Legals: 01-13-14

0

001 LEGAL
LEGAL NOTICE The 2013 Annual Financial Report for Center
Township has been completed and is available for review by contacting
the Fiscal Officer at 419-348-7964. Jill Foos Center Township Fiscal
Officer 17100 Carter Rd Bowling Green, OH 43402 Jan. 13, ’14


NOTICE GRAND RAPIDS
TOWNSHIP COUNTY OF WOOD
The annual
financial report for Grand Rapids Township for the year ending December
31, 2013, is complete and available at the office of the Fiscal Officer.
Cary Long Fiscal Officer Jan. 13, ’14


PUBLIC BID ADVERTISEMENT Sealed
bids will be received by the Purchasing Department, 103 Park Avenue
Warehouse, Bowling Green State University, Bowling Green, Ohio 43403 for
the following Project: Bid #
5992 Project Name: Northwest Ohio
Regional Book
Depository Reroof Bowling Green
State University
Bowling Green, Wood County, Ohio 43403
in accordance with the Contract
Documents prepared by: Buehrer Group Architecture & Engineering,
Inc. 314 Conant Street Maumee, OH 43537 Telephone:
(419) 893-9021
Facsimile:
(419) 893-9027
Bidders may submit requests for
consideration of a proposed Substitution for a specified product,
equipment, or service to the Architect/Engineer (“A/E”) no later than
10days prior to the bid opening. Additional products, equipment, and
services may be accepted as approved Substitutions only by written
Addendum.
From time to time, the Commission issues new editions of the
“State of Ohio Standard Requirements for Public Facility Construction”
and may issue interim changes. Bidders must submit Bids that comply with
the version of the Standard Requirements included in the Contract
Documents.
Prevailing Wage rates and Equal Employment Opportunity
requirements are applicable to this Project.
This Project is subject
to the State of Ohio’s Encouraging Diversity, Growth, and Equity
(“EDGE”) Business Development Program. A Bidder is required to submit
with its Bid and with its Bidder’s Qualifications form, certain
information about the certified EDGE Business Enterprise(s)
participating on the Project with the Bidder. Refer to Section6.1.12 of the
Instructions to Bidders.
The EDGE Participation Goal for the Project is 5.0 percent.
The percentage is determined by the contracted value of goods,
services, materials, and labor that are provided by EDGE-certified
business(es). The participation is calculated on the total amount of
each awarded contract. For more information about EDGE, contact the
State of Ohio EDGE Certification Office at
http://das.ohio.gov/eod,
or at its physical location: 4200 Surface Road, Columbus, Ohio
43228-1395; or by telephone at (614) 466-8380.
The Bidder may be
subject to a Pre-Award Affirmative Action Compliance Review in
accordance with Section 123:2-5-01 of the Ohio Administrative Code
including a review of the Bidder’s employment records and an on-site
review.
The Bidder must indicate on the Bid Form, the locations where
its services will be performed in the spaces provided or by attachment
in accordance with the requirements of Executive Order 2011-12K related
to providing services only within the United States. Failure to do so
may cause the Bid to be rejected as non-responsive.
DOMESTIC STEEL
USE REQUIREMENTS AS SPECIFIED IN OHIO REVISED CODE SECTION 153.011 APPLY
TO THIS PROJECT. COPIES OF OHIO REVISED CODE SECTION 153.011 CAN BE
OBTAINED FROM ANY OF THE OFFICES OF THE OHIO FACILITIES CONSTRUCTION
COMMISSION. Bidders are encouraged to be enrolled in and to be in
good standing in a Drug-Free Safety Program (“DFSP”) approved by the
Ohio Bureau of Workers’ Compensation (“OBWC”) prior to submitting a Bid
and provide, on the Bid Form with its Bid, certain information relative
to their enrollment in such a program; and, if awarded a Contract, shall
comply with other DFSP criteria described in Section1.6 of the
General Conditions.
Bidders entering into a contract greater than
$2,000,000 are required to submit their bid information into escrow.
Refer to Section6.1.10 of the Instructions to Bidders.
Separate bids will be received in duplicate for: Contractor-Base Bid
Estimate General Contract
$202,114
Alternate G-1 $135,350 Alternate G-2 $45,000
Until Tuesday, January
21, 2014, at 10:30 a.m., when all bids will be opened and read aloud.
All Bidders are strongly encouraged to attend the Pre-Bid Meeting on
Friday, January 10, 2014, at 2:00 p.m. until approximately 3:00 p.m., at
the following location:
Northwest Ohio Regional Book Depository, 1655
North Wilkinson Way, Perrysburg, OH 43551
The Contractor is
responsible for scheduling the Project, coordinating the Subcontractors,
and providing other services identified in the Contract Documents.
Contract Documents are available for purchase from Becker Impressions at 4646 Angola Rd.,
Toledo, OH 43615
, at the non-refundable cost of $40.00
per set, plus shipping, if requested.
The Contract Documents may be
reviewed for bidding purposes without charge during business hours at
the following locations:
BGSU Purchasing Department, Dodge Scan (McGraw
Hill Construction-Dodge), Builders Exchange, Reed Construction Data at
www.reedepr.com, and Construction Bulletin plan rooms.
Dec. 27, ’13,
Jan. 6, 13. ’14


PUBLIC NOTICE The City of Bowling Green, Ohio, seeks
statements of qualifications from experienced firms to provide
specialized professional engineering services for the design and
construction of the WPC Grit Removal System Improvements. Sealed
proposals for said services will be accepted until 4:30 p.m. on Tuesday, January 28,
2014,
local time. Statements received after this deadline will not be
considered.
As required by the Ohio Revised Code 153.65-73, responding
firms will be evaluated and ranked based on the information provided in
the SOQ.
The City may request interviews with select responding firms
for the evaluations.
Upon completion of the evaluations, the City will
enter into contract negotiations with the firm ranked most qualified.
Following this evaluation, the City of Bowling Green, Ohio, will enter
into contract negotiations with the most qualified firm. PROJECT NAME: Water Pollution
Control – Grit Removal System Improvements
LOCATION:
City of Bowling Green
304 North Church Street Bowling Green, Ohio 43402 DESCRIPTION:
The firm selected will provide surveying, equipment evaluations and
recommendations; detailed engineering design; permitting; construction
plans, specifications, and contract documents; construction cost
estimates and schedules; bidding services; construction management; and
inspection for improvements to be made on the Grit Removal System.
Respondents will be evaluated in accordance with ORC 153.65-.73 and
ranked based on the information provided in the SOQ.
The City may elect
to hold interviews after reviewing the SOQ’s submitted.
Upon
completion of the evaluation, the City will enter into contract
negotiations with the firm ranked most qualified. SPECIAL REQUIREMENTS or
RESTRICTIONS:
Statements of Qualifications should include information regarding the
firm’s history; education and experience of owners and key technical
personnel; technical expertise of the firm’s current staff; the firm’s
experience in designing similar projects; availability of staff; the
firm’s equipment and facilities; references; and any previous work
performed for the City of Bowling Green, Ohio.
Please note the
qualified consultant is required to submit Certificates of Insurance
providing professional liability and other insurance coverage acceptable
to the City upon an award of the contract. A list of the professionals
assigned to this project and past experience of each is also requested.
Five (5) copies of the Statement of Qualification shall be submitted
in a sealed envelope and marked with “Water Pollution Control Grit Removal System
Improvements – January 28 @ 4:30 p.m.”
This project may be funded, in part, by the Ohio
EPA/Ohio Water
Development Authority (OWDA) and Ohio Public Works Commission.
If you
should have any questions or need further information, please contact
Mr. Brian P. O’Connell, Utilities Director at (419) 354-6246. CITY OF
BOWLING GREEN, OHIO Brian P. O’Connell Utilities Director 304 North Church
Street Bowling
Green,
Ohio 43042 Phone: (419) 354-6246
Jan. 13, 21, ’14


NOTICE TO BIDDERS
STATE OF OHIO
DEPARTMENT OF TRANSPORTATION
Columbus, Ohio
Division of Construction Management
Legal Copy
Number:140090 Sealed proposals will be accepted from
pre-qualified bidders at the ODOT Office of Contracts until 10:00 a.m.
on February 6, 2014.
Project 140090 is located in Wood County,
SR-64-0.00 and is a SIGNALIZATION project.
The date set for completion
of this work shall be as set forth in the bidding proposal.
Plans and
Specifications are on file in the Department of Transportation.
Jan.
6, 13, ’14


PUBLIC NOTICE OEMA & FEMA Weston
Township, in
conjunction with the Ohio Emergency Management Agency (OEMA) and the
Federal Emergency Management Agency (FEMA) has applied for a Unified
Hazard Mitigation Program Project for the purchase and installation of a
tornado warning siren at 21960 US HWY 6, Weston, OH 43569.
Under the
National Environmental Policy Act (NEPA), EO 11988 and EO 11990, public
notice is required of any federal action that affect floodplains or
wetlands. All necessary permits will be obtained prior to construction
and completion of the project.
The objectives of the Unified Hazard
Mitigation Program are to prevent future losses of lives and property,
to implement state or local Hazard Mitigation plans, to enable
mitigation measures to be
implemented during immediate recovery from
disaster, and to provide funding for identified and approved hazard
mitigation projects.
Public Participation Public
participation is encouraged. Interested parties and/or citizens are
invited to comment on the project either in writing to: Nicholas Mueller,
Acting Regional Environmental Officer
FEMA Region V 536 South Clark Street,
6th Floor
Chicago, IL 60605 Or
comments may be directed via e-mail to Mr. Mueller:
Nicholas.Mueller@fema. dhs.gov
The Weston Township Board of Trustees
meet on the second Monday evening of each month at 7:30 PM. The Township
Administrative Building is located at 14024 Van Tassel Road, and the
mailing address is PO Box 332, Weston, OH 43569
Trustee Dan Weaver may
be reached by phone at 419-308-5005, Trustee Bruce Dewese may be
reached at 419-265-7924, Trustee Randy Tolles may be reached at
419-356-7806, and Fiscal Officer Stan Bucksky may be reached at
419-575-2858. Jan. 13, 27, ’14


NOTICE Village of Weston – Ordinances passed on 1/8/14:
2014-1: 2014 Temporary Appropriations (totaling $233,382.50)
2014-2: Wood Co Public Defender Agreement for 2014
2014-3:
Farmers & Merchants banking authorization for 12/16/13-12/31/14
Full copies of these ordinances are available at the Village Hall and at
we stonohio.org. Jan. 13, 21,’ 14


NOTICE The council of the Village of Millbury has
rescheduled their regular council meeting set
for Monday, January 20,
2014 to Wednesday, January 22, 2014 at 6:30 p.m.
This meeting will be
held in the council chambers at the village administration office
located at 28430 Main St., Millbury, Ohio.
Gretchen
Densic Clerk/Treasureer Village of Millbury Jan. 13, ’14


SCHOLARSHIPS AVAILABLE TO LOCAL SENIORS THROUGH
BOWLING GREEN MUNICIPAL UTILITIES BOWLING
GREEN – Local graduating seniors are eligible to apply for
$2,000 one-time American Municipal Power (AMP) scholarships through
Bowling Green Municipal Utilities.
Scholarship materials have been
distributed to Bowling Green High School and Otsego High School.
Scholarship applications must be submitted to Bowling Green Municipal
Utilities no later than January 30, 2014.
The scholarships honor
two distinguished Ohio public power leaders – Lyle B. Wright, a longtime
public power advocate from Bowling Green, and Richard H. Gorsuch,
AMP-Ohio president from 1983-1987.
Lyle B. Wright Scholarships are
awarded to graduating high school seniors whose households receive
electricity from Bowling Green Municipal Utilities or other AMP member
community. Richard H. Gorsuch Scholarships are awarded to graduating
seniors whose parents or guardians, or the students themselves, are
employed by an AMP member municipal electric system.
Bowling Green
Municipal Utilities will select local nominees for each scholarship and
forward them to AMP for consideration.
Nominees must have cumulative
grade point averages of 3.0 or greater on a 4.0 scale, and must write
essays on an assigned public power topic.
Finalists are selected based
on essay scores.
Scholarships will be awarded in the spring of 2014
based on grade point average, personal achievements, personal interview
and knowledge of public power.
More than $240,000 has been presented to
college-bound high school seniors since the scholarship program began
in 1988.
Interested students may contact the guidance counselors at
Bowling Green High School and Otsego High School, or the City of Bowling
Green at 419-354-6246 for additional information.
Jan. 13, 21, ’14


PUBLIC NOTICE The City of Bowling Green, Ohio, seeks
statements of qualifications from experienced firms to provide
specialized professional engineering services for the design and
construction of multiple Water Treatment Plant Improvements Projects.
Sealed proposals for said services will be accepted until 4:30 p.m. on Tuesday, January 28,
2014
,
local time. Statements received after this deadline will not be
considered.
As required by the Ohio Revised Code 153.65-73, responding
firms will be evaluated and ranked based on the information provided in
the SOQ.
The City does not intend to hold interviews.
Upon completion
of the evaluations, the City will enter into contract negotiations with
the firm ranked most qualified.
Following this evaluation, the City
of Bowling Green, Ohio, will enter into contract negotiations with the
most qualified firm. PROJECT NAME: Water Treatment Plant Improvement
Projects
LOCATION:
City of Bowling Green
304 North Church Street Bowling Green,
Ohio 43402 DESCRIPTION:
The firm selected will provide surveying, equipment evaluations and
recommendations; detailed engineering design; permitting; construction
plans, specifications, and contract documents; construction cost
estimates; schedules; bidding services; construction management; and
inspection for the following projects.
Sludge / Backwash Pump Station – Upgrade the existing pump station to accommodate the existing and
future flows and eliminate overflows.
Upgrades will likely include
increasing pumping capacity, add variable frequency drives, controls,
and alarms.
Remove any existing flows to the pump station that can be
eliminated or routed to storm water sources. Additional wet well
capacity may also be needed.
Rapid Sand Filters – Upgrade and replace the existing rapid sand filter under drains and filter media.

Fluoride System – Add a new fluoride feed system in a new building addition, next to
the GAC building, at the end of the treatment process and include
automated controls.
Convert the existing fluoride feed system to a
ferric coagulant storage tank including necessary equipment and piping.
Conventional Treatment Plant Quick Mix – Modify the existing Quick Mix units and tanks to provide optimal
detention time and chemical mixing.
Conventional Treatment Plant Electrical Upgrades – Replace the main circuit breaker/switch gear and
cabling, remove
existing diesel generator that is no longer in service, and replace
existing lighting with energy efficient lighting.
Monitoring and Automation Controls – Add a new chlorine monitoring point at the end of the treatment
process to eliminate reporting delays and improve the accuracy of the
chlorine feed rate.
In the Conventional Treatment Plant, upgrade
control equipment, flow meters, and instrumentation throughout the
plant.
Also in the Conventional Treatment Plant, add automation
equipment where possible for processes that are currently performed
manually.
The selected firm will work with City staff to ensure the
finished projects meet all expectations.
Where it is advantageous, two
or more of the projects may be combined into one construction contract.
Careful planning and scheduling will help to reduce impacts to the WTP
operations.
Modifications to the WTP SCADA system may be necessary for
some of the work.
SPECIAL REQUIREMENTS or RESTRICTIONS:
Statements of Qualifications should include information regarding the
firm’s history; education and experience of owners and key technical
personnel; technical expertise of the firm’s current staff; the firm’s
experience in designing similar projects; availability of staff; the
firm’s equipment and facilities; references; and any previous work
performed for the City of Bowling Green, Ohio.
Please note the
qualified consultant is required to submit Certificates of Insurance
providing professional liability and other insurance coverage acceptable
to the City upon an award of the contract. A list of the professionals
assigned to this project and past experience of each is also requested.
Five (5) copies of the Statement of Qualification shall be submitted
in a sealed envelope and marked with “Water Treatment Plant Improvements – January 28 @
4:30 p.m.”
This project may be funded, in part, by the Ohio EPA/Ohio Water
Development Authority (OWDA) and Ohio Public Works Commission (OPWC).
If you should have any questions or need further information, please
contact Mr. Brian P. O’Connell, Utilities Director at (419) 354-6246. CITY
OF
BOWLING GREEN, OHIO Brian P. O’Connell Utilities Director
304 North Church Street Bowling
Green,
Ohio 43042 Phone: (419) 354-6246
Jan. 13, 21, ’14
#


001 LEGAL
LEGAL NOTICE The 2013 Annual Financial Report for Center
Township has been completed and is available for review by contacting
the Fiscal Officer at 419-348-7964. Jill Foos Center Township Fiscal
Officer 17100 Carter Rd Bowling Green, OH 43402 Jan. 13, ’14


NOTICE GRAND RAPIDS
TOWNSHIP COUNTY OF WOOD
The annual
financial report for Grand Rapids Township for the year ending December
31, 2013, is complete and available at the office of the Fiscal Officer.
Cary Long Fiscal Officer Jan. 13, ’14


PUBLIC BID ADVERTISEMENT Sealed
bids will be received by the Purchasing Department, 103 Park Avenue
Warehouse, Bowling Green State University, Bowling Green, Ohio 43403 for
the following Project: Bid #
5992 Project Name: Northwest Ohio
Regional Book
Depository Reroof Bowling Green
State University
Bowling Green, Wood County, Ohio 43403
in accordance with the Contract
Documents prepared by: Buehrer Group Architecture & Engineering,
Inc. 314 Conant Street Maumee, OH 43537 Telephone:
(419) 893-9021
Facsimile:
(419) 893-9027
Bidders may submit requests for
consideration of a proposed Substitution for a specified product,
equipment, or service to the Architect/Engineer (“A/E”) no later than
10days prior to the bid opening. Additional products, equipment, and
services may be accepted as approved Substitutions only by written
Addendum.
From time to time, the Commission issues new editions of the
“State of Ohio Standard Requirements for Public Facility Construction”
and may issue interim changes. Bidders must submit Bids that comply with
the version of the Standard Requirements included in the Contract
Documents.
Prevailing Wage rates and Equal Employment Opportunity
requirements are applicable to this Project.
This Project is subject
to the State of Ohio’s Encouraging Diversity, Growth, and Equity
(“EDGE”) Business Development Program. A Bidder is required to submit
with its Bid and with its Bidder’s Qualifications form, certain
information about the certified EDGE Business Enterprise(s)
participating on the Project with the Bidder. Refer to Section6.1.12 of the
Instructions to Bidders.
The EDGE Participation Goal for the Project is 5.0 percent.
The percentage is determined by the contracted value of goods,
services, materials, and labor that are provided by EDGE-certified
business(es). The participation is calculated on the total amount of
each awarded contract. For more information about EDGE, contact the
State of Ohio EDGE Certification Office at
http://das.ohio.gov/eod,
or at its physical location: 4200 Surface Road, Columbus, Ohio
43228-1395; or by telephone at (614) 466-8380.
The Bidder may be
subject to a Pre-Award Affirmative Action Compliance Review in
accordance with Section 123:2-5-01 of the Ohio Administrative Code
including a review of the Bidder’s employment records and an on-site
review.
The Bidder must indicate on the Bid Form, the locations where
its services will be performed in the spaces provided or by attachment
in accordance with the requirements of Executive Order 2011-12K related
to providing services only within the United States. Failure to do so
may cause the Bid to be rejected as non-responsive.
DOMESTIC STEEL
USE REQUIREMENTS AS SPECIFIED IN OHIO REVISED CODE SECTION 153.011 APPLY
TO THIS PROJECT. COPIES OF OHIO REVISED CODE SECTION 153.011 CAN BE
OBTAINED FROM ANY OF THE OFFICES OF THE OHIO FACILITIES CONSTRUCTION
COMMISSION. Bidders are encouraged to be enrolled in and to be in
good standing in a Drug-Free Safety Program (“DFSP”) approved by the
Ohio Bureau of Workers’ Compensation (“OBWC”) prior to submitting a Bid
and provide, on the Bid Form with its Bid, certain information relative
to their enrollment in such a program; and, if awarded a Contract, shall
comply with other DFSP criteria described in Section1.6 of the
General Conditions.
Bidders entering into a contract greater than
$2,000,000 are required to submit their bid information into escrow.
Refer to Section6.1.10 of the Instructions to Bidders.
Separate bids will be received in duplicate for: Contractor-Base Bid
Estimate General Contract
$202,114
Alternate G-1 $135,350 Alternate G-2 $45,000
Until Tuesday, January
21, 2014, at 10:30 a.m., when all bids will be opened and read aloud.
All Bidders are strongly encouraged to attend the Pre-Bid Meeting on
Friday, January 10, 2014, at 2:00 p.m. until approximately 3:00 p.m., at
the following location:
Northwest Ohio Regional Book Depository, 1655
North Wilkinson Way, Perrysburg, OH 43551
The Contractor is
responsible for scheduling the Project, coordinating the Subcontractors,
and providing other services identified in the Contract Documents.
Contract Documents are available for purchase from Becker Impressions at 4646 Angola Rd.,
Toledo, OH 43615
, at the non-refundable cost of $40.00
per set, plus shipping, if requested.
The Contract Documents may be
reviewed for bidding purposes without charge during business hours at
the following locations:
BGSU Purchasing Department, Dodge Scan (McGraw
Hill Construction-Dodge), Builders Exchange, Reed Construction Data at
www.reedepr.com, and Construction Bulletin plan rooms.
Dec. 27, ’13,
Jan. 6, 13. ’14


PUBLIC NOTICE The City of Bowling Green, Ohio, seeks
statements of qualifications from experienced firms to provide
specialized professional engineering services for the design and
construction of the WPC Grit Removal System Improvements. Sealed
proposals for said services will be accepted until 4:30 p.m. on Tuesday, January 28,
2014,
local time. Statements received after this deadline will not be
considered.
As required by the Ohio Revised Code 153.65-73, responding
firms will be evaluated and ranked based on the information provided in
the SOQ.
The City may request interviews with select responding firms
for the evaluations.
Upon completion of the evaluations, the City will
enter into contract negotiations with the firm ranked most qualified.
Following this evaluation, the City of Bowling Green, Ohio, will enter
into contract negotiations with the most qualified firm. PROJECT NAME: Water Pollution
Control – Grit Removal System Improvements
LOCATION:
City of Bowling Green
304 North Church Street Bowling Green, Ohio 43402 DESCRIPTION:
The firm selected will provide surveying, equipment evaluations and
recommendations; detailed engineering design; permitting; construction
plans, specifications, and contract documents; construction cost
estimates and schedules; bidding services; construction management; and
inspection for improvements to be made on the Grit Removal System.
Respondents will be evaluated in accordance with ORC 153.65-.73 and
ranked based on the information provided in the SOQ.
The City may elect
to hold interviews after reviewing the SOQ’s submitted.
Upon
completion of the evaluation, the City will enter into contract
negotiations with the firm ranked most qualified. SPECIAL REQUIREMENTS or
RESTRICTIONS:
Statements of Qualifications should include information regarding the
firm’s history; education and experience of owners and key technical
personnel; technical expertise of the firm’s current staff; the firm’s
experience in designing similar projects; availability of staff; the
firm’s equipment and facilities; references; and any previous work
performed for the City of Bowling Green, Ohio.
Please note the
qualified consultant is required to submit Certificates of Insurance
providing professional liability and other insurance coverage acceptable
to the City upon an award of the contract. A list of the professionals
assigned to this project and past experience of each is also requested.
Five (5) copies of the Statement of Qualification shall be submitted
in a sealed envelope and marked with “Water Pollution Control Grit Removal System
Improvements – January 28 @ 4:30 p.m.”
This project may be funded, in part, by the Ohio
EPA/Ohio Water
Development Authority (OWDA) and Ohio Public Works Commission.
If you
should have any questions or need further information, please contact
Mr. Brian P. O’Connell, Utilities Director at (419) 354-6246. CITY OF
BOWLING GREEN, OHIO Brian P. O’Connell Utilities Director 304 North Church
Street Bowling
Green,
Ohio 43042 Phone: (419) 354-6246
Jan. 13, 21, ’14


NOTICE TO BIDDERS
STATE OF OHIO
DEPARTMENT OF TRANSPORTATION
Columbus, Ohio
Division of Construction Management
Legal Copy
Number:140090 Sealed proposals will be accepted from
pre-qualified bidders at the ODOT Office of Contracts until 10:00 a.m.
on February 6, 2014.
Project 140090 is located in Wood County,
SR-64-0.00 and is a SIGNALIZATION project.
The date set for completion
of this work shall be as set forth in the bidding proposal.
Plans and
Specifications are on file in the Department of Transportation.
Jan.
6, 13, ’14


PUBLIC NOTICE OEMA & FEMA Weston
Township, in
conjunction with the Ohio Emergency Management Agency (OEMA) and the
Federal Emergency Management Agency (FEMA) has applied for a Unified
Hazard Mitigation Program Project for the purchase and installation of a
tornado warning siren at 21960 US HWY 6, Weston, OH 43569.
Under the
National Environmental Policy Act (NEPA), EO 11988 and EO 11990, public
notice is required of any federal action that affect floodplains or
wetlands. All necessary permits will be obtained prior to construction
and completion of the project.
The objectives of the Unified Hazard
Mitigation Program are to prevent future losses of lives and property,
to implement state or local Hazard Mitigation plans, to enable
mitigation measures to be
implemented during immediate recovery from
disaster, and to provide funding for identified and approved hazard
mitigation projects.
Public Participation Public
participation is encouraged. Interested parties and/or citizens are
invited to comment on the project either in writing to: Nicholas Mueller,
Acting Regional Environmental Officer
FEMA Region V 536 South Clark Street,
6th Floor
Chicago, IL 60605 Or
comments may be directed via e-mail to Mr. Mueller:
Nicholas.Mueller@fema. dhs.gov
The Weston Township Board of Trustees
meet on the second Monday evening of each month at 7:30 PM. The Township
Administrative Building is located at 14024 Van Tassel Road, and the
mailing address is PO Box 332, Weston, OH 43569
Trustee Dan Weaver may
be reached by phone at 419-308-5005, Trustee Bruce Dewese may be
reached at 419-265-7924, Trustee Randy Tolles may be reached at
419-356-7806, and Fiscal Officer Stan Bucksky may be reached at
419-575-2858. Jan. 13, 27, ’14


NOTICE Village of Weston – Ordinances passed on 1/8/14:
2014-1: 2014 Temporary Appropriations (totaling $233,382.50)
2014-2: Wood Co Public Defender Agreement for 2014
2014-3:
Farmers & Merchants banking authorization for 12/16/13-12/31/14
Full copies of these ordinances are available at the Village Hall and at
we stonohio.org. Jan. 13, 21,’ 14


NOTICE The council of the Village of Millbury has
rescheduled their regular council meeting set
for Monday, January 20,
2014 to Wednesday, January 22, 2014 at 6:30 p.m.
This meeting will be
held in the council chambers at the village administration office
located at 28430 Main St., Millbury, Ohio.
Gretchen
Densic Clerk/Treasureer Village of Millbury Jan. 13, ’14


SCHOLARSHIPS AVAILABLE TO LOCAL SENIORS THROUGH
BOWLING GREEN MUNICIPAL UTILITIES BOWLING
GREEN – Local graduating seniors are eligible to apply for
$2,000 one-time American Municipal Power (AMP) scholarships through
Bowling Green Municipal Utilities.
Scholarship materials have been
distributed to Bowling Green High School and Otsego High School.
Scholarship applications must be submitted to Bowling Green Municipal
Utilities no later than January 30, 2014.
The scholarships honor
two distinguished Ohio public power leaders – Lyle B. Wright, a longtime
public power advocate from Bowling Green, and Richard H. Gorsuch,
AMP-Ohio president from 1983-1987.
Lyle B. Wright Scholarships are
awarded to graduating high school seniors whose households receive
electricity from Bowling Green Municipal Utilities or other AMP member
community. Richard H. Gorsuch Scholarships are awarded to graduating
seniors whose parents or guardians, or the students themselves, are
employed by an AMP member municipal electric system.
Bowling Green
Municipal Utilities will select local nominees for each scholarship and
forward them to AMP for consideration.
Nominees must have cumulative
grade point averages of 3.0 or greater on a 4.0 scale, and must write
essays on an assigned public power topic.
Finalists are selected based
on essay scores.
Scholarships will be awarded in the spring of 2014
based on grade point average, personal achievements, personal interview
and knowledge of public power.
More than $240,000 has been presented to
college-bound high school seniors since the scholarship program began
in 1988.
Interested students may contact the guidance counselors at
Bowling Green High School and Otsego High School, or the City of Bowling
Green at 419-354-6246 for additional information.
Jan. 13, 21, ’14


PUBLIC NOTICE The City of Bowling Green, Ohio, seeks
statements of qualifications from experienced firms to provide
specialized professional engineering services for the design and
construction of multiple Water Treatment Plant Improvements Projects.
Sealed proposals for said services will be accepted until 4:30 p.m. on Tuesday, January 28,
2014
,
local time. Statements received after this deadline will not be
considered.
As required by the Ohio Revised Code 153.65-73, responding
firms will be evaluated and ranked based on the information provided in
the SOQ.
The City does not intend to hold interviews.
Upon completion
of the evaluations, the City will enter into contract negotiations with
the firm ranked most qualified.
Following this evaluation, the City
of Bowling Green, Ohio, will enter into contract negotiations with the
most qualified firm. PROJECT NAME: Water Treatment Plant Improvement
Projects
LOCATION:
City of Bowling Green
304 North Church Street Bowling Green,
Ohio 43402 DESCRIPTION:
The firm selected will provide surveying, equipment evaluations and
recommendations; detailed engineering design; permitting; construction
plans, specifications, and contract documents; construction cost
estimates; schedules; bidding services; construction management; and
inspection for the following projects.
Sludge / Backwash Pump Station – Upgrade the existing pump station to accommodate the existing and
future flows and eliminate overflows.
Upgrades will likely include
increasing pumping capacity, add variable frequency drives, controls,
and alarms.
Remove any existing flows to the pump station that can be
eliminated or routed to storm water sources. Additional wet well
capacity may also be needed.
Rapid Sand Filters – Upgrade and replace the existing rapid sand filter under drains and filter media.

Fluoride System – Add a new fluoride feed system in a new building addition, next to
the GAC building, at the end of the treatment process and include
automated controls.
Convert the existing fluoride feed system to a
ferric coagulant storage tank including necessary equipment and piping.
Conventional Treatment Plant Quick Mix – Modify the existing Quick Mix units and tanks to provide optimal
detention time and chemical mixing.
Conventional Treatment Plant Electrical Upgrades – Replace the main circuit breaker/switch gear and
cabling, remove
existing diesel generator that is no longer in service, and replace
existing lighting with energy efficient lighting.
Monitoring and Automation Controls – Add a new chlorine monitoring point at the end of the treatment
process to eliminate reporting delays and improve the accuracy of the
chlorine feed rate.
In the Conventional Treatment Plant, upgrade
control equipment, flow meters, and instrumentation throughout the
plant.
Also in the Conventional Treatment Plant, add automation
equipment where possible for processes that are currently performed
manually.
The selected firm will work with City staff to ensure the
finished projects meet all expectations.
Where it is advantageous, two
or more of the projects may be combined into one construction contract.
Careful planning and scheduling will help to reduce impacts to the WTP
operations.
Modifications to the WTP SCADA system may be necessary for
some of the work.
SPECIAL REQUIREMENTS or RESTRICTIONS:
Statements of Qualifications should include information regarding the
firm’s history; education and experience of owners and key technical
personnel; technical expertise of the firm’s current staff; the firm’s
experience in designing similar projects; availability of staff; the
firm’s equipment and facilities; references; and any previous work
performed for the City of Bowling Green, Ohio.
Please note the
qualified consultant is required to submit Certificates of Insurance
providing professional liability and other insurance coverage acceptable
to the City upon an award of the contract. A list of the professionals
assigned to this project and past experience of each is also requested.
Five (5) copies of the Statement of Qualification shall be submitted
in a sealed envelope and marked with “Water Treatment Plant Improvements – January 28 @
4:30 p.m.”
This project may be funded, in part, by the Ohio EPA/Ohio Water
Development Authority (OWDA) and Ohio Public Works Commission (OPWC).
If you should have any questions or need further information, please
contact Mr. Brian P. O’Connell, Utilities Director at (419) 354-6246. CITY
OF
BOWLING GREEN, OHIO Brian P. O’Connell Utilities Director
304 North Church Street Bowling
Green,
Ohio 43042 Phone: (419) 354-6246
Jan. 13, 21, ’14
#


No posts to display