Legals: 6-15

0

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

SEALED BIDS for the furnishing of the necessary materials and construction
of the
2009 PAVEMENT
STRIPING PROGRAM
will be received by the City of Bowling Green, Ohio at the office of the Municipal Administrator, in the
City Administrative Services Building, 304 North Church Street, until
2:00 PM
DAYLIGHT

SAVINGS
TIME

TUESDAY,
JUNE 30,
2009

and at that time and place will be publicly opened and read aloud.
The contract documents, including drawings and specifications, are on file at the office of the City
Engineer, City Administrative Services Building, 304 North Church Street, Bowling Green, Ohio. A set may
be obtained by depositing $50.00. Checks shall
be made payable to the City of Bowling Green, Ohio.

The full amount of the deposit for the first set of documents obtained will be refunded to each bona fide bidder or vendor who returns the
completed documents in good condition within ten (10) days after the opening of bids. The full amount of
the deposit will be returned to each non-bidder who returns the documents in good condition prior to the
bidding date.
Additional copies (in excess of one) of the Contract Documents may be purchased at $50.00 each. No refund will be allowed for the return of the said
additional copies.

All bids shall be signed and submitted on the blanks which are bound in the specifications. Bid blanks
shall not be removed from the specifications. Bids shall state the unit prices on the blanks provided
therefor; shall be enclosed in a sealed envelope marked — 2009 PAVEMENT STRIPING
PROGRAM
— and addressed to the Municipal Administrator, City Administrative
Services Building, 304 North Church Street, City of Bowling Green, Ohio 43402.
Each bid must contain the name of every interested person, firm, or corporation and be accompanied by a
bid guaranty to the City of Bowling Green as described in the contract documents.
Should a bidder prefer to receive the bid documents via UPS or FedEx, arrangements must be made by that
bidder to arrange for all necessary items such as, but not limited to mailers, envelopes, etc. to be
delivered to the City of Bowling Green with all pertinent mailing information. Otherwise, all bid
packets will be mailed by USPS.
The bid guaranty may be of two forms:
1. A Bid Guaranty and Contract Bond in the amount of 100% of the bid using
the forms provided in the specifications. (The amount of the bid does NOT have to appear on this form.)
2. A certified check, cashier’s check or letter of credit in favor of the
City of Bowling Green, in the amount of 10% of the bid. If the contract is awarded, a Contract Bond will
be required, which is a 100% payment and performance bond.
The Successful Bidder will be required to submit an affidavit to the City Finance Director that he has no
delinquent personal property taxes charged against him on the general tax list of personal property in
Wood County, Ohio, at the time this Bid was submitted.
Bids received after the scheduled bid opening date and time, or not accompanied by a satisfactory bid
guaranty, will neither be read nor considered.
The Successful Bidder and any and all Sub-Contractors must comply with the provisions of the Ohio Revised
Code, Chapter 4115, and will be required to enter into a separate Public Improvement Agreement with the
OWNER prior to the execution of the Contract Documents. A sample copy of said Public Improvement is
included in the Appendix.
Each bidder shall submit evidence of previous experience in paint striping or pavement marking of the
type to meet all specifications as set by the State of Ohio, Department of Transportation.
The City of Bowling Green, Ohio reserves the right to reject any and all bids and to waive any
irregularity in any bid and to determine the lowest and best bidder.
No bidder may withdraw his bid for a period of 60 days after the scheduled closing time for the receipt
of bids.
John Fawcett
Municipal Administrator
City of Bowling Green, Ohio
City Administrative Bldg.
304 North Church Street
Bowling Green, Ohio 43402
June 15, 22, ’09


LEGAL
NOTICE

Notice is hereby given that on the 21st day of April, 2009, there was
presented to the Board of County Commissioners of Wood County, State of Ohio, a petition signed by the
majority of owners of real estate of the following described territory situated in the County of Wood,
and is contiguous to the City of Perrysburg, to wit: –
Shiple Annexation
A parcel of land being part of the Northeast quarter (1/4) of Section thirteen (13), Town One (1), United
States Reserve, in Perrysburg Township, Wood County, Ohio, said parcel of land being bounded and
described as follows:
Commencing at the intersection of the North line of said Northeast quarter (1/4) of Section thirteen (13)
with the West line of said Northeast quarter (1/4) of Section thirteen (13), said North line of the
Northeast quarter (1/4) of Section thirteen (13) also being the centerline of Eckel Junction Road, as it
now exists, said West line of the Northeast quarter (1/4) of Section thirteen (13) also being the
centerline of Fort Meigs Road, as it now exists, said point of intersection being marked with a found
iron pin;
Thence in a southerly direction along said West line of the Northeast quarter (1/4) of Section thirteen
(13), having an assumed bearing of South zero (00) degrees, fifty-seven (57) minutes, seventeen (17)
seconds West, a distance of one thousand fifty-seven and five hundredths (1,057.05’) feet to the
intersection of the southerly line of a parcel of land as described in Volume 264, Page 298, Wood County
Deed Records, said point of intersection being marked with a set mag nail, said point of intersection
also being the True Point of Beginning;
Thence South eighty-nine (89) degrees, two (02) minutes, forty-three (43) seconds East along said
southerly line of a parcel of land as described in Volume 264, Page 298, Wood County Deed Records,
passing through a set capped iron rebar at a distance of thirty and zero hundredths (30.00’) feet, a
distance of two hundred thirty and zero hundredths (230.00’) feet to the intersection of the westerly
line of a parcel of land as described in Volume 703, Page 619, Wood County Deed Records, said point of
intersection being marked with a set capped iron rebar;
Thence South zero (00) degrees, fifty-seven (57) minutes, seventeen (17) seconds west along said westerly
line of a parcel of land as described in Volume 703, Page 619, Wood County Deed Records, a distance of
three hundred and nine hundredths (300.09’) feet to the intersection of the northerly right-of-way line
of Interstate 475, as it now exists, said point of intersection being referenced by a found iron pipe
zero and twelve hundredths (0.12’) feet South and zero and twelve hundredths (0.12’) feet West;
Thence North eighty-nine (89) degrees, seven (07) minutes, twenty-four (24) seconds West along said
northerly right-of-way line of Interstate 475, as it now exists, passing through a found iron pipe at a
distance of one hundred ninety-nine and seventy-nine hundredths (199.79’) feet, a distance of two
hundred thirty and zero hundredths (230.00’) feet to the intersection of said West line of the Northeast
quarter (1/4) of Section thirteen (13), said point of intersection being marked with a set mag nail;
Thence North zero (00) degrees, fifty-seven (57) minutes, seventeen (17) seconds East along said West
line of the Northeast quarter (1/4) of Section thirteen (13), a distance of three hundred and forty
hundredths (300.40’) feet to the True Point of Beginning.
Said parcel of land containing an area of 69,057 square feet or 1.585 acres of land, more or less, all
within Tax Parcel No. P60-100-130000013000, Tax Parcel No. P60-100-130000012000 and Tax Parcel No.
P60-100-130000011000.
Said parcel of land having a present road occupied area of 9,011 square feet or 0.207 acres of land.
The bearings used hereon are based on an assumed meridian and are solely for the purpose of calculating
angular measurement.
The above description is based on a survey performed under my supervision during September, 2008.
Said set capped iron rebar being a 1/2” diameter x 30” long iron rebar with plastic cap stamped “7432”.

Prior deed reference is Official Record 2062, Page 105, Wood County Deed Records.
Prepared by:
Garcia Surveyors, Inc.
Duane E. Heck, P.S.
Registered Surveyor
No. 7432
(SEAL)
Praying therein that said territory be annexed to the City of Perrysburg, in the manner provided by law
and designating the undersigned as their agent in securing such annexation.
The said Board of County Commissioners has fixed the 25th day of June 2009, at 11:00
o’clock a.m.,
as the time for hearing said petition at the Office of the Commissioners in
Bowling Green, Ohio.
Mathew B. Beredo
Agent for the Petitioners
June 15, ’09


LEGAL
NOTICE

Sealed bids will be received by:
Owens State
Community College
Office of Executive
Vice President/CFO
Administrative Building
30335 Oregon Road
Perrysburg, Ohio 43551
for the following Project:
Project No. H.B. 496 C38816
Renovation Package for
School of Humanities
Owens State Community College, Owner
Perrysburg,
Wood County, Ohio
in accordance with the Contract Documents prepared by:
Poggemeyer Design Group, Inc.
1168 North Main Street
Bowling Green, Ohio 43402
Phone: 419-352-7537
Fax: 419-353-0187
Sonny Hamizadeh, AIA
HamizadehS@
poggemeyer.com
http://www.
poggemeyer.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 is not required for this project.
DOMESTIC STEEL USE REQUIREMENTS AS SPECIFIED IN OHIO REVISED CODE SECTION 153.011 APPLIES
TO THIS PROJECT. COPIES OF OHIO REVISED CODE SECTION 153.011 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.
Bids will be received for:
Trade

Estimate
General Trades
$1,300,000.00
Mechanical
$640,000.00
Plumbing
$135,000.00
Fire Protection
$87,000.00
Electrical
$575,000.00
Bids will be received in Administration Hall, Room 112, Office of Executive
Vice President/CFO, until Tuesday, June 23, 2009 at 2:00 p.m., when all
Bids will be opened and read aloud in College Hall, Room 160.
All Bidders are strongly encouraged to attend the Pre-Bid Meeting on Wednesday, June 10,
2009 at 2:00 p.m.
at the following location:
College Hall – Room 99
The General Trades 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.
All Request for Information (RFI) and questions must be e-mailed to: Brad Thomas, Project Manager at
thomasb@poggemeyer.
com. No telephone calls. A copy of
our RFI form is included in the specification manual.
The Contract Documents are available for purchase from Poggemeyer Design Group, Inc., 1168 North Main
Street, Bowling Green, Ohio 43402, Telephone: (419) 352-7537, Fax: (419) 353-0187, at the non-refundable
cost of $75.00 per set, plus shipping, if requested.
The Contract Documents may be reviewed for bidding purposes without charge during business hours at the
office of the A/E, and the following locations:
Toledo Builder’s
Exchange
5555 Airport Highway
Suite 140
Toledo, OH 43615
Phone: (419) 865-3833
Fax: (419) 865-8014
Contact: Sarah Skiver [None]
E-mail: sskiver@
bxohio.com
Web site:
www.bxohio.com
McGraw-Hill
Construction/Dodge at the Builder’s Exchange
of Central Ohio
1175 Dublin Road
Columbus, OH 43215
Phone: (614) 486-6575
Fax: (614) 486-0544
Contact: Puna Johnson [PDF]
Email: [email protected]
Email: Dodge_ReocMW@
mcgraw-hill.com
Web site: www.dodge.
construction.com
F.W. Dodge
3521 Briarfield Boulevard,
Suite D
Maumee, Ohio 43537
Phone: (419) 861-1300
Fax: (419) 861-1325
June 1, 8, 15, ’09


PUBLICATION
OF NOTICE
Notice is hereby given that the Village of Hoytville, Wood County, Ohio, has made application to join the
Northwestern Water and Sewer District pursuant to Ohio Revised Code Section 6119.05.
Any person interested in the application may inquire at the office of the Northwestern Water and Sewer
District, 12560 Middleton Pike, Bowling Green, Ohio, (419) 354-9090 or toll-free (877) 354-9090 between
the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday.
Beth Vannett
Clerk of the Board
June 15, 22, 29, ’09


<!– End output Ad Text


–>

No posts to display