Legals: 09-21-13

0

001 LEGALINVITATION TOBIDDERS Sealed proposals will bereceived at the City of Northwood until
11:00 AM Local Time October 7,2013, at which time they will be opened and read immediately thereafterfor
the: City of Northwood DILLROSE DRIVE RESURFACINGIMPROVEMENTSProject No. 10E07413 PROJECT DESCRIPTION:The
proposed work consists ofpavement repairs, patching and resurfacing of approximately 1350 feetof pavement
along Dillrose Drive between Oregon Road and a point 1350feet to the east.Contract Documents may be examined
at the followinglocations: BIDDING &CONSTRUCTIONPHASE ENGINEER:Feller, Finch& Associates,
Inc.1683 Woodlands DriveMaumee, Ohio 43537419-893-3680Project Contact: David R.
Kuhn, P.E. OWNER:City of Northwood 6000 Wales Road Northwood, OH 43619 419-693-9329 Project
Contact:
Robert Anderson, City Administrator Drawings, Specifications, and blankbid forms may
be obtained at the above office of the ENGINEER uponpayment of THIRTY-FIVE DOLLARS ($35.00)
REFUNDABLE.Contract Documentscan be shipped at the Bidder’s expense for an additional shipping andhandling
fee (NON-REFUNDABLE). Contract Documents will be shipped assoon as possible after receipt of request and
payment for suchdocuments. BIDS WILL ONLY BE ACCEPTED FROM BIDDERS LISTED ON THEENGINEER’S OFFICIAL LIST OF
PLANHOLDERS. Checks shall be made payable toCity of Northwood. A bid guarantee instrument must be submitted
withthe bid.The bid guarantee instrument shall be in the form of a BidGuarantee and Contract Bond for the
FULL AMOUNT of the bid or acertified check, cashiers check, or irrevocable letter of credit for anamount
equal to ten percent (10%) of the bid in accordance with Section153.54 of the Ohio Revised Code.The bid
guarantee shall be madepayable to the City of Northwood, Ohio, and is to be held as aguarantee that in the
event the bid is accepted and a contract isawarded to the BIDDER, the contract will be duly executed and
itsperformance properly secured.Bid security furnished in Bond form shallbe issued by a Surety Company or
Corporation licensed in the State ofOhio to provide said surety. The successful BIDDER(s) shall be
requiredto furnish a Contract Bond in a sum of not less than one hundred percent(100%) of the total contract
amount. The bond shall be that of anapproved surety company authorized to transact business in the State
ofOhio and shall be underwritten by a surety that is listed on the mostcurrent Department of the Treasury
Circular 570, "Surety CompaniesAcceptable on Federal Bonds". All contractors and
subcontractorsinvolved with the project will, to the extent practicable use OhioProducts, materials,
services, and labor in the implementation of theirproject.Additionally, contractor compliance with the equal
employmentopportunity requirements of Ohio Administrative Code Chapter 123, theGovernor’s Executive Order of
1972, and Governor’s Executive Order 84-9shall be required. Bidders must comply with the prevailing wage
rates onPublic Improvements in Wood County and the City of Northwood, Ohio asdetermined by the Ohio Bureau
of Employment Services Wage and HourDivision, (614) 644-2239. Each bid proposal must be made upon theblanks,
or facsimiles thereof, furnished with the Contract Documents,and must be delivered to the office of the City
Clerk, 6000 Wales Road,Northwood, Ohio 43619, previous to 11:00 AM local time, on the datespecified. Each
proposal must contain the full name of the party orparties submitting the proposal and all persons
interested therein.Each bidder must submit evidence of its experiences on projects ofsimilar size and
complexity.No bidder may withdraw his bid for aperiod of sixty (60) days after the scheduled closing time
for thereceipt of bids. The City of Northwood reserves the right to reject anyor all bids, to waive any
informalities or irregularities in the bidsreceived, and to accept any bid that it deems most favorable. BY
ORDEROF City of Northwood Robert Anderson,City Administrator Sept. 21, 28,13


001 LEGALINVITATION
TOBIDDERS Sealed proposals will bereceived at the City of Northwood until 11:00 AM Local Time October
7,2013, at which time they will be opened and read immediately thereafterfor the: City of Northwood DILLROSE
DRIVE RESURFACINGIMPROVEMENTSProject No. 10E07413 PROJECT DESCRIPTION:The proposed work consists ofpavement
repairs, patching and resurfacing of approximately 1350 feetof pavement along Dillrose Drive between Oregon
Road and a point 1350feet to the east.Contract Documents may be examined at the followinglocations: BIDDING
&CONSTRUCTIONPHASE ENGINEER:Feller, Finch& Associates, Inc.1683 Woodlands DriveMaumee, Ohio
43537419-893-3680Project Contact: David R. Kuhn, P.E. OWNER:City of Northwood
6000 Wales Road Northwood, OH 43619 419-693-9329 Project Contact: Robert
Anderson, City Administrator Drawings, Specifications, and blankbid forms may be obtained at the above
office of the ENGINEER uponpayment of THIRTY-FIVE DOLLARS ($35.00) REFUNDABLE.Contract Documentscan be
shipped at the Bidder’s expense for an additional shipping andhandling fee (NON-REFUNDABLE). Contract
Documents will be shipped assoon as possible after receipt of request and payment for suchdocuments. BIDS
WILL ONLY BE ACCEPTED FROM BIDDERS LISTED ON THEENGINEER’S OFFICIAL LIST OF PLANHOLDERS. Checks shall be
made payable toCity of Northwood. A bid guarantee instrument must be submitted withthe bid.The bid guarantee
instrument shall be in the form of a BidGuarantee and Contract Bond for the FULL AMOUNT of the bid or
acertified check, cashiers check, or irrevocable letter of credit for anamount equal to ten percent (10%) of
the bid in accordance with Section153.54 of the Ohio Revised Code.The bid guarantee shall be madepayable to
the City of Northwood, Ohio, and is to be held as aguarantee that in the event the bid is accepted and a
contract isawarded to the BIDDER, the contract will be duly executed and itsperformance properly secured.Bid
security furnished in Bond form shallbe issued by a Surety Company or Corporation licensed in the State
ofOhio to provide said surety. The successful BIDDER(s) shall be requiredto furnish a Contract Bond in a sum
of not less than one hundred percent(100%) of the total contract amount. The bond shall be that of
anapproved surety company authorized to transact business in the State ofOhio and shall be underwritten by a
surety that is listed on the mostcurrent Department of the Treasury Circular 570, "Surety
CompaniesAcceptable on Federal Bonds". All contractors and subcontractorsinvolved with the project
will, to the extent practicable use OhioProducts, materials, services, and labor in the implementation of
theirproject.Additionally, contractor compliance with the equal employmentopportunity requirements of Ohio
Administrative Code Chapter 123, theGovernor’s Executive Order of 1972, and Governor’s Executive Order
84-9shall be required. Bidders must comply with the prevailing wage rates onPublic Improvements in Wood
County and the City of Northwood, Ohio asdetermined by the Ohio Bureau of Employment Services Wage and
HourDivision, (614) 644-2239. Each bid proposal must be made upon theblanks, or facsimiles thereof,
furnished with the Contract Documents,and must be delivered to the office of the City Clerk, 6000 Wales
Road,Northwood, Ohio 43619, previous to 11:00 AM local time, on the datespecified. Each proposal must
contain the full name of the party orparties submitting the proposal and all persons interested therein.Each
bidder must submit evidence of its experiences on projects ofsimilar size and complexity.No bidder may
withdraw his bid for aperiod of sixty (60) days after the scheduled closing time for thereceipt of bids. The
City of Northwood reserves the right to reject anyor all bids, to waive any informalities or irregularities
in the bidsreceived, and to accept any bid that it deems most favorable. BY ORDEROF City of Northwood Robert
Anderson,City Administrator Sept. 21, 28,13


No posts to display