Legals: 5-15

0

999 LEGALS
<!– Begin output Ad Text
–>
NOTICE TO
BID

Notice is hereby given that sealed bids will be received until 7:30 pm on June 1, 2009, by the Board of
Trustees of Plain Township at township hall, corner of Poe and Liberty Hi Roads, Bowling Green, OH 43402
for the following road improvements:
Drives of Georgetown Estates, totaling .402 miles to include:
1 – Gloucester Drive, approx. .116 miles
2 – Nantucket Drive, approx. .133 miles
3 – Roanoke Drive, approx. .116 miles
4 – Georgetown Drive, approx. .037 miles
Sealed Bids will be opened on June 1, 2009 at 8:00 pm.
All drives will be bid as one group.
Bidders shall furnish all labor, materials, tools, machinery and equipment necessary for improvements.
For additional information, contact Ron Bechstein, Jr., @ cell: 419-601-1373.
Bid forms shall be obtained by calling the clerk at (419) 352-3381, or via website:
http://www.woodcounty
townships.com/
plain-home.htm
A ten (10%) percent performance bond should be included with each bid, ORC 153.54. A statement that no
personal property taxes are unpaid shall be included with each bid, ORC 5719.042.
The Board of Trustees reserves the right to reject any or all bids submitted.
By order of the
Board of Trustees
SHIRLEE BOSTDORFF
Plain Township
Fiscal Officer
18745 Brim Road
Bowling Green, OH 43402
May 15, ’09


NOTICE TO
BIDDERS

The Perrysburg Township Trustees will accept bids at their office located at 26609 Lime City Road,
Perrysburg, Ohio, 43551 until JUNE 08, 2009, @ 8:15 AM for the following:

Thirty-three (33) Self-contained breathing apparatuses with face pieces and
cylinders per the enclosed specifications
Twenty-six (26) 45 minute 4500 psi cylinders with valve
Fourteen (14) Additional face pieces with a HUD receiver and electronic
voice amplifiers
One (1) RIT Pack complete less cylinder per the enclosed specification
Forty (40) Quantitative face piece fit test of fire department personnel
Optional
Items:

Forty (40) Nylon vented face piece bags
One (1) 6 foot 4500 psi fill hose with female URC connection on one end,
1/4” M IPT connection on the other end to connect to cascade of air truck to fill SCBA cylinders
Thirty-three (33) Telemetry transmitter included in each SCBA per enclosed
specifications
Forty (40) ID Tags for use with telemetry system per enclosed specifications

One (1) Telemetry receiver system with antenna and power supply per the
enclosed specifications.
One (1) Telemetry system ID tag writer/reader per the enclosed
specifications.
Specifications may be obtained at the Perrysburg Township Trustees office at 26609 Lime City Road between
the hours of 8:30 a.m. and 4:30 p.m. Monday thru Friday. All bids must be in a sealed envelope and
marked accordingly.
The Perrysburg Township Trustees reserve the right to reject any or all bids and to waive any
irregularities in bidding, and to accept any bid which meets or exceeds these specifications that is
deemed to be in the best interest of the community. No bidder may withdraw his/her bid for a period of
thirty (30) days after the scheduled closing time for receipt of bids.
Questions in regards to the specifications should be directed to either Deputy Chief Brice or Chief
Dimick at 419-872-8879.
By the order of:
The Board of Perrysburg Township Trustees and Fiscal Officer
PERRYSBURG TWP. FIRE DEPARTMENT
AIR MASK
SPECIFICATIONS
I. Purpose:
To establish minimum standards for self-contained breathing apparatus equipped with the following
features: Carrier and harness, Integrated PASS, HUD System, Facepiece, RIC, Cylinder, and CBRN
protection.
II. Approvals:
The apparatus shall be approved by the National Institute for Occupational Safety and Health (NIOSH),
under 42 CFR, Part 84 for chemical, biological, radiological, and nuclear protection (CBRN) with a 30
minute-rated service life and compliant with all requirements of the National Fire Protection
Association’s 2007 Edition of NFPA-1981 Standard on Open-Circuit Self-Contained Breathing Apparatus and
NFPA 1982. Copy of certification must be included with bid.
III. Specific Requirements:
Carrier & Harness:
1. An adjustable double-pull Kevlar waist belt.
2. A metal push-button seat belt-type buckle.
3. Two padded Nomex shoulder straps, each having a Kevlar strap
reinforcement that provides retention if the Nomex fibers are weakened. The shoulder straps shall have
retroreflective markings and shall have anti-rotation-style buckles for ease of adjustment.
4. The friction buckles of the shoulder straps and waist strap shall be
constructed of forged stainless steel for maximum strength and resistance to wear.
5. A mid-connect Kevlar-blend chest strap with snap-type fastener that
properly positions the shoulder straps allowing full arm movement.
6. A lumbar pad shall also be included with a swivel feature to maximize the
range of motion and comfort of the user.
7. The backplate shall be constructed of a glass reinforced composite
material that conforms to the user’s back and provides spine relief for wearers with protruding
vertebrae.
8. The backplate shall be equipped with large side handles for pulling and
dragging a firefighter to safety. Each handle shall be capable of holding a 400 lb load in the vertical
and horizontal direction, with a combined load of 800 lbs.
9. The backplate shall be equipped with a centrally located carabineer
attachment point for the purpose of dragging a downed firefighter. The attachment point shall be capable
of holding a 1000 lb load.
10. The backplate shall be equipped with a first stage regulator slide for
ease of cylinder connection.
11. An adjustable, stainless steel cylinder band having a quick-opening
device at one end to properly retain various size cylinders. The cylinder band must retain its open
shape for easy cylinder change-out.
12. All harness components shall be affixed with tri-bar slides for easy
field replacement.
13. The left shoulder strap shall be equipped with a retaining clip to stow
the facepiece while not in use.
14. The belt assembly shall be equipped with a regulator retainer for safe
storage of the regulator while not in use.
HUD System
1. The HUD System, Heads-Up-Display, shall be wireless to eliminate snag
hazards and provide modularity for easy maintenance. It shall be comprised of two primary components:
1) Control Module and 2) HUD Receiver.
2. The HUD shall provide the user with the remaining volume of air in their
cylinder in 25% increments through a series of 4 colored LEDs.
3. The light logic used to convey remaining cylinder volume shall be as
follows:
Four Green Lights – 76 to 100% Cylinder Volume
Three Green Lights – 51 to 75% Cylinder Volume
Two Flashing Amber Lights – 26 to 50% Cylinder Volume
Flashing Red Light – 0 – 25% Cylinder Volume
4. The HUD System shall allow the user to select between two modes of
operation, a 1) Continuous lights on mode or
2) an Intermittent lights on mode for power conservation.
5. The HUD shall incorporate a photoelectric sensor that senses ambient
light conditions automatically adjusting the display to one of 16 pre-programmed light intensities.
6. The HUD shall provide the user and their partner (by means of a buddy
light) with a visual alarm indication of a low air cylinder.
7. The HUD shall indicate to the user of PASS pre-alarms with a blinking
orange light seen inside the facepiece.
8. The Control Module shall incorporate a refresh button that permits a user
to update their display or change the receiver’s mode of operation.
9. The receiver shall use three AAA alkaline batteries. The batteries shall
be contained in removable cartridge for easy replacement. The radial-sealed battery compartment shall
incorporate an o-ring seal.
10. The HUD System shall be immune to radio frequency interference (RFI),
and must function properly in the close proximity of fire service hand-held radios.
11. The HUD shall incorporate a sonically welded seal to provide the highest
level of protection against water ingress.
12. The HUD shall provide the user with a low-battery indicator.
13. The HUD shall be field removable and replaceable without the use of
tools.
Rapid Intervention Crew (RIC) System
1. The RIC connection shall use the URC (universal rescue connection)
2. The system shall be capable of:
Quickly refilling (less than one minute) an SCBA cylinder from a mobile
compressor, cascade system or RIT Pack.
Transfilling between two SCBA wearers, providing an emergency breathing
system (EBS), while maintaining NIOSH approvals.
Extend the wearer’s air supply over longer duration when a remote cascade
system or other compressed gas source is located in a remote area.
Transfill and refill in immediately dangerous to life or health (IDLH)
atmospheres.
First-Stage Regulator:
1. Reduces the cylinder pressure to an outlet pressure not to exceed 100
psi. Regulator outlet pressure must be adjustable.
2. There shall not be more than 14 replacement parts on the regulator.
3. Regulator redundancy shall be achieved by two inter-nested long-life
springs.
4. The regulator body shall be constructed of a high strength heat treated
aluminum alloy, and plated with a Teflon hard coat anodize to minimize corrosion and wear of internal
components.
5. The regulator must not require any special tools for disassembly.
6. The pressure reducer shall incorporate a down stream flow to ensure
fail-safe in an open position.
7. The regulator shall be mounted on a slide bracket to facilitate cylinder
attachment and to prevent binding of high-pressure hose.
Mask-Mounted Regulator:
The mask-mounted pressure-demand regulator shall consist of the following:
1. An over-the-shoulder air-supply hose routed through a shoulder strap
tunnel to the first-stage regulator. For durability, the air-supply hose must be made of neoprene from
the second stage regulator attachment to an inline swivel or quick-connect.
2. The detachable regulator must have a push-to-connect attachment to the
facepiece. The regulator shall feature a non-indexing design, capable of mounting to the facepiece in
any orientation. In this configuration, the regulator must rotate freely when connected to the
facepiece, maximizing the user’s freedom of head movement.
3. The second stage regulator shall not obstruct or reduce the field of
vision of the wearer when installed on the facepiece.
4. When doffing the regulator, the disengagement of the regulator from the
facepiece must simultaneously stop the flow of air.
5. The second stage regulator must not require any tools for disassembly.
Number of parts in the second stage regulator is not to exceed a count of 28 parts.
6. The second stage regulator must be equipped with Positive Protection
Tetraplex Shield membrane that covers the diaphragm, preventing against the permeation of CBRN agents.

7. The second stage regulator must be labeled with a CBRN notation.
8. The regulator must be equipped with a variable flow by-pass.
Primary Low Pressure Warning Device:
1. An audible alarm shall be an air-actuated, self-cocking, continuous
ringing audible warning bell automatically operating when air pressure in the supply cylinder reaches
approximately 25% of the rated service life.
Control Module and Power Module:
1. The Control Module is a combination integrated PASS and HUD Transmitter
that shall be contained in a single enclosure and shall be easily replaced in the event of fire ground
damage.
2. The Control Module unit must be immune to radio frequency interference
(RFI), and must function properly in the close proximity of fire service hand-held radios.
3. The Control Module must be equipped with time remaining display and a
thermal sensor. The time remaining must update calculations every 30 seconds, based on the user’s
previous 3 minutes of air consumption. The initial calculation will appear after 3 minutes.
4. If equipped with the Accountability System, the unit shall have the
capability of electronically storing the user’s name into memory through an ID Tag.
5. The unit shall be capable of storing up to 25 hours of use information,
in the form of sessions that are generated each time the SCBA is pressurized. The sessions must indicate
the day, time, user’s name, cylinder pressure, duration of use, and time of alarm (PASS and thermal),
for each pressurization of the SCBA stored on a minute-by-minute basis.
6. The sessions must provide the option of being downloaded to a personal
computer for addition to maintenance records, or for use in incident investigations.
7. The Control Module must utilize a dual perimeter seal (sonic weld and
o-ring) to provide the highest level of protection against water ingress.
8. The Control Module and Power Module must be equipped with “buddy lights”
on the front and back of the firefighter. The purpose of the “buddy lights” is to easily identify
firefighters that are in immediate need of assistance.
9. The Power Module shall be equipped with dual sound emitters. The sound
emitters shall perform at a minimum of 95 dBa after heat emersion of five minutes at 500 Degrees
Fahrenheit.
10. The Control Module and Power Module shall be powered by four C-cell
batteries.
Cylinder:
1. The cylinder shall be constructed of a deep-drawn, seamless aluminum
liner that is fully wound over its entire surface (except for the thick neck area) with high-strength
carbon fiber filaments impregnated with epoxy resin.
2. The cylinder shall have a minimum 2-inch wide luminescent band to enhance
visibility of the wearer.
3. The cylinder shall contain a closing valve which shall incorporate a
pressure gauge to indicate the pressure in the cylinder at all times. The pressure gauge face shall be
luminescent. The handwheel shall be at a 90° angle from the longitudinal plane of the cylinder.
4. The valve shall incorporate a flow control insert to limit the airflow
over the first half-rotation of the handwheel, minimizing propulsion thrust in the event the cylinder is
mishandled.
5. Cylinders operating pressure shall be 4500 psi.
6. Cylinders must be rated for 45 minutes.
Facepiece:
1. The facepiece shall be available in three sizes in Hycar rubber.
2. The lens shall be field-replaceable and of a non-shatter type and shall
fit all three sizes of the facepiece.
3. The facepiece shall have an inhalation check valve and exhalation valve
to prevent exhaled air from entering and contaminating the mask-mounted regulator.
4. The facepiece head harness shall be a flame and heat-resistant Kevlar
assembly featuring a suspension with five-points of attachment and four points of adjustment.
5. The facepiece shall have a speaking diaphragm with aluminum-coated
membrane suitably protected, and located centrally on the facepiece for optimal voice projection.
6. Two sizes of removable nosecups. The nosecup shall contain a voice
collector system which enhances non amplified speech transmission.
7. A flame and heat-resistant PBI neck strap shall be supplied to carry the
facepiece in a ready position for quick donning.
8. The facepiece shall be HUD ready, incorporating a mounting bracket for a
HUD Receiver.
Electronic Voice Amplifier:
1. There shall be an electronic voice amplifier with microphone installed on
the facepiece.
2. The amplifier shall include a removable speaker mounted on the left side
of the facepiece.
3. The amplifier shall include a microphone installed in the center of the
speaking diaphragm.
4. The amplifier shall have a push button on/off switch with a status light
visible to the operator while wearing the facepiece.
5. The amplifier shall operate from 2-AAA batteries.
Weight
1. The weight of a basic Air Mask (less cylinder) shall not exceed 13 lbs, 4
oz.
2. The weight of the cylinder and valve assemblies (empty) shall not exceed
11 lbs.
Battery Life
1. The expected service life of the batteries with frequent use on the
Control and Power Modules shall be greater than one year.
2. The expected service life of the batteries with frequent use on the HUD
shall be greater than one year.
Facepiece Storage Bag:
1. A nylon storage bag with a vented back and Velcro closure for each
facepiece.
RIT Pack:
1. H.P. URC-RIT Female connection on hose to allow connection to all SCBA’s
which utilize an NFPA URC-RIT fitting.
2. Web harness with shoulder strap to hold cylinder and secure hose.
Optional Accountability System
Telemetry Requirements
1. The radio transmission shall operate license free in the 915 +/- 13 MHz
band.
2. The radio shall be spread spectrum to prevent interference in
transmission.
3. The radio transmission distance shall be at least one mile line of site.

4. The Telemetry Module must be able to receive an evacuation signal from
the incident command base station. The signal will result in an audible alarm as well as visual
indications on the device and in the HUD Receiver. The Telemetry Module must transmit a confirmation
that the unit has received the evacuation signal and an acknowledgment signal when the user recognizes
the evacuation command.
5. The Telemetry Module shall transmit the following signals to the Incident
Command Transceiver:
Cylinder pressure
PASS alarm (discerning between automatic activation and manual activation)

Low-pressure alarm
Battery status
Thermal alarm
Evacuation signal receipt and acknowledgment
Time remaining calculations
Team assignment or serial number
6. The unit shall be powered by the Power Module.
7. In the event that radio contact is lost with Incident Command, the radio
icon will flash in the display to inform the user.
Incident Command Transceiver
Transceiver
1. Each Transceiver shall be capable of monitoring up to 50 firefighters.

2. Multiple Transceivers may be used on a single PC, monitoring over 100
firefighters.
3. The Transceiver shall be powered by a 12 – 24v DC or 120v AC power
supply.
PC Software
4. The Transceiver shall work in conjunction with a PC. The minimum system
requirements for the PC are:
1 GHz Pentium III processor or equivalent
256 MB RAM
USB 1.1
16 MB Graphics Card
200 MB Free Disk Space
Windows XP Service Pack 1 or Windows 2000 Profession Service Pack 3
operating systems
5. The telemetry software must have the ability to view, print, save and
retrieve a data log of a particular telemetry monitoring session. The data log will include device name,
date and time of event and type of event.
6. The telemetry software must have the ability to evacuate a single
firefighter, a team of firefighters or all firefighters logged onto the system.
7. The Incident Command display shall be interactive, allowing the IC to
arrange firefighter teams and perform functions with a computer mouse.
8. Intuitive icons with color-coding schemes shall be used to enhance fire
scene management.
9. A Personal Accountability Report (PAR) timer shall be incorporated into
the telemetry software.
10. The system shall be capable of viewing 42 firefighters simultaneously,
depending on monitor resolution.
11. In the event a firefighter would go into alarm (PASS or low-pressure), a
“pop-up” window will appear to notify the IC.
12. In the event that radio contact is lost with a firefighter, an icon will
appear to alert the IC of the loss of signal in conjunction with a timer to record the duration of
signal loss.
Identification Tags
1. The Identification (ID) Tags shall be capable of storing 30 characters of
information.
2. The stored information shall be transferred from the ID Tag to the
Integrated PASS/Telemetry Device through RFID.
3. The ID Tag with Team/Truck name will enable the Telemetry Software to
group firefighters automatically.
The ID Tag shall be equipped with a mechanism for attachment to a secondary accountability board.
Requirements of Bidders:
1. All bids must include a detailed specification for the Air Mask and
related equipment being bid.
2. Any exceptions to the above specifications must be explained on a
separate page marked Exceptions.
3. Product familiarity training for Perrysburg Twp. Fire Department
personnel shall be provided at their fire station by the successful bidder.
4. Warranty statements shall be included in the bid.
5. Copy of third party certification to NFPA 1981 and 1982-2007 Edition
Standards.
6. The bidders’ ability to provide service for the Air Masks being proposed
is important. Bidder must state their ability to provide this service at Perrysburg Township’s fire
station.
Proposals shall be for the following:
Quantity
33
Air Mask complete with cylinder and facepiece per above specifications.
26
Additional 45 minute 4500 psi cylinder with valve.
14
Additional facepieces with a HUD receiver with electronic voice amplifiers.
40
Nylon vented facepiece bags.
1
RIT Pack complete less cylinder per above specifications.
1
6 ft. 4500 psi fill hose with female URC connection on one end, 1/4” M IPT connection on one end to
connect to cascade on air truck to fill SCBA cylinders.
40
Quantitative facepiece fittest of fire department personnel.
Optional:
33
Telemetry transmitter included in each SCBA per above specifications.
40
ID Tags for use with Telemetry system per above specifications.
1
Telemetry receiver system with antenna and power supply per above specifications.
1
Telemetry system ID tag writer reader per above specifications.
May 15, ’09


PUBLIC
BID

ADVERTISEMENT
Sealed bids will be received by the BGSU Purchasing Department, 103 Park Avenue Warehouse, BOWLING GREEN
STATE UNIVERSITY, Bowling Green, Ohio 43403 for the following Project:
Bid #5375
BGSU 2009 Masonry
Pointing and Restoration
BOWLING GREEN
STATE UNIVERSITY
Bowling Green,
Wood County, Ohio 43403
in accordance with the Contract Documents prepared by:
Structure Tec Corporation
341119 W. Twelve Mile Road, #270
Farmington Hills, MI 48331
Ph: (248) 848-1791
Fax: (248) 848-1813
E-mail: geninfo@
structuretec.com
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 10 days 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 State Architect’s Office 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 subparagraph 6.1.12 of the Instructions to Bidders.
The EDGE Participation Goal for the Project is 5.0 percent.
DOMESTIC STEEL USE REQUIREMENTS AS SPECIFIED IN SECTION 153.011, ORC APPLY TO THIS PROJECT.
COPIES OF SECTION 153.011, ORC CAN BE OBTAINED FROM ANY OF THE OFFICES OF THE OHIO DEPARTMENT OF
ADMINISTRATIVE SERVICES.

Bidders are required to be enrolled in and to be in good standing in a Drug-Free Workplace Program
(”DFWP”) approved by the Ohio Bureau of Workers’ Compensation (”OBWC”) prior to submitting a Bid and are
required to 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 DFWP criteria described in General
Conditions Paragraph 1.10 – Drug Free Workplace Program Participation.
Bidders entering into a contract greater than $2,000,000 are required to submit their bid information
into escrow. Refer to subparagraph 6.1.10 of the Instructions to Bidders.
Separate bids will be received IN DUPLICATE for:
Restoration – General
Base Bid I:
Overman Hall,
Life Sciences Building and Mathematical Sciences Building
$140,000
Alternate 1-A:
Overman Hall –
Water Repellent Sealer
$55,000
Alternate 1-B:
Psychology Building
$70,000
Alternate 1-C:
Psychology Building –
Concrete
$50,000
Base Bid II:
McFall Center
$75,000
Alternate II-A:
McFall Center –
Elastomeric Coating
$135,000
Alternate II-B:
McFall Center –
Window Restoration
$285,000
Alternate II-C:
McFall Center –
Gutter Liner
$15,000
Until May 28, 2009 at 2:00 p.m., when all bids will be opened and read aloud.
All Bidders are strongly encouraged to attend the Pre-Bid Meeting on May 13, 2009 at 10:00 a.m., until
approximately 12:00 p.m. at the following location:
BGSU Purchasing Office
103 Park Avenue
Bowling Green, Ohio
The Restoration Contractor is the Lead Contractor for the Project and is the Contractor responsible for
scheduling the Project, coordinating the Contractors, and providing other services identified in the
Contract Documents.
Contract Documents are available from Becker Impressions at a non-refundable cost of
$35.00 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, BGSU Office of Design and Construction and Construction
Bulletin plan rooms.
May 1, 8, 15, ’09


PUBLIC
BID

ADVERTISEMENT
Sealed bids will be received by the BGSU Purchasing Department, 103 Park Avenue Warehouse, BOWLING GREEN
STATE UNIVERSITY, Bowling Green, Ohio 43403 for the following Project:
Bid #5379
Health Center Renovations
Item #1-CCP-1/HVAC
Installation
BOWLING GREEN
STATE UNIVERSITY
Bowling Green,
Wood County, Ohio 43403
in accordance with the Contract Documents prepared by:
Bostwick Design
Partnership
2729 Prospect Avenue
Cleveland, Ohio 44115
(p): 216.621.7900
(f): 216.621.4632
(e): OrtmeyerR@
BostwickDesign.com
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 10 days 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 State Architect’s Office 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 subparagraph 6.1.12 of the Instructions to Bidders.
The EDGE Participation Goal for the Project is five percent (5%).
DOMESTIC STEEL USE REQUIREMENTS AS SPECIFIED IN SECTION 153.011, ORC APPLY TO THIS PROJECT.
COPIES OF SECTION 153.011, ORC CAN BE OBTAINED FROM ANY OF THE OFFICES OF THE OHIO DEPARTMENT OF
ADMINISTRATIVE SERVICES.

Bidders are required to be enrolled in and to be in good standing in a Drug-Free Workplace Program
(”DFWP”) approved by the Ohio Bureau of Workers’ Compensation (”OBWC”) prior to submitting a Bid and are
required to 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 DFWP criteria described in General
Conditions Paragraph 1.10 – Drug Free Workplace Program Participation.
Bidders entering into a contract greater than $2,000,000 are required to submit their bid information
into escrow. Refer to subparagraph 6.1.10 of the Instructions to Bidders.
Separate bids will be received IN DUPLICATE for:
Contracts
Estimates
of Contract Cost
General Trades
(Lead) Contract
$1,075,079.00
Alternate G-1
$2,901.00
Alternate G-2
$51,464.00
Plumbing Contract
$60,081.00
HVAC Contract
$1,947,478.00
Alternate H-1
$344,365.00
Alternate H-2A
$8,130.00
Alternate H-2B
$409,428.00
Alternate H-3
$14,244.00
Alternate H-4
$69,754.00
Electrical Contract
$636,502.00
Alternate E-1
$10,757.00
Asbestos Abatement
Contract
$34,258.00
until Friday, 29 May 2009 at 10:00 am, when all Bids will be opened and read aloud.
All Bidders are strongly encouraged to attend the Pre-Bid Meeting on Tuesday 19 May 2009, at 2:00 pm
until approximately 3:00 pm, at the following location:
Purchasing Department
103 Park Avenue
Warehouse
Bowling Green
State University
Bowling Green, Ohio 43403
The General Contractor is the Lead Contractor for the Project and is the Contractor responsible for
scheduling the Project, coordinating the Contractors, and providing other services identified in the
Contract Documents.
Contract Documents are available for the cost of reproduction and handling ($150), plus shipping, if
requested, from the following location:
Becker Impressions
4646 Angola Rd.
Toledo, OH 43615
419-385-5303
Contact: Jenny Becker
The Contract Documents may be reviewed for bidding purposes without charge during business hours at the
following locations: BGSU Purchasing Department, BGSU Office of Design and Construction and Construction
Bulletin plan rooms.
May 1, 8, 15, ’09


PUBLIC NOTICE
The following applications and/or verified complaints were received, and the following draft, proposed,
or final actions were issued, by the Ohio Environmental Protection Agency (OEPA) last week. “Actions”
include the adoption, modification, or repeal of orders (other than emergency orders); the issuance,
denial, modification or revocation of licenses, permits, leases, variances, or certificates; and the
approval or disapproval of plans and specifications. “Draft Actions” are written statements of the
Director of Environmental Protection’s (Director’s) intent with respect to the issuance, denial, etc. of
a permit, license, order, etc. Interested persons may submit written comments or request a public
meeting regarding draft actions. Comments or public meeting requests must be submitted within 30 days of
notice of the draft action. “Proposed Actions” are written statements of the Director’s intent with
respect to the issuance, denial, modification, revocation, or renewal of a permit, license, or variance.
Written comments and requests for a public meeting regarding a proposed action may be submitted within
30 days of notice of the proposed action. An adjudication hearing may be held on a proposed action if a
hearing request or objection is received by the OEPA within 30 days of issuance of the proposed action.
Written comments, requests for public meetings, and adjudication hearing requests must be sent to:
Hearing Clerk, Ohio Environmental Protection Agency, P.O. Box 1049, Columbus, Ohio 43216-1049
(Telephone: 614-644-2129). “Final actions: are actions of the Director which are effective upon issuance
or a stated effective date. Pursuant to Ohio Revised Code Section 3745.04, a final action may be
appealed to the Environmental Review Appeals Commission (ERAC) (formerly known as the Environmental
Board of Review) by a person who was a party to a proceeding before the Director by filing an appeal
within 30 days of notice of the Final Action. Pursuant to Ohio Revised Code Section 3745.07, a final
action issuing, denying, modifying, revoking, or renewing a permit, license, or variance which is not
preceded by a proposed action, may be appealed to the ERAC by filing an appeal within 30 days of
issuance of the final action. ERAC appeals accompanied by a $70 filing fee which the commission in its
discretion may reduce if by affidavit the appellant demonstrates that payment of the full amount of the
fee would cause extreme hardship must be filed with: Environmental Review Appeals Commission 309 South
Fourth Street, Room 222, Columbus, Ohio 43215. A copy of the appeal must be served on the Director
within 3 days after filing the appeal with the ERAC.
Final issuance of permit to install. Perry Township Board of Trustees, 3995 Eagleville Road, Perry Twp.,
OH, Action Date: 05/01/2009, Facility Description: Wastewater, Identification No.: 710406. This final
action not preceded by proposed action and is appealable to ERAC. Wastewater treatment facilities for
the Perry Township Fire House at 3995 Eagleville Road.
Final issuance of renewal of NPDES permit. Evergreen Recycling & Disposal, 2625 E. Broadway,
Northwood, OH, Action Date: 06/01/2009, Receiving Waters: Unnamed Trib to Otter Creek, Facility
Description: Miscellaneous, Identification No.: 2IN00108*ED. This final action not preceded by proposed
action and is appealable to ERAC.
Evergreen Recycling & Disposal. 2625 E. Broadway, Northwood, OH, Action Date: 06/01/2009.
Receiving Waters: Unnamed Trib to Otter Creek, Facility Description: Miscellaneous, Identification No.:
2IN00108*ED. This final action not preceded by proposed action and is appealable to ERAC.
Application for Antidegradation Project. City of Perrysburg, 201 West Indiana Ave., Perrysburg, OH 45872,
OH, Action Date: 05/13/2009, Receiving waters: Maumee River, Facility Description: Wastewater,
Identification No.: 2PD00002. Antidegradation project as defined by OAC 3745-1-05 – An exclusion or
waiver is applicable. Requests to be on the interested parties mailing list should be submitted within
30 days to Ohio EPA-Division of Surface Water, Attention: Permits Processing Unit, 50 West Town Street,
P.O. Box 1049, Columbus, Ohio 43216-1049. Application for Mercury Variance.
Draft permit to install – subject to revision. Village of Pemberville, 115 Main Street, P.O. Box 109,
Pemberville, OH 43450, OH, Action Date: 05/20/2009, Receiving Waters: Portage River, Facility
Description: Wastewater, Identification No.: 624015. Antidegradation Project as defined by OAC 3745-1-05
– An exclusion or waiver is not applicable. Requests to be on the interested parties mailing list should
be submitted within 30 days to Ohio EPA-Division of Surface Water, 50 West Town Street, P.O. Box 1049,
Columbus, Ohio 43216-1049.
May 15, ’09


PUBLICATION
OF
NOTICE

TO ALL PERSONS INTERESTED IN THE GUARDIANSHIP OF JAC’QUE CARSTEN, WOOD COUNTY PROBATE COURT, CASE NO.
20092032, an Application for Appointment of Guardian has been filed in the Court by attorney, James A.
Hammer.
A hearing on the application will be held June 29, 2009 at 9:30 o’clock a.m. in the Court. The Court is
located on the second floor of the Wood County Courthouse, One Courthouse Square, Bowling Green, Ohio
43402.
Persons knowing any reason why the application should not be granted should appear and inform the Court.

DAVID E. WOESSNER,
PROBATE JUDGE
May 15, 22, 29, ’09


<!– End output Ad Text


–>

No posts to display