Bona Fide Classified Charleston Newspapers Metro Sunday Gazette Mail Charleston Daily Mail The Charleston Gazette
Classifieds.  Sell it Smart.  Find it Smart.  Buy it Smart



careersite
Looking for our Job Listings?
Our job listings have moved. Click HERE to retry your search at GazetteMailJobs.com, where you'll find West Virginia's Best Jobs.
Page 1 of 17
Hits 1 - 10 of 161

1.
ADVERTISEMENT FOR BIDS

NORTH BECKLEY PUBLIC SERVICE
DISTRICT
RALEIGH COUNTY, WEST VIRGINIA

COLLECTION SYSTEM IMPROVEMENTS
CONTRACT 1, 2 and 3
SRF NO. C-544157-03

Sealed bids of Contracts 1, 2, and 3, North Beckley Public Service District Collection System Improvements , to serve the District, will be received by North Beckley Public Service District office, 122 Clearwater Lane, Beckley, West Virginia, until 2:00 P.M., L.P.T., on August 6th, 2009 for furnishing labor and materials and performing all work set forth in the Advertisement for Bids, Form of Proposal, Information for Bidders, General Conditions, Supplemental General Conditions, Detail Specifications and Plans prepared by Lawson Engineering and Technical Services. Immediately following the scheduled closing time for the reception of bids, all proposals which have been submitted in accordance with the conditions of this project will be publicly opened and read aloud.

The work to be bid upon is described as follows:

Contract 1:
Construction of 3,715 feet of 6" PVC Sewer Pipe, 5,935 feet of 8" PVC Sewer Pipe, 835 feet of 10" PVC Sewer Pipe 1,645 feet of 12" PVC Sewer Pipe, 130 feet of 15" PVC, 3,255 feet of 6" PVC Sewer Lateral, 5,040 feet of 6" DIP Force Main with 3 Air & Vacuum Valves, 85 feet of 24" Steel Casing 30 feet of 20" Steel Casing Pipe, 240 feet of 16" Steel Casing Pipe, 370 feet of 12" Steel Casing Pipe, 38 Flat Top Manholes, 32 Standard Cone Top Manholes, 4 Clean-outs (6"), 29 "Y" or "T" Branches (6"), 37 "Y" or "T" Branches (8"), 1 "Y" or "T" Branches (12"), 150 feet of 15" Corrugated Metal Pipe, 30 feet of 30" Corrugated Metal Pipe and 35 hp Duplex Submersible Lift Station with Telemetry, Concrete Pipe Encasement, Collars, Anchors, Clearing and Grubbing, Lawn Seeding, Video Taping, Stone and Asphalt Resurfacing, and all associated construction activities and all appurtenances necessary to provide a complete and workable system in accordance with the contract documents.

Contract 2:
Construction of 4,670 feet of 6" PVC Sewer Pipe, 6,120 feet of 8" PVC Sewer Pipe, 2,025 feet of 10" PVC Sewer Pipe 3,520 feet of 6" PVC Sewer Lateral, 35 feet of 20" Steel Casing Pipe, 365 feet of 16" Steel Casing Pipe, 575 feet of 12" Steel Casing Pipe, 44 Flat Top Manholes, 48 Standard Cone Top Manholes, 4 Clean-outs (6"), 74 "Y" or "T" Branches (6"), 33 "Y" or "T" Branches (8"), 4 "Y" or "T" Branches (10") and Concrete Pipe Encasement, Collars, Anchors, Clearing and Grubbing, Lawn Seeding, Video Taping, Stone and Asphalt Resurfacing, and all associated construction activities and all appurtenances necessary to provide a complete and workable system in accordance with the contract documents.

Contract 3:
Construction of 8,330 feet of 6" PVC Sewer Pipe, 3,535 feet of 8" PVC Sewer Pipe, 1,870 feet of 10" PVC Sewer Pipe 1,880 feet of 6" PVC Sewer Lateral, 1,160 feet of 4" PVC Force Main with 1 Air & Vacuum Valves, 40 feet of 20" Steel Casing Pipe, 205 feet of 16" Steel Casing Pipe, 245 feet of 12" Steel Casing Pipe, 32 Flat Top Manholes, 61 Standard Cone Top Manholes, 6 Clean-outs (6"), 52 "Y" or "T" Branches (6"), 27 "Y" or "T" Branches (8"), 21 "Y" or "T" Branches (10") and 35 hp Duplex Submersible Lift Station with Telemetry, Concrete Pipe Encasement, Collars, Anchors, Clearing and Grubbing, Lawn Seeding, Video Taping, Stone and Asphalt Resurfacing, and all associated construction activities and all appurtenances necessary to provide a complete and workable system in accordance with the contract documents.

These contracts will be financed in all or in part through the West Virginia Division of Environmental Protection State Revolving Fund.

Construction time limit for each contract shall be 300 calendar days. Liquidated damages shall be $300.00 per day.

Plans, Specifications and Contract Documents may be examined at the following places:

North Beckley Public
Service District
122 Clearwater Lane
Beckley, WV 25801

Lawson Engineering &
Technical Services
144 Oleander Street
Beckley, WV 25801

Contractors Association
of WV
2114 Kanawha
Boulevard, East
Charleston, WV 25311

F. W. Dodge
437 19th Street
Dunbar, WV 25064

Plans and specifications may be obtained from the office of Lawson Engineering and Technical Services, 144 Oleander Street, Beckley, West Virginia, 25801. The cost of the first complete set of plans and specifications supplied shall be $150.00 and each additional set of contract plans shall be supplied for $75.00, which is not refundable. Specifications contains all three contracts and additional specifications shall be provided at $75.00, which is not refundable.

Information for Bidders and Form of Proposal will be furnished upon request.

A two envelope system will be used. Each Bid must be submitted in a sealed envelope ("Envelope No. 1") which must contain: (a) the Bid Bond, (b) Certificates of Compliance, (c) Power of Attorney, (d) all other necessary documents as required on the Bid Opening Checklist on page CHK-1 of these Contract Documents, and (e) a separate sealed envelope inside marked "Bid Proposal" ("Envelope No. 2") containing the completed and signed Bid.

Both Envelope No. 1 and Envelope No. 2 must have the following information in the lower left hand corner:

Name and address of
Bidder
Bidder's WV
Contractor's License
Number
Bid on North Beckley PSD Collection System Improvements, Contract 1, Contract 2, or Contract 3 (as applicable)
To Be Opened at 2:00 PM, L.P.T., on August 6, 2009.

Envelope No. 1 will be opened first and shall contain a certified check or bank draft payable to the North Beckley Public Service District, Raleigh County. West Virginia, or a Bid Bond executed by the Bidder and a grantee Bidder and a Bidder surety company approved by the North Beckley Public Service District, Raleigh County, West Virginia, in the amount equal to five percent (5%) of the Bid, shall be submitted with each Bid, to guarantee the Bidder's entrance into a Contract, if given the award.

In addition, Envelope No. 1 shall contain Certificates of Compliance, Power of Attorney, and all other necessary documents required on the Bid Opening Checklist on page CHK-1 of these Contract Documents will be reviewed to ensure that all such documents are in order. Documents required shall include, but not be limited to HUD form "Certification of Bidder Regarding Equal Employment Opportunity," the HUD form "Certification of Bidder Regarding Section 3 and Segregated Facilities".

If the documents in Envelope No. 1 are found to be in order, Envelope No. 2 will then be opened and the Bid Proposal will be publicly read aloud. If the documents required to be contained in Envelope No. 1 are not in order, Envelope No. 2 will not be opened and the Bid will be considered non-responsive and will be returned to the Bidder.

No Bid shall be waived or returned because the Bidder failed to or cannot comply with any requirements as set forth in Plan, Specifications, or any applicable statutes of the United States, the State of West Virginia and/or local ordinances. However, bids received after the scheduled closing time for the reception of bids will be returned unopened to the bidders.

A bidder may not withdraw his bid for a period of ninety (90) days after the date set for the opening of bids.

Any Contractor submitting a Bid on this project hereby certifies, indicates, and acknowledges that he/she has a license and meets all the qualifications required by the statutes of the State and subdivision in which the work is to be performed. In addition, the bidder must hold a current West Virginia contractor's license on the date of Bid opening.

Nondiscrimination in Employment - Bidders on this work will be required to comply with the President's Executive Order Number 11246, the provisions of Executive Order No. 10925 as included therein and "HUD Section 109," which prohibits discrimination in employment regarding race, creed, color, sex, or national origin.. The requirements for bidders and contractors under this order are explained in the specifications.

Affirmative Action and Minority Business Enterprises Bidders must comply with the requirements for Affirmative Action and Minority Business Enterprises participation as described in the Federal Specifications insert to the Contract Documents. Bidders must comply with Title VI of the Civil Rights Act of 1964, the Davis-Bacon Act, the Copeland Act, the Contract Work Hours and Safety Act, and the West Virginia Division of Labor Wages for Construction of Public Improvements pursuant to West Virginia Code §215A-3.

DBE Requirements Each Bidder must fully comply with the Disadvantage Business Enterprises, and Affirmative Action requirements, as identified in the contract documents. The bidder agrees to make "good faith efforts" to subcontract a portion of the total value of the contract to Disadvantaged Business Enterprises. This shall be done in compliance with the six (6) good faith efforts as outlined in 40 CFR 33.301. Failure to demonstrate good faith efforts to do so may lead to rejection of bids. For the purpose of this program, the term "subcontract" includes all construction, modification, and service work contracted for by the bidder in the execution of the work under this contract.


Buy American The Contractor shall comply with the Buy American provisions of the American Recovery and Reinvestment Act (ARRA) in accordance with final guidance from the EPA and OMB. All iron, steel, and manufactured goods used in the project must be produced in the United States. This term will not apply in any case or category of cases where (1) applying the term and condition would be inconsistent with the public interest: (2) iron, steel, and the relevant manufactured goods are not produced in the United States in sufficient and reasonably available quantities and of satisfactory quality; or (3) inclusion of iron, steel, and manufactured goods produced in the United States will increase the cost of the overall project by more than 24 percent. The lowest responsive, responsible bidder must certify their compliance with the Buy American provisions or receive an approved waiver of these provisions from the United States EPA prior to purchasing materials for this project.

North Beckley Public Service District reserves the right to reject any and all bids and to waive any informalities.

A mandatory pre-bid conference will be held at North Beckley Public Service District office, Beckley, West Virginia, on July 23rd, 2009, at 11:00 A.M., L.P.T.

NORTH BECKLEY
PUBLIC SERVICE
DISTRICT
RALEIGH COUNTY,
WEST VIRGINIA

BY:
Joseph DiClaro,
Chairman

Lawson Engineering
and Technical Services
PO Box 1419
144 Oleander Street
Beckley, WV 25801

(391871)

Class: 983 Gazette Legal Ads Last appeared: 07-13-2009
Save this ad

2.
CHARLESTON - KANAWHA HOUSING AUTHORITY
REQUEST FOR
PROPOSALS

RENT REASONABLENESS SURVEY
HOUSING VOUCHER PROGRAM
&
FLAT RENT STUDY
LOW-RENT PUBLIC HOUSING PROGRAM

Charleston-Kanawha Housing will receive proposals from qualified firms for a rent reasonableness survey for its Section 8 Housing Voucher Program and a flat rent study for its Low-Rent Public Housing Program. The deadline for receipt of proposals is 11:00 o'clock AM, Monday, August 3, 2009. Proposals received after the established deadline may be considered non-responsive and rejected. Proposals may be mailed to Post Office Box 86, Charleston, WV 25321-0086, and the outside of the envelope shall indicate the following in the lower left-hand corner:
RENT REASONABLE /FLAT RENT SURVEY RFP DEADLINE: 11:00 O'CLOCK AM, MONDAY, August 3, 2009

Faxed proposals should be sent to (304) 348-6455.

Detailed specifications may be obtained at Charleston-Kanawha Housing Authority's offices located at 1525 West Washington Street, Charleston, WV 25312 from Jeff Knight, Director of Leased Housing. Any questions regarding the RFP should be directed, in writing, to Jeff Knight, Director of Leased Housing. Questions may be faxed to the above-stated fax number or sent by e-mail to jknight@charlestonhousing.com.

Proposals shall include an estimated time frame for completion which is to include submission of a draft and final report. The draft report shall be subject to acceptance by the Executive Director and/or other selected staff. Additional information and/or clarification may be requested by Charleston - Kanawha Housing following review of the draft report and prior to finalizing the final report.
Scope of Services:

a. An analysis shall be performed to ascertain market (economic) rents for typical units as a comparison for Charleston - Kanawha Housing's Voucher Program in its operating jurisdiction of the City of Charleston, Kanawha, Clay and Putnam Counties.

b. Economic rent as defined by the National Association of Independent Fee Appraisers is, "the rent the property would bring if offered for rent or lease on the current market."

c. Comparisons may consist of apartments, mobile homes, and single family houses of varying size and room count leased for residential purposes.

d. Acceptable data sources include but are not limited to state, city, real estate agents or banks, classified ads, multiple listings, etc., and HUD Field Office Data Appraiser/HUD Economist.

e. The survey must include information on the following:

1. Unit location, size
and type
2. Quality
3. Accessibility for the
handicapped
4. Amenities
5. Facilities
6. Management and
maintenance service
7. Gross rent (rent plus
utilities) of the unit

f. A flat rent study for units owned and operated by Charleston-Kanawha Housing Authority through the Low-Rent Public Housing Program. The flat rent is based on the market rent charged for comparable units in the private unassisted rental market. This study must consider the location, quality, size, unit type and age of the unit as well as any amenities, housing services, maintenance and utilities provided by CKHA.

g. The vendor shall meet with Charleston-Kanawha Housing Staff prior to the analyses being performed to address questions and concerns. A post analysis will also be required to instruct staff in the implementation of the system.

In addition, the selected bidder is requested to provide the rent comparisons.

Each vendor must provide written evidence demonstrating that they meet the following criteria:

1. Has a minimum of two years experience working for or contracting with housing authorities and/or similar agencies.

2. Provide a detailed list with telephone numbers of housing authorities or other housing businesses for which similar work has been performed.

3. Provide a certification statement that the respondent is not debarred, suspended, or otherwise prohibited from professional practice by any federal, state or local agency.

4. Fulfill and agree to all other requirements, terms and conditions outlined in the General Conditions of the specifications.

Charleston-Kanawha Housing reserves the right to reject any or all proposals and to waive any informalities in the proposal process. Withdrawal of proposals prior and subsequent to the opening shall be permitted only in accordance with Charleston-Kanawha Housing's Procurement Policy, Section III.C. 4a & 4b.

Charleston-Kanawha Housing reserves the right to make an award based solely on the proposals or to negotiate further with one or more firms. The firm selected for the award will be chosen based on greatest benefit to Charleston-Kanawha Housing. Charleston-Kanawha Housing's decision is final; there is no appeal process.

In accordance with federal regulations, Charleston-Kanawha Housing requires a drug-free work place. The selected firm shall require all employees sign copies of the notice to honor and abide by the requirements of the Drug Free Work Place Act.

The selected firm shall be required to abide by all Federal, State and/or local regulations with regard to equal employment opportunity.

Class: 983 Gazette Legal Ads Last appeared: 07-17-2009
Save this ad

3.
Housing Innovations
Corporation
Request for Proposals
Project-Based Section 8 Housing Contract
Administration
of Housing Assistance Payments (HAP)
Contracts

The purpose of this Request for Proposals (RFP) is to identify a partner to provide Section 8 Housing Assistance Payments (HAP) contract administration services to the Housing Innovations Corporation (HIC), a subsidiary of the Charleston-Kanawha Housing Authority.
HIC intends to respond to the U.S. Department of Housing and Urban Development's (HUD) Request for Proposals (RFP) to provide contract administration for project-based Section 8 HAP contracts. The HUD RFP has not yet been issued. However, in order to respond to the HUD RFP, HIC is seeking to identify a long-term Asset Management Partner (AMP) with Data Collection/ Processing capabilities. The AMP, once identified, would assist HIC in preparation of its response to HUD's RFP, which is projected to be issued in the fall of 2009. Should HIC be a successful proposer to HUD's RFP, the AMP would become HIC's partner in performing the tasks required by HUD.
Scope of Work
Under the initial phase of the contract, the AMP will assist HIC in the preparation of HIC's response to HUD's RFP. Subsequent phases of the contract are contingent upon HIC's successful proposal to HUD and a contract award from HUD to perform Project-based Section 8 Contract Administration of Housing Assistance Payments Contracts.
HIC will provide oversight to the AMP but will not provide any staffing support. Should HIC be selected by HUD to perform Section 8 Project-based HAP contract administration, the AMP would be required to perform the following tasks:

1. Schedule and conduct annual management reviews of each property.
2. Schedule and conduct annual occupancy reviews of each property as per HUD instructions and requirements; the review must be a comprehensive assessment of the owner's procedures for directing and overseeing project operations and the adequacy of the procedures for carrying out day-to-day front-line activities. Audit areas include: maintenance, security, leasing, occupancy, certification and re-certification of family income, determination of the family payments, and general maintenance practices. The audit must verify that correct documentation is contained in each resident file to support claims for payment under the HAP contract.
3. Adjust contract rents under each Section 8 HAP contract in accordance with the HAP contract and HUD requirements.
4. Respond to Owner's appeals of rent adjustment decisions.
5. Provide information to HUD if the owner has elected to opt-out of the program.
6. Coordinate efforts to ensure continued rental assistance to residents whose owner has decided to opt-out of the program.
7. Review, verify and authorize monthly Section 8 voucher payments.
8. Review, verify and authorize corrective actions including payment for valid Section 8 Special Claims for unpaid rent, resident damages and vacancy loss.
9.Disburse Section 8 funds to owners.
10. Respond to all life-threatening health and safety issues immediately. Maintain tracking system for inquiries, responses and corrective actions and submit log to HUD office with monthly invoices. Notify and monitor owner's response to concerns and implementation of corrective actions.
11. Respond to all non-life-threatening health and safety issues within 2 business days. Maintain tracking system for community and resident inquiries, responses and corrective actions and submit log to HUD office with monthly invoices. Notify and monitor owner's response to concerns and implementation of corrective actions.
12. Submit budget and annual requisitions for each HAP contract.
13. Prepare and submit year-end statement.
14. Assist in preparation and submission of separate audited financial statements that fully comply with OMB Circular A-133.
15. Submit a plan for outlining specific actions to correct deficiencies if unacceptable performance and compliance indicators are found by HUD.
16. Monitor the owners' compliance and progress with the plan to correct deficiencies if unacceptable performance and compliance indicators are found by HUD.
17. Ensure that owners fulfill their obligations to residents and to HUD (that are commensurate with owner renewal decisions).
18. Prepare and submit monthly, quarterly and annual progress reports to HUD.
19. Verify completion of corrective actions based upon the analysis of the results of the physical inspections conducted on properties included in the ACC. Take legal actions as directed by HUD for enforcement of the HAP contract.

Additionally, the Asset Management Partner will provide:

1. Transitional planning and HUD readiness review preparation.
2. Quality control.
3. Contract assignment verification.
4. Assistance with HUD invoicing and reporting.
5. Call center and inquiry resolution.

It is the intention of HIC to award a contract to a proposer who furnishes evidence of the requisite experience and ability to successfully and properly complete the specified scope of work. The following information should be included in your proposal:
1. Cover letter including:
a. Company ownership. If incorporated, the state of incorporation and the date of incorporation.
b. Name, address and telephone number of the point of contact regarding this proposal and the potential resultant contract.
2. Experience of Proposer:
a. Company background and history.
b. General qualifications to provide the above-mentioned scope of work.
3. Experience with Section 8 HAP Contract Administration
a. Describe the proposer's experience providing Section 8 contract administration services.
b. State where the services are performed and the time period the proposer is under contract to provide such services.
4. Experience in Data Collection and Transmission of TRACS Reports to HUD
a. Describe the proposer's experience in data collection and transmission of TRACS reports to HUD.
b. State where the services are performed and the time period the proposer is under contract to provide such services.
5. References
A minimum of three references should be provided from similar projects performed for any local government or special district client such as a housing authority including:
a. Client name.
b. Project description.
c. Project dates (starting and ending).
d.Contact person's name and telephone number.

The Authority will contact the references provided, so please ensure that names and telephone numbers are correct.
HIC reserves the right to reject any and all proposals or any part of a proposal. An award, if made, will be predicated upon what serves the best interests of HIC. Proposals must be received prior to the deadline date and time, and must be signed by a person authorized by the firm to commit the firm to contractual obligation.
Specifications may be obtained at the Charleston-Kanawha Housing Authority's offices located at 1525 West Washington Street, Charleston, WV 25312 from Lynn Cottrill. All proposals are to be firm for a period of 120 days from the submittal deadline.
All responses to this RFP must be submitted not later than August 3, 2009 by 3:00 p.m. to:

Mr. Mark E. Taylor,
Executive Director
Charleston-Kanawha
Housing Authority
P. O. Box 86
Charleston,
West Virginia 25321

Proposals shall be submitted as an original, clearly marked "Original" with copies clearly marked "Copy." The following identification should be clearly marked on the outside of the sealed envelope:

"Project-Based Section 8 Contract Administration (PBCA) Proposal"

Questions regarding this RFP must be in writing, preferably via email or fax; and be submitted no later than July 26, 2009. Questions regarding this RFP should be directed to:

Mr. Mark E. Taylor,
Executive Director
Charleston-Kanawha
Housing Authority
P. O. Box 86
Charleston,
West Virginia 25321
Fax Number:
304-348-6455
mtaylor@charlestonhousing.com

(392718)

Class: 983 Gazette Legal Ads Last appeared: 07-17-2009
Save this ad

4.
IN THE CIRCUIT COURT OF
KANAWHA COUNTY, WEST VIRGINIA

JAMES A. MARTIN,
Plaintiff,
vs.
MICHAEL MORRIS,
Defendant.

Civil Action Number:
09-C-198
Judge Irene Berger

ORDER OF
PUBLICATION

The object of the above-entitled suit is the recovery of damages from personal injury.

It is ORDERED that the Defendant Michael Morris, pursuant to West Virginia Code §562-2, serve upon Jeffrey T. Jones, plaintiff's attorney, whose address is P. O. Box 3809, Charleston, West Virginia, an Answer or other defense to the Complaint filed in this action within thirty (30) days after the date of the first publication hereof, and do what is necessary to protect his interest herein; otherwise, judgment by default may be rendered at any time thereafter. A copy of said Complaint can be obtained from the undersigned Clerk at her office.

Given under my hand this 24th day of June, 2009.

Cathy Gatson
Clerk of Kanawha
County, West Virginia

Prepared by:
Jeffrey T. Jones
(WVSB#4264)
LAW OFFICES OF
JEFFREY T. JONES,
PLLC
P O Box 3809
Charleston,WV 25338
304-345-3400

(392319)

Class: 983 Gazette Legal Ads Last appeared: 07-16-2009
Save this ad

5.
IN THE CIRCUIT COURT OF KANAWHA COUNTY, WEST VIRGINIA

STATE OF WEST VIRGINIA
Petitioner

V.

$1,728.00 (ONE THOUSAND SEVEN HUNDRED AND TWENTY-EIGHT DOLLARS), In United States Currency
(Donte Claybrooks)
Respondent.

CASE NO. 09-C-1211

On April 7, 2009, Officers of the Metropolitan Drug Enforcement Network Team seized $1,728.00 (One Thousand, Seven Hundred and Twenty-Eight Dollars), in United States Currency, at the following location: in an alley between 7th Avenue and 6th Avenue, in the 3100 block, Charleston, Kanawha County, West Virginia. $1,728.00 (One Thousand, Seven Hundred and Twenty-Eight Dollars), in United States Currency, constititutes moneys furnished or intended to be furnished, in violation of West Virginia Code, Chapter 60A, by any person in exhange for a controlled substance and/or proceeds traceable to such an exchange, and/or moneys used, or which have been used, or which are intended to be used to facilitate any violation of West Virginia Code, Chapter 60A, and/or the laws of the State of West Virginia. $1,728.00 (One Thousand, Seven Hundred and Twenty-Eight Dollars), in United States Currency, was found in the possession and/or control of Donte Claybrooks and at the time of the seizure, he claimed ownership of the said Currency. The State of West Virginia has filed a Forfeiture Petition wherein it has asked the Circuit Court of Kanawha County, West Virginia to forfeit the above-described $1,728.00 (One Thousand, Seven Hundred and Twenty-Eight Dollars), in United States Currency, to the State and to vest title to ownership of the in the State of West Virginia. A copy of said Forfeiture can be obtained from the Kanawha County Clerk's Office. Any person having a claim upon the above-described $1,728.00 (One Thousand, Seven Hundred and Twenty-Eight Dollars), in United States Currency, shall make a claim on said property on or before the passing of 30 days from first publication of this legal publication. Any claim must clearly identify the claimant and the address at which legal process can be served upon the claimant. All claims shall be delivered to Reagan E. Whitmyer, Assistant Prosecuting Attorney, 700 Washington Street, East Charleston, West Virginia, 25301.

STATE OF WEST
VIRGINIA and METROPOLITAN DRUG ENFORCEMENT NETWORK TEAM
MARK PLANTS
Prosecuting Attorney
By: Reagan E.
Whitmyer,
Assistant Prosecuting
Attorney
for Kanawha County,
West Virginia

(392246)

Class: 983 Gazette Legal Ads Last appeared: 07-16-2009
Save this ad

6.
INVITATION TO BID
Attention
Subcontractors

Vecellio & Grogan, Inc.
is soliciting quotations from subcontractors, including D.B.E., for Call 001 in Grant County, WV - Corridor H - X312-000H/00-089.01 02 / 0APD 0484 303 000. This project has a 9% DBE goal and the bid date is July 21, 2009. Plans are available for viewing at our office, 2251 Robert C. Byrd Drive, Beckley, WV 25801 or online at the Bid Express website for the WVDOH Agency at www.bidx.com. Vecellio & Grogan, Inc. is an Equal Opportunity Employer, and all qualified applicants will receive consideration without regard to race, religion, color, sex or national origin. 100% performance bond and payment bonds are requested for this project. Please feel free to contact Mandi Morgan at (304) 252-6575 for more information.

(392029)

Class: 983 Gazette Legal Ads Last appeared: 07-17-2009
Save this ad

7.
INVITATION TO BID
Attention
Subcontractors

Vecellio & Grogan, Inc.
is soliciting quotations from subcontractors, including D.B.E., for Call 001 in Jefferson County, WV 9: Shenandoah River Bridge U319-0009/00-010.70 06 0ERP0009 196 000. This project has a 8% DBE goal and the bid date is July 23, 2009. Plans are available for viewing at our office, 2251 Robert C. Byrd Drive, Beckley, WV 25801 or online at the Bid Express website for the WVDOH Agency at www.bidx.com. Vecellio & Grogan, Inc. is an Equal Opportunity Employer, and all qualified applicants will receive consideration without regard to race, religion, color, sex or national origin. 100% performance bond and payment bonds are requested for this project. Please feel free to contact Mandi Morgan at (304) 252-6575 for more information.

(392030)

Class: 983 Gazette Legal Ads Last appeared: 07-17-2009
Save this ad

8.
INVITATION TO BID
BREAD AND BAKERY PRODUCTS
BOTTOM LINE BID

Sealed bids will be received by the Mingo County Board of Education until 10:00 a.m., Tuesday August 4, 2009, at the Central Board Office, Route 2, Box 310, Williamson, West Virginia 25661. Bids will be taken for all Bread and Bakery Products pertaining to the Child Nutrition Program for the 2009-2010 school years. This will be a Bottom Line Bid.

The Mingo County Board of Education reserves the right to reject any or all bids and waive any information in the bidding process. Bid packets will be available at the Central Board Office. For specifications and additional information contact Jacki Hatfield at 304.235.7142.

(392220)

Class: 983 Gazette Legal Ads Last appeared: 07-16-2009
Save this ad

9.
INVITATION TO BID
MILK AND DAIRY PRODUCTS
BOTTOM LINE BID

Sealed bids will be received by the Mingo County Board of Education until 10:00 a.m., Tuesday August 4, 2009, at the Central Board Office, Route 2, Box 310, Williamson, West Virginia 25661. Bids will be taken for all Milk and Dairy Products pertaining to the Child Nutrition Program for the 2009-2010 school years. This will be a Bottom Line Bid.

The Mingo County Board of Education reserves the right to reject any or all bids and waive any information in the bidding process. Bid packets will be available at the Central Board Office. For specifications and additional information contact Jacki Hatfield at 304.235.7142.

(392222)

Class: 983 Gazette Legal Ads Last appeared: 07-16-2009
Save this ad

10.
LEGAL NOTICE

CSX
will be doing road crossing work starting July 15, 2009 and August 03, 2009. This is a list of the crossings to be worked between St. Albans and Charleston. There will be delays please plan to avoid these crossings. Some of these crossings will be closed over night and will be advised to take an aternate route. Closings will be broadcasted by radio.

C STREET
SECOND STREET
5TH STREET
WALNUT STREET
SPRUCE STREET
SPRING VALLEY
AVESTA DRIVE
CHESAPEAKE AVE
TURNPIKE ROAD
CHESTNUT STREET
1ST STREET
DANNER RD.

(392289)

Class: 983 Gazette Legal Ads Last appeared: 07-14-2009
Save this ad

Find it Smarter

SMARTIE will continue this search for a month and email you the results. Click SMARTIE to put him to work for you!