Quantcast
Channel: Kane County Chronicle - Classified Ads
Viewing all 19690 articles
Browse latest View live

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1289S AUDIE MURPHY ROAD SEWAGE LIFT STATION 2016 NOTICE...

$
0
0
The Press-Enterprise, EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1289S AUDIE MURPHY ROAD SEWAGE LIFT STATION 2016 NOTICE INVITING BID NIB-1. Receipt of Bids. Sealed proposals (bids) for this project will be received and time-stamped by Eastern Municipal Water District no later than 10:00 a.m., THURSDAY, SEPTEMBER 29, 2016 (from time stamp clock) at which time and place they will be publicly opened. Hand deliver/Fed Ex your bid to: EMWD, 2270 Trumble Road, Perris, CA, 92570 Mail your bid to: EMWD, P O Box 8300, Perris, CA 92572-8300 Bids are received at the Operations and Maintenance Center lobby only. Please follow the VENDORS/BIDDERS signs to the Operations and Maintenance parking lot, enter the lobby, and have your bids time-stamped by the Receptionist. NIB-2. Contract Documents. The contract documents, which include instructions to bidders, plans and specifications, are available at www.emwd.org. To view and download these documents, navigate to Construction and select Public Works Projects Open Bids. If obtaining the contract documents online, please complete the Planholder Registration form to receive email notification of addenda issued. Bidders shall use full size drawings to prepare bid. To purchase a CD of the contract documents, mail your request and a check in the amount of $5.00 (includes sales tax; non-refundable) as follows: Eastern Municipal Water District, Field Engineering, Attn: Jill Lloyd Regular or Express mail: P.O. Box 8300, Perris, CA 92572-8300 UPS or Federal Express: 2270 Trumble Road, Perris, CA 92570 For faster service, please provide your Federal Express account number Plans and Specifications may also be viewed at the District's office, 2270 Trumble Road, Perris, CA. A limited number of CD's will be available for purchase at the pre-bid walk-through meeting. Please bring checks only. NIB-3. Location and Description of Work. The work to be constructed is located at the southwest corner of Audie Murphy Road and Normandy Road/Old Newport Road in Menifee, Riverside County, California. The work comprises furnishing all materials necessary for construction of the complete and operable Audie Murphy Road Sewage Lift Station in accordance with these Specifications and the Contract Drawings. Contractor shall perform all earthwork (including grading, importing select fill material and backfill material, dewatering, treatment of dewatering groundwater, disposal of dewatering groundwater, trenching, shoring, bedding, and backfilling); connect to existing force mains and gravity sewers; furnish and install standby generator and appurtenances; connect to existing potable waterline and construct water service to lift station; construct lift station wet well structure and bypass manhole and furnish and install all lift station components including all mechanical equipment, piping, electrical controls, electrical service, motor control center, air conditioning system, pullboxes, conduit, wiring, and appurtenances; masonry block control building; furnish and install air phase odor control system; protect in place or remove and replace all existing utilities and public and private improvements; perform all site work including construction of asphalt concrete pavement; construction of site walls, driveways, and gates; and perform testing of all equipment, piping, and appurtenances. NIB-4. Mandatory Pre-Bid Walk-Through will be conducted by EMWD on MONDAY, AUGUST 22, 2016 at 9:00 a.m., meeting near the intersection of Old Newport Road (Normandy Road) and Audie Murphy Road in the City of Menifee, CA, Thomas Guide Pages 867 Grid H2. See Pre Bid Walk Thru Maps and Directions. Please arrive promptly! All bidders must have an employee of their firm sign-in and attend the mandatory pre-bid walk-through meeting. Failure to do so shall deem your bid non-responsive. Personal Protective Equipment (PPE). For your safety, attendees shall bring and wear hard hats, safety vests, and close-toed shoes, if construction is present. QUESTIONS: All questions must be submitted in writing by 5:00 p.m. on THURSDAY, AUGUST 25, 2016 to Mr. Siva Sivapalan c/o Jill Lloyd; EMAIL: sivapalt@emwd.org & lloydj@emwd.org or FAX: 951-928-6111. Questions received after this time may not be responded to. NIB-5. Contract Bonds. All bonds shall be executed by admitted surety insurers, as defined in Code of Civil Procedure section 995.120. Each proposal must be accompanied by a certified check or satisfactory surety bond (by utilizing the District's Bid Bond form BD-1) for not less than 10% of the bidder's total contract price as a guarantee that the bidder shall, within seven (7) days after the mailing of a notice of acceptance of bid by the District to the bidder, enter into the written contract supplied by the District. The District shall return the bid bond, upon request. The Contractor shall furnish a faithful performance bond in an amount equal to 100% of the amount of the contract and a labor payment bond in an amount equal to 100% of the contract amount. Pursuant to Section 995.660(a) of the Code of Civil Procedure, the Contractor shall submit the following documents with the performance and payment bonds: (1) The original, or a certified copy, of the unrevoked appointment, power of attorney, bylaws, or other instrument entitling or authorizing the person who executed the bond to do so; (2) A certified copy of the certificate of authority of the insurer issued by the State of California's Insurance Commissioner; and (3) Copies of the insurer's most recent annual and quarterly statements filed with the Department of Insurance. NO PAYMENT SHALL BE MADE UNTIL THE BONDS ARE APPROVED BY THE DISTRICT NIB-6. Safety. Safety of all activities in connection with the work is of paramount and overriding importance to the District. The District is recognized by the California Occupational Safety and Health Administration (Cal OSHA) as an active participant in the California Voluntary Protection Program (Cal VPP). The District is designated a Cal STAR site due to our high-level commitment to safety. Bidders on this project will be required to comply with and meet all applicable Cal OSHA requirements of Title 8 of the California Code of Regulations, including their current Injury and Illness Prevention Plan, T8 CCR Section 3203. All bidders shall complete the C-16 Annual Summary of Work Related Injuries and Illness (Cal/OSHA Form 300A) and the C-17 Contractor's Cal/OSHA Compliance History and SIC Code form. Failure to fully divulge, complete and submit these forms may deem your bid non-responsive A safety conference shall be scheduled prior to the preconstruction conference to review the experience modification rating, the respective safety requirements, and to discuss implementation of all health and safety provisions related to this project. NIB-7. Contract Time. No bid or bid security may be withdrawn for one hundred twenty (120) calendar days after the date bids are received. The successful bidder shall, within seven (7) calendar days after the District mails a notice of acceptance of bid, return the signed agreement and bonds, and attend the pre-construction conference at the District office. The contract period shall commence seven (7) calendar days from the date of the Notice-of-Acceptance-of-Proposal. The Contractor shall complete all work, including testing, within three hundred and sixty (360) calendar days. NIB-8. Contractor Classification. Bidders on this work will be required to be licensed by the State of California as Classification A - General Engineering Contractor at the time of the bid and at the time of award as such license is defined in Section 7056 and/or Section 7058 of the Business and Professional Code and Section 732 of the California Administrative Code. Please refer to BR-1 Bidder's Experience Record & Resumes Of Key Personnel for additional requirements. NIB-9. State Revolving Fund (SRF) and Proposition 84 Funding Programs. Funding for this project is expected to be provided in full or in part by an agreement under Proposition 1 of the Clean Water State Revolving Fund through an agreement with the State Water Resources Control Board (SWRCB) and Eastern Municipal Water District and under Proposition 84 Integrated Regional Water Management Implementation Grant Funding contract between the Department of Water Resources of the State of California (State), the Santa Ana Watershed Project Authority (SAWPA) and Eastern Municipal Water District (District). By entering into a contract with the District, Contractor and subcontractors shall comply with all applicable federal and state laws, rules and regulations of both funding sources as listed above, including but not limited to the following included in these specifications: Supplemental Special Conditions (SRF & Proposition 84 Funding Requirements) Appendix H Disadvantage Business Enterprises (DBE) and Good Faith Effort Compliance Guidelines Appendix L American Iron & Steel Requirements Appendix M Labor Compliance Program (Prop. 84) and Davis-Bacon Requirements Appendix N Davis-Bacon wages System For Award Management (SAM) Registration and Dun & BradStreet Number. Contractors must maintain current registrations in the SAM Registration (https://www.sam.gov). A Dun and Bradstreet Data Universal Numbering System (DUNS) Number (www.dnb.com) is one of the requirements for registration. Contractors are to complete page C-03.1 SAM & DUNS Number form and submit with their bid. Debarment and Suspension. Contractors and Subcontractors shall comply with Executive Order 12549; 2 CFR Part 1532, "Debarment and Suspension". The Contractor shall not subcontract with any individual or organization on USEPA'S List of Violating Facilities (40 CFR, Part 31.35, and Government Code 4477). Contractors and Subcontractors shall certify to the best of its knowledge and belief that: a. They are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any federal department or agency. b. Have not within a 3 year period preceding the issuance of the funding agreement been convicted or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and d. Have not within a three (3) year period preceding this proposal/agreement had one or more public transactions (federal, state or local) terminated for cause or default. Contractor shall include similar conditions requiring compliance with the above provision in all of its contracts and subcontracts. It is the Contractor's responsibility to verify that their subcontractors are in compliance with the above requirements. Debarment and Suspension verifications should be kept on file for audit purposes. NIB-10. American Iron and Steel Consolidated Appropriations Act of 2014. This project is subject to the Consolidated Appropriations Act of 2014 (Public Law 113-76), which includes an "American Iron and Steel (AIS)" requirement for projects funded by the Clean Water State Revolving Fund (CWSRF) and Drinking Water State Revolving Fund (DWSRF) to use iron and steel products that are produced in the United States for projects for the construction, alteration, maintenance, or repair of a public water system or treatment works. An iron and steel product is one of the following made primarily of iron or steel that is permanently incorporated into the public water system or treatment works: 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. In order to ensure compliance with the AIS requirement, a step process certification is required. The General Contractor shall submit with each submittal a "step process" certification letter from each handler (supplier, fabricator, manufacturer, processor, etc) of the iron and steel products, certifying that their step in the process was domestically performed. Alternatively, the final manufacturer that delivers the iron or steel product to the worksite, vendor, or contractor, may provide a "delivered product" certification letter asserting that all manufacturing processes occurred in the US. Information on the American Iron and Steel requirements and sample certification forms are provided in Appendix L. Failure to appropriately comply with this requirement could lead to payment withholding. NIB-11. Disadvantaged Business Enterprises (DBE). This project is subject to Disadvantaged Business Enterprise (DBE) requirements funded under the State Water Resources Control Board's State Revolving Fund Program, which requires Contractors to cooperate with and exercise "Good Faith" efforts to achieve participation of disadvantaged business enterprises (DBEs). If a Contractor subcontracts any work for construction, supplies, equipment or services, Contractors must follow the DBE Good Faith efforts, prior to the bid opening date. Bidders must show a real desire to outreach to DBE firms for construction, supplies, equipment, or services not performed by the Contractor's own workforce by placing solicitations in construction trade journals and the MBDA or outreach through the SBA, and are strongly encourage to contact CalTrans UCP Outreach program, to ensure DBEs are made aware of contracting opportunities to the fullest extent practical. Additionally, bidders must advertise solicitations for bids/proposals one time, a minimum of 30 calendar days before the bid opening date (On or before August 30, 2016), in a newspaper of general circulation. Proof of advertisement (Affidavit of Publication) shall be submitted with the Good Faith Effort (GFE). In submitting a bid, the Contractors shall, in the selection of any and all contractors, subcontractors, and vendors for the procurement of equipment, supplies, construction, and services related to the project, undertake the affirmative steps as described in Appendix H. DBE Good Faith Effort Forms Required at Time of Bid: Bidders shall submit the forms listed in the table below with their bid to be considered a responsive bidder: EPA Form 6100-3: DBE Sub-Contractor Performance Form Attach proof of DBE certification from one of the following: US Environmental Protection Agency (USEPA) Small Business Administration(SBA) Department of Transportation's State implemented DBE Certification Program (with U.S. citizenship) Tribal, State and Local governments Independent private organization certification EPA Form 6100-4: DBE Sub-Contractor Utilization Form DBE Form: Bidders List Good Faith Effort Documentation by all Bidders: All Bidders shall prepare and submit the Good Faith Effort documentation (2 hard copies in binders plus 1 electronic copy on CD in Searchable PDF format) with their Bid Proposal; otherwise no later than 3 working days following the bid opening showing that, prior to the bid opening, all necessary good faith efforts were made. Failure to show evidence of GFE taken prior to bid opening and submit the documentation as specified herein may cause your bid to be rejected. Refer to Appendix H Disadvantage Business Enterprises (DBE) Good Faith Effort Compliance Guidelines for instructions and complete details. NIB-12. Non-Discrimination. All Bidders, awarded Contractor and subcontractors shall adhere to the Non-Discrimination requirements found in the Supplemental Special Conditions, Non-Discrimination Clause. The requirements under this order are explained in the Supplemental Special Conditions in these specifications. NIB-13. Trafficking in Persons. In compliance with the Trafficking Victims Protection Act of 2000, Contractors and subcontractors and their employees may not: Engage in any forms of trafficking in persons during the term of the agreement Procure a commercial sex act during the term of the agreement Use force labor for work to be performed under this agreement NIB-14. Minimum Wages. This project is subject to both California Labor Code and Davis Bacon prevailing wage rates. In accordance with California Code of Regulations, Title 8, Section 16001(b) and State Labor Code Sections 1771, 1774 - 1776, 1813, and 1815, the application of State prevailing wage rates, when higher, is required whenever federally funded or assisted projects are controlled or carried out by California awarding bodies of any sort. The Contractor and subcontractors shall pay the higher of the two prevailing wages. California Prevailing Wage Rates. In accordance with the provisions of the California Labor Code, the Director of Industrial Relations has ascertained the general prevailing rates of wages and the general prevailing rates for legal holiday and overtime work in Riverside County (refer to Section F-General Conditions). Copies of said rates are on file at the office of the District, which copies shall be made available for review to any interested party on request. The successful bidder shall post a copy of such determinations at the jobsite. Davis-Bacon Prevailing Wage (SRF Compliance Requirement). Contractor and subcontractors shall be in compliance with Davis-Bacon prevailing wage rate determinations provisions for this project as defined in Appendix M. Copy of the Davis-Bacon Prevailing Wages are attached hereto to the specification as Appendix N. If any wage determination changes within 10 days before the bid opening, the District shall issue an addendum and incorporate the revised wage determination accordingly. The Contractor and subcontractors shall pay, at a minimum, the latest federal wage rate incorporated into the specifications, unless State prevailing wage is higher. Labor Compliance Program (Requirement of Proposition 84). Pursuant to the provisions of Proposition 84, the Safe Drinking Water, Water Quality and Supply, Flood Control, River and Coastal Protection Bond Act of 2006, Cal. Pub. Res. Code 75076 et seq., this project shall have a labor compliance program in place. The District has adopted use of a Labor Compliance Program pursuant to California Labor Code Section 1771.5(b) and1771.8, which shall be enforced and administered by a third-party. The Contractor shall submit all certified payrolls and required documentation to the selected Labor Compliance firm and the District on a weekly basis via email and hard copies. The selected labor compliance firm shall conduct a separate pre-job meeting with the Contractor and subcontractors prior to commencement of construction to discuss applicable state labor law requirements, including prevailing wage laws, and all appurtenant requirements thereof. The selected Labor Compliance Firm shall review all payrolls and conduct independent inspection interviews on a weekly basis with contractor and subcontractor employees to ensure compliance with the prevailing wage rates. Certified Payroll Reporting Requirements. The Contractor and his subcontractors shall provide the following documentation to include, but not be limited to, the following: Certified Payroll and Statement of Compliance or Non-Performance reports Labor Compliance Checklist Authorization Form for Payroll Certification DAS 140 Contract Award Information CAC 2 - Training Fund Contribution DAS 142 Apprentice Dispatch Sheets Apprentice Training Certificates/Registrations (must be active registrations on file approved by State) Fringe Benefit Statements and Proofs of Payment to appropriate Trust Funds, including Monthly Trustee reports, and copies of cancelled checks Payroll Confirmations (copies of cancelled checks/proof of direct deposits) for randomly selected workers Contractor's Final Affidavit Contractor Daily Logs and Week Ahead schedule In addition, the following documents, typically required by State Auditors and general guidelines under the funding agreement, shall be provided A copy of all subcontractor contracts Payroll records including timesheets for contractor. U.S. Department of Labor Apprenticeship Programs. All apprentices working on construction projects fully or partially funded through CWSRF agreements must be registered in a bona fide apprenticeship program registered with the U.S. Department of Labor (DOL) Employer and labor services, or with a State Apprenticeship Agency recognized by the Office. To obtain DOL Apprenticeship Program and allowable ratio of apprentice to journeyman documentation, please email Rick Davis, DOL/ETA OA at davis.richard@dol.gov,. Jobsite Interviews. Jobsite interviews shall be conducted during working hours on a periodic basis with a sufficient number of employees to ensure that contractors or subcontractors are in compliance with paying the appropriate prevailing wage rate. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. Refer to the Supplemental Special Conditions, Appendix M, and Appendix N for details. NIB-15. Public Works Requirements. California Administrative Code, Title 8, Group 3, Section 16100, which are / include: A. All applicable requirements of sections 1771, 1774-1776, 1813 and 1815. B. The appropriate numbers of apprentices are on the job site, as set forth in Labor Code Section 1777.5. C. Workers' compensation coverage, set forth in Labor Code Sections 1860 & 1861. D. To keep accurate records of the work performed on the public works project, as set forth in Labor Code Section 1812. E. Inspection of Payroll records pursuant to Labor Code Section 1776, and as set forth in section 16400 (e) of these regulations. F. And other requirements imposed by law. NIB-16. Public Works Contractor and Subcontractor Registration. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. No contractor or subcontractor may be listed on a bid proposal or be awarded a contract for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. BIDDERS AND THEIR SUBCONTRACTORS (listed on the Designation of Subcontractors List C-05) are to provide an extract (pdf) at time of bid showing active registration from the Public Works Contractor Registration online registration at https://efiling.dir.ca.gov/PWCR/Search All contractors and subcontractors, including soils, survey and inspection services must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). Additionally, the awarded Contractor shall submit certified payroll records to the District. In addition, awarded Contractor must post jobsite notices prescribed by regulations. NIB-17. Ineligibility of Contractor or Subcontractor. Pursuant to Section 1777.1 and 1777.7 of the Labor Code, any contractor or subcontractor who is found by the Labor Commissioner to be in violation of certain provisions of law and is debarred for a specific period of time, is ineligible to bid or work on, or be awarded, a public works contract. NIB-18. Substitution of Securities. Substitution of securities shall be permitted for any monies withheld to ensure contract performance, in accordance with the provisions of law and Section F-General Conditions of the contract specifications. NIB-19. No Equal Clause. The application of California Public Contract Code Section 3400 (b) applies. The District's Board of Directors has authorized the General Manager to approve purchase and installation of certain equipment, material and services which has been designated sole-sourced and as no-equal in order to match other equipment and services already completed or in the course of construction. NIB-20. Compliance with Law and Regulations. The Contractor and subcontractors shall comply with all applicable federal and state law, rules, regulations, guidelines and requirements. NIB-21. Inspections. The State and the Federal government staff shall have the right to inspect the work being performed at any and all reasonable times, providing a minimum of a 24-hour notice, during the term of the Grant Agreement. This right shall extend to any local project sponsor including SAWPA. NIB-22. Records. The Contractor and his subcontractors shall maintain books, records, and other material relative to the project in accordance with the generally accepted accounting standards and retain such records for a minimum of five (5) years after project completion. Such records shall be subject to inspection by the State, SAWPA, DWR, and the District at any and all reasonable times during regular office hours and after completion of the project to ensure compliance with the terms and conditions of the Grant Agreement. Project documents shall be subject to the Public Records Act (California Government Code Section 6250, et. seq.). NIB-23. Drug Free Workplace Certification. By signing into an agreement with the District, Contractor and its subcontractors shall certify, under penalty of perjury under the laws of the State of California, compliance with the requirements of the Drug-Free Workplace Act of 1990 (Government Code 8350 et seq.) and have or will provide a drug-free workplace by taking the following actions: a) Publish a statement notifying contractor, contractor's employees and subcontractors that unlawful manufacturer, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against contractor, contractor's employees, or subcontractors for violations, as required by Government Code Section 8355(a). b) Establish a Drug-Free Awareness Program, as required by Government Code Section 8355(b) to inform contractor, contractor's employees, or subcontractors about all of the following: 1. The dangers of drug abuse in the workplace, 2. Policy of maintaining a drug-free workplace, 3. Any available counseling, rehabilitation, and employee assistance programs; and 4. Penalties that may be imposed upon contractor, contractor's employees, and subcontractors for drug abuse violations. c) Provide as required by Government Code Section 8355(c), that every contractor and/or subcontractor who works under this project: 1. Will post and maintain a copy of the drug-free policy statement at all times; and 2. Will agree to abide by the terms of conditions of employment, contract or subcontract. Eastern Municipal Water District Paul D. Jones, II, P.E. General Manager Official Bid Publication: The Press Enterprise Posted date: August 16, 2016

Vukpalaj LLC. Filed with SSNY

$
0
0
Times Union, Vukpalaj LLC. Filed with SSNY on 7/27/16. Office: Albany County. SSNY designated as agent for process & shall mail to: 99 Washington Ave Ste 1008 Albany NY 12260. Purpose: Any Lawful TU 6t (896250)

NOTICE The STRATFORD ZONING COMMISSION will hold a Public Hearing on Tuesday evening, August 30, 2016 at...

$
0
0
Hearst Media Services, NOTICE The STRATFORD ZONING COMMISSION will hold a Public Hearing on Tuesday evening, August 30, 2016 at 7:00 P.M. in the Council Chambers, Town Hall, to hear arguments for and against the following: 1. 2278 MAIN ST. Petition of SHERRY FRANK for approval of a Special Case as required by §14.2.2 & §20 to allow a psychic & life coach business in an RS-4 District. 2. 900 ACCESS RD. Petition of BURNS FAMILY LIMITED PARTNERSHIP for approval of a Special Case as required by §7.1.7.1, §7.1.7.2, §10.1.3.1, & §20 to allow a drive-through restaurant with outdoor dining in an MA District. A Coastal Site Plan Review of this application is required in accordance with the Coastal Management Act. A copy of the notice is on file in the Office of the Town Clerk and in the Office of the Zoning Commission, Room 113, Town Hall, Stratford, CT. ATTEST: STEPHANIE PHILIPS, CHAIRMAN ZONING COMMISSION

Uplifting Medical PLLC. Filed with

$
0
0
Times Union, Uplifting Medical PLLC. Filed with SSNY on 7/20/16. Office: Albany County. SSNY designated as agent for process & shall mail to: 99 Washington Ave Ste 1008 Albany NY 12260.Purpose: Medicine TU 6t (896260)

Series Swim LLC. Filed with

$
0
0
Times Union, Series Swim LLC. Filed with SSNY on 6/24/16. Office: Albany County. SSNY designated as agent for process & shall mail to: 99 Washington Ave Ste 1008 Albany NY 12260. Purpose: Any Lawful TU 6t (896240)

Redbean Society, LLC. Filed with

$
0
0
Times Union, Redbean Society, LLC. Filed with SSNY on 2/9/09. Office: Albany County. SSNY designated as agent for process & shall mail to: 157 Columbus Ave Ste 425 NY NY 10023. Purpose: Any Lawful TU 6t (896256)

STATE OF CONNECTICUT SUPERIOR COURT ORDER OF NOTICE IN DIVORCE Judicial District of FAIRFIELD/BRIDGEPORT at...

$
0
0
Hearst Media Services, STATE OF CONNECTICUT SUPERIOR COURT ORDER OF NOTICE IN DIVORCE Judicial District of FAIRFIELD/BRIDGEPORT at BRIDGEPORT CERON,JUAN V. CARABALLO,LILLIAN Notice To: CARABALLO,LILLIAN The Court finds that the current address of the party to be notified is unknown and that all reasonable efforts to find him/her have failed. The Court also finds that the last known address of the part to be notified was: UNKNOWN The Court Orders that notice be given to the party to be notified by having a State Marshal or other proper officer place a legal notice in: CONNECTICUT POST a newspaper circulating in BRIDGEPORT, CT containing a true attested copy of this Order of Notice, and, if accompanying a Complaint for divorce (dissolution of marriage), complaint for dissolution of civil union, legal separation or annulment, or if accompanying an Application for custody or visitation, a statement that Automatic Court Orders have been issued in the case as required by Section 25-5 of the Connecticut Practice Book and are part of the Complaint/Application on file with the Court. The notice should appear before 8/18/2016 and proof of service shall be filed with this Court. A True Copy ATTEST Robert M. Wolfe Date Signed 7/20/2016

SB Trade and Travel LLC.

$
0
0
Times Union, SB Trade and Travel LLC. Filed with SSNY on 5/9/13. Office: Albany County. SSNY designated as agent for process & shall mail to: 99 Washington Ave Ste 1008 Albany NY 12260. Purpose: Any Lawful TU 6t (896252)

NOTICE OF PUBLIC SALE: The following self-storage unit contents containing household and other goods will...

$
0
0
Hearst Media Services, NOTICE OF PUBLIC SALE: The following self-storage unit contents containing household and other goods will be sold for cash by CubeSmart 86 Pershing Dr. Derby, CT 06418 to satisfy a lein on September 7, 2016 at approx. 12:30PM at storagetreasures.com Unit # G222 Thomas Weller Unit #A25 Catherine Woodward Unit #B60 Shawn Pellegrino Unit #D118 Dave Duprey Unit #B53 Michelle Bedard Unit #C101 Joseph Gary Unit #A11 Bryant Price Unit #I273 Myrna Villanueva Unit #B45 Mary Porter Unit #C88 Christine Gamble Unit # B63 Jason Lung Unit # B65 Anderw Natale Unit #A17 Millicent Caldwell Unit #H247 Stacy Callands

The Public Notice In accordance with requirements for the U.S. Department of Transportation as set forth in...

$
0
0
Hearst Media Services, The Public Notice In accordance with requirements for the U.S. Department of Transportation as set forth in 49 C.F.R. Part 26, as amended, Greater Bridgeport Transit Authority (GBT) hereby notifies the public that it is recommending the following Disadvantaged Business Enterprise (DBE) goal for applicable procurement contracts beginning October 1, 2015 and ending September 30, 2019. The overall total DBE goal for this period is 3.02%. Information pertaining to this goal and a description of how it was selected is available for inspection from 8:30 a.m. to 4:30 p.m. (Eastern Time) at the GBT's office located One Cross Street, Bridgeport, CT 06610 for 30 calendar days following the date of publication of this notice. Written comments on this goal will be accepted for 45 calendar days from the date of publication of this notice. Information is also posted at gogbt.com. Comments may be sent to the attention of the DBE Officer at the same address, and/or to the Regional Civil Rights Officer, Federal Transit Administration, Region 1, Kendall Square, 55 Broadway, Suite 920, Cambridge, MA 02142-1093

STATE OF CONNECTICUT SUPERIOR COURT JUVENILE MATTERS ORDER OF NOTICE NOTICE TO: Naklea White, (dob...

$
0
0
Hearst Media Services, STATE OF CONNECTICUT SUPERIOR COURT JUVENILE MATTERS ORDER OF NOTICE NOTICE TO: Naklea White, (dob 1/31/75), father of child born to Monea H. on 5/24/13. A petition has been filed seeking: Commitment of minor child(ren) of the above named or vesting of custody and care of said child(ren) of the above named in a lawful, private or public agency or a suitable and worthy person. The petition, whereby the court's decision can affect your parental rights, if any, regarding minor child(ren) will be heard on 09/21/2016 at 9:00 am at 7 Kendrick Ave., Waterbury, CT 06702. Therefore, ORDERED, that notice of the hearing of this petition be given by publishing this Order of Notice once, immediately upon receipt in the Connecticut Post, a newspaper having a circulation in the town/city of Bridgeport, CT . Signed: Hon. Joseph Doherty Renee Polletta, Admin Clerk, 8/12/2016 Right to Counsel: Upon proof of inability to pay for a lawyer, the court will make sure that an attorney is provided to you the Chief Public Defender. Request for an attorney should be made immediately in person, by mail, or by fax at the court office where your hearing is to be held.

Trumbull Inland Wetlands and Watercourses Commission NOTICE IS HEREBY GIVEN THAT on August 17, 2016 the...

$
0
0
Hearst Media Services, Trumbull Inland Wetlands and Watercourses Commission NOTICE IS HEREBY GIVEN THAT on August 17, 2016 the Town of Trumbull Inland Wetlands and Watercourses duly authorized agent granted, on the basis of the evidence presented, the following permit approvals under the authority of Section 12.1 of the Town of Trumbull Inland Wetlands and Watercourses Regulations: Application 16-15, Peter DiNardo-Permit approval for a 10'x16' shed within a regulated area at 194 Driftwood Lane. The effective date of action was set for Thursday, September 1, 2016 and a copy thereof has been filed and recorded in the Office of the Town Clerk. Dated at Trumbull, CT this 17th day of August 2016. Inland Wetlands and Watercourses Commission William C. Maurer, Civil Engineer, P.E., L.S.

INVITATION TO BID Fusco Management Company, LLC invites contractors to submit sealed quotations for...

$
0
0
Hearst Media Services, INVITATION TO BID Fusco Management Company, LLC invites contractors to submit sealed quotations for Janitorial Services for the State of Connecticut, Judicial Branch, facilities located at: 14 West River Street, Milford, CT Bidders are required to attend a mandatory pre-bid walk-through on Tuesday, August 23, 2016 at 2:00 pm. The walk-through will start in the main lobby. Bid packages will be distributed at the walk-through. Sealed bids marked "Bid Enclosed" must be received no later than 11:00 a.m. on August 31, 2016 to Fusco Management Company, LLC, 555 Long Wharf Drive, Suite 14, New Haven, CT 06511, Attn: Laura Carpenter. A public bid opening will take place at that time. Set aside vendors are encouraged to participate. Fusco Management Company, LLC is an Affirmative Action/Equal Opportunity Employer.

LEGAL NOTICE At the regular meeting of the City of Danbury Environmental Impact Commission held on August...

$
0
0
Hearst Media Services, LEGAL NOTICE At the regular meeting of the City of Danbury Environmental Impact Commission held on August 10, 2016, the following decisions were made: APPROVED SUBJECT TO CONDITIONS, Right of Way & 60 Mountainville Rd. (J19007 & ROW), City of Danbury, Engineering Dept., Regulated Activity #1035, Reservoir Street Bridge Construction Project. APPROVED SUBJECT TO CONDITIONS, 98 Forty Acre Mountain Rd. (K02015), Henry Schaffer, Regulated Activity #1037, RA-20 Zone. Matthew N. Rose, Vice-Chairman

DEMOLITION NOTICE To Whom It May Concern: Notice is hereby given that Tiong Sin Ong has Filed an...

$
0
0
Hearst Media Services, DEMOLITION NOTICE To Whom It May Concern: Notice is hereby given that Tiong Sin Ong has Filed an application with the DPW-Division of Buildings for Approval to demolish the Building and/or structure Described below: Name, if any, of building Or structure: none Year built: 1936 Address: 15 Oakley Lane, Greenwich, CT Type of building or Structure: single family Residence Owners name: Tiong Sin Ong Owners address: 15 Oakley Lane, Greenwich, CT Further information concerning This pending application may be Obtained by contacting the DPW-Division of Buildings 203-622-7754 Any objection to the demolition Of the above building or structure must be filed in writing with the DPW-Division of Buildings within Forty five days of publication of Notice or the required ninety day Waiting period established by Town ordinance will be waived

NOTICE OF PUBLIC HEARING CITY OF STAMFORD BOARD OF REPRESENTATIVES Notice is hereby given that the Land...

$
0
0
Hearst Media Services, NOTICE OF PUBLIC HEARING CITY OF STAMFORD BOARD OF REPRESENTATIVES Notice is hereby given that the Land Use/Urban Redevelopment Committee of the Board of Representatives of the City of Stamford will hold a public hearing on Wednesday, August 24, 2016 at 7:00 p.m., in the Republican Caucus Room, 4th Floor, Government Center, 888 Washington Boulevard, Stamford, to consider the following proposed resolution. Anyone wishing to be heard is invited to attend and speak. Printed copies of the resolution are available for inspection in the offices of the City of Stamford Town & City Clerk, 1st Floor, Government Center, the offices of the Board of Representatives, 4th Floor, Government Center, 888 Washington Boulevard, Stamford, Connecticut or at www.boardofreps.org. RESOLUTION FINAL AUTHORIZATION OF THE ACQUISITION BY NEGOTIATION OR EMINENT DOMAIN OF RIGHTS-OF-WAY FOR THE PULASKI STREET@ WASHINGTON BOULEVARD INTERSECTION IMPROVEMENT PROJECT NOW, THEREFORE, the Board of Representatives hereby declares pursuant to Charter Sec. 8-60-7 that it accepts the Final Report of the Director of Administration and that the public necessity, safety, health and welfare require that the Project go forward, and THAT the Board of Representatives hereby exercises its powers under Sec. 8-60-1, et seq., and instructs the City to proceed with the Project in a manner consistent with the Mayor's Report and the Final Report of the Director of Administration Attest: Harry Day, Chair, Land Use/Urban Redevelopment Committee Annie M. Summerville, Clerk, 29th Board of Representatives

DEMOLITION NOTICE To Whom It May Concern: Notice is hereby given that KL Greenwich LTD has Filed an...

$
0
0
Hearst Media Services, DEMOLITION NOTICE To Whom It May Concern: Notice is hereby given that KL Greenwich LTD has Filed an application with the DPW-Division of Buildings for Approval to demolish the Building and/or structure Described below: Name, if any, of building Or structure: none Year built: 1930 Address: 48 Round Hill Road, Greenwich, CT Type of building or Structure: single family Residence Owners name: KL Greenwich LTD Owners address: 48 Round Hill Road, Greenwich, CT Further information concerning This pending application may be Obtained by contacting the DPW-Division of Buildings 203-622-7754 Any objection to the demolition Of the above building or structure must be filed in writing with the DPW-Division of Buildings within Forty five days of publication of Notice or the required ninety day Waiting period established by Town ordinance will be waived

Invitation to Bid Repair of SoundWaters Shed 1281 Cove Road, Stamford, CT 06902 SoundWaters Inc. of 1281...

$
0
0
Hearst Media Services, Invitation to Bid Repair of SoundWaters Shed 1281 Cove Road, Stamford, CT 06902 SoundWaters Inc. of 1281 Cove Road, Stamford, CT will receive bids in triplicate on September 6, 2016, 5:00pm at 1281 Cove Road, Stamford, CT. from licensed contractors for the repair of a historic 1870 shed. All sealed bids must be received within the proper date and time. Bids received after the posted cutoff date and time will not be accepted or opened. All work must be done in accordance with the Secretary of the Interior's Standards for the Treatment of Historic Properties. The successful bidder will have two months to complete the project, commencing September 15, 2016 with completion by November 15, 2016. Contact oczebiniak@soundwaters.org for the complete request for proposal. There will be a mandatory pre-bid meeting on August 25, 2016 at 4:00pm at 1281 Cove Road, Stamford, CT. The meeting will include a walkthrough of the site and review of the construction documents. SoundWaters Inc. reserves the right to reject any or all bids and to waive any informalities in bidding. All Bid Documents must be completely filled in when submitting. Any incomplete bids will be disqualified. No bid shall be withdrawn for a period of twenty (20) days subsequent to the opening of bids or until the next workday immediately following said period, if such period ends on a weekend or State holiday, without the consent of SoundWaters. This project is funded, in-part, by the U.S. Department of the Interior, National Park Service and is administered by the State Historic Preservation Office, Department of Economic and Community Development. All project work must conform to the Secretary of the Interior's Standards for the Treatment of Historic Properties approved by the State Historic Preservation Office, Department of Economic and Community Development. The successful bidder along with the subcontractors shall make a good faith effort, to the greatest extent feasible, that they employ and contract small and minority contractors as defined by the State of Connecticut with regards to small and minority business enterprises. In compliance with the State of Connecticut regulations, the bidder must be an affirmative Action/Equal Opportunity Employer. Minority/Women's business Enterprises are encouraged to apply. SoundWaters is "An Affirmative Action/Equal Opportunity Employer. Minority/Women's Business Enterprises are encouraged to apply."

DEMOLITION NOTICE To Whom It May Concern: Notice is hereby given that 75 Round Hill Road, LLC has Filed an...

$
0
0
Hearst Media Services, DEMOLITION NOTICE To Whom It May Concern: Notice is hereby given that 75 Round Hill Road, LLC has Filed an application with the DPW-Division of Buildings for Approval to demolish the Building and/or structure Described below: Name, if any, of building Or structure: none Year built: 1938 Address: 75 Round Hill Road, Greenwich, CT Type of building or Structure: single family Residence Owners name: 75 Round Hill Road, LLC Owners address: 75 Round Hill Road, Greenwich, CT Further information concerning This pending application may be Obtained by contacting the DPW-Division of Buildings 203-622-7754 Any objection to the demolition Of the above building or structure must be filed in writing with the DPW-Division of Buildings within Forty five days of publication of Notice or the required ninety day Waiting period established by Town ordinance will be waived

LEGAL NOTICE PURSUANT TO CHAPTER 88 OF THE CODE OF ORDINANCES OF THE CITY OF STAMFORD, NOTICE IS HEREBY...

$
0
0
Hearst Media Services, LEGAL NOTICE PURSUANT TO CHAPTER 88 OF THE CODE OF ORDINANCES OF THE CITY OF STAMFORD, NOTICE IS HEREBY GIVEN OF THE FOLLOWING APPLICATION FOR DEMOLITION PERMIT: Date of Application: August 16, 2016 Date of Publication: August 17, 2016 Location of Property: 360 Westover Road (Single Family) Owner of Property: Antoinette Violi Unless written objection to the demolition of the above structure is filed by September 6, 2016, with the Building Inspector, 888 Washington Boulevard, Stamford, CT 06904-2152, a demolition permit may be issued. Attest: Robert D. DeMarco Chief Building Official
Viewing all 19690 articles
Browse latest View live




Latest Images