanitary Lateral Reconnections 45 each The quantities and the main sizes are subject to change without notice prior to document distribution. CONTRACT DOCUMENTS: The Contract Documents, consisting of Advertisement for Bids, Instructions to Bidders, Bidder's Proof of Responsibility, Bid Proposal Form, Affidavit of Organization and Authority, Bid Bond (in the amount of 5% of the maximum amount of the bid), (EIF) MBE/WBE/SBRA Contacts Worksheet, Notice of Award Form, Agreement Form, Notice to Proceed Form, Performance/Payment Bond (100%), Certificate of Insurance, General Conditions, Supplementary Conditions, Technical Specifications, Drawings and Addenda (if any) may be examined at the following locations: City of Two Rivers 1717 East Park Street, P.O. Box 87 Two Rivers, WI 54241 Town & Country Engineering, Inc. 6264 Nesbitt Road Madison, WI 53719 Copies of the Contract Documents and the Construction Plans may be obtained at the office of Town & Country Engineering, Inc., 6264 Nesbitt Road, Madison, WI 53719 via appointment only. There is a $75 non-refundable copying and distribution charge for these documents. Electronic bidding documents are available on-line at Questcdn.com, Project No. 8383989 for $42. This fee includes access to submit a bid on-line via Questcdn. QUALIFICATIONS: Bidders must be pre-qualified with the City of Two Rivers within the last year or must be pre-qualified for this work 5 days prior to the bid deadline in accordance with Section 66.0901 of the Wisconsin Statutes. Each bidder must deposit, with his bid, security in the amount of 5% of the maximum bid amount. Bidders must be experienced in municipal pipeline and roadway construction. SPECIAL CONTRACT REQUIREMENTS: This project will be funded in part by the Clean Water Fund (CWF) and Safe Drinking Water Loan Program (SDWLP) established under Wisconsin State Statutes, as administered by the Wisconsin Department of Natural Resources. Neither the State of Wisconsin nor any of its departments, agencies, or employees is or will be party to this invitation for bids or any resulting contract. Disadvantaged Business Enterprises (DBE), including minority business enterprises (MBE) and women business enterprises (WBE) are encouraged to apply and be used to the greatest extent feasible. Qualified DBEs will be included in the Unified Certification Program WisDOT UCP list. Program policy requires all bidders to show good faith efforts to solicit proposals from DBEs. Contractors with a DBE classification are strongly encouraged to bid as the Prime Contractor on this project provided they are qualified to do the work. Award of the contract will be subject to the Federal government's policy of good faith effort for increased use of DBE businesses. A description of the policy and forms to be used are included in specifications. Funding under the CWF and SDWLP programs also requires all iron and steel products used in the construction of the project be produced in the United States (FFY 2014 Appropriations Act and/or Section 608 of the Federal Water Pollution Control Act (FWPCA)), including lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. WAGE RATES: The successful bidder will be 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 sub-contractors performing on contracts funded in whole or in part with federal funds in excess of $2,000 pay their laborers and mechanics not less than the prevailing wage rates and fringe benefits, as determined by the Secretary of Labor, for corresponding classes of laborers and mechanics employed on similar projects in the area, per the U.S. Department of Labor Wage and Hour Division May 29, 2009 Guidance. RIGHTS RESERVED: The City of Two Rivers reserves the right to reject any and all bids and to waive informalities in any bid. Published by the authority of: Gregory Buckley, City Manager City of Two Rivers Run: March 6, 2023 WNAXLP
ADVERTISEMENT FOR BIDS Bridge Replacement Woodland Road Between Bridgewood Road and Alpine Road Town of Sheboygan Falls Sheboygan County, Wisconsin Plans and Specifications for the Bridge Replacem...
ADVERTISEMENT FOR BIDS Bridge Replacement Woodland Road Between Bridgewood Road and Alpine Road Town of Sheboygan Falls Sheboygan County, Wisconsin Plans and Specifications for the Bridge Replacement Woodland Road project are available in .pdf format from the Town of Sheboygan Falls clerk. Please request a copy by emailing: clerk@townofsheboyganfallswi.gov Proposed work consists of clearing trees and brush, installing erosion control, temporary diversion of waterway, removing a concrete and stone structure over waterway with minimal debris, excavating and installing new footings for bridge, constructing new corrugated metal arch pipe structure, and placing over waterway, installing backfill, installing riprap over geotextile, road way crushed aggregate base course, asphalt pavement, and any incidental items necessary to complete the work. PREQUALIFICATION OF BIDDERS All bidders must be pre-qualified by the Wisconsin Department of Transportation for the type and amount of work included in the contract or demonstrate qualifications to perform the work. Bidders which are not pre-qualified with the Wisconsin Department of Transportation are required to complete and submit Attachment B Statement of Qualifications for General Constructions and Corporate Experience Record, with the Bid package (included in the Bid Form Section). In addition, the Bidder must be prepared to submit within 5 days of the Towns request, additional written evidence, such as financial data, present commitments, and other such data as may be called for by the Town of Sheboygan Falls. Bidder must be prepared to submit evidence of Bidder's qualification to do business in the State of Wisconsin or covenant to obtain such qualification prior to the award of the contract. Bidder shall have at least 3 years of continuous experience in roadway or similar construction. SUBMITTAL OF BIDS Sealed bids for the contract shall be submitted to Town of Sheboygan Falls, W3860 CTH O, Sheboygan Falls, Wisconsin 53085. Bids will be received until 12:00 PM CST, Tuesday, April 3, 2023 at which time all bids will be declared closed. Bids can be dropped off in the "drop off box" at the town hall or an appointment can be made with the town clerk to hand deliver the final bid. Bids will be opened and reviewed at 9:30AM CST, Wednesday, April 5, 2023 by the Town of Sheboygan Falls Chairman. It is anticipated the accepted bid will be approved at the board meeting on Monday, April 10, 2023. Meeting will start at 7:00 PM. Bidder do not have to be present at the meeting. The awarded bidder will be contacted and provided the Notice of Award. PROPOSAL AND CONTRACT AGREEMENTS No bid shall be considered unless accompanied by the Proposal for Bridge Replacement fully executed by the bidder. The bidder that is awarded the contract agrees to execute the contract agreement within five (5) days after the Notice of Award, begin work after written Notice to Proceed (see construction schedule), and complete all work included under the terms of the contract in the allotted time. CONSTRUCTION SCHEDULE There shall be no in-stream disturbance from March 1 to June 15. Construction may start after June 18, 2023. Completion of all work included in the contract no later than September 30, 2023 DETERMINATION OF BIDDER The Town of Sheboygan Falls reserves the right to reject any and all bids or accept the lowest responsible bid that it deems to be in the best interest of the Town. By order of the Town of Sheboygan Falls Town Board, Lyman Theobald, Chairman, W3860 CTH O, Sheboygan Falls, Wisconsin, 53085 Run: March 27, 2023 wnaxlp
ADVERTISEMENT FOR BIDS CITY OF APPLETON DEPARTMENT OF UTILITIES Calumet, Outagamie & Winnebago Counties, Wisconsin OWNER - The City of Appleton - Department of Utilities hereby gives notice that seal...
ADVERTISEMENT FOR BIDS CITY OF APPLETON DEPARTMENT OF UTILITIES Calumet, Outagamie & Winnebago Counties, Wisconsin OWNER - The City of Appleton - Department of Utilities hereby gives notice that sealed Bids will be received in the Appleton City Hall for the following described project. PROJECT The work covered by these Contract Documents consists of Phosphoric Acid System Addition at the Appleton Water Treatment Facility, including, but not limited to, removing and replacing chemical feed pumps; chemical tanks, chemical feed piping; and recoating floors; all as described in the Contract Documents, complete and operational for the City of Appleton - Department of Utilities, Wisconsin. Bids will be received on the following Contracts: Contract A0005-09-22-00544-A PHOSPHORIC ACID SYSTEM ADDITION Contract A0005-09-22-00544-B CHEMICAL ROOM FLOORING IMPROVEMENTS TIME Sealed Bids will be received until 1:45 p.m., local time, and opened and read aloud at 2:00 p.m., local time on Tuesday, April 25, 2023, in the City of Appleton, City Hall, Sixth Floor, Committee Room A, 100 North Appleton Street, Appleton, Wisconsin 54911. BIDS 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 download Bidding Documents from the McMahon Associates, Inc. website (www.mcmgrp.com) utilizing QuestCDN eBidDocTM. Complete digital Bidding Documents are available at www.mcmgrp.com or www.questcdn.com. Digital Bidding Documents may be downloaded for a non-refundable $50.00 by inputting Quest Project No. 8425901 on the website's Project Search page. On-line bid submission will be used for this project for a non-refundable $55.00. 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. BID SECURITY No Bid shall be received unless accompanied by a Certified Check or satisfactory Bid Bond payable to the City of Appleton in 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 City of Appleton. WITHDRAWAL OF BIDS No Bid shall be withdrawn for a period of 90-days after the scheduled opening without the consent of the OWNER. PRE-BID MEETING & PROJECT WALK-THROUGH - A Pre Bid Meeting and Project Walk-Through will be held Thursday, April 13, 2023 at 10:00 a.m., local time, at the Appleton Water Treatment Facility, 2281 Manitowoc Road, Menasha, Wisconsin. All Bidders are encouraged to attend. PROOF OF RESPONSIBILITY A Bidder's Proof of Responsibility (Pre-Qualification) Form for all Contracts in excess of $10,000 must be filed in the office of the City Clerk, City of Appleton, City Center Building, 100 North Appleton Street, Sixth Floor, Committee Room A, Appleton, Wisconsin 54911 no later than 5-calendar days prior to the date of receiving Bids, and shall show sufficient ability, equipment and experience to properly perform the Contract. The City of Appleton's decision as to qualifications shall be final. 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 City of Appleton, Wisconsin, acting through its Department of Utilities. CITY OF APPLETON KAMI LYNCH, CITY CLERK Calumet, Outagamie & Winnebago Counties, Wisconsin Run: March 23, 30, 2023 WNAXLP