Legals: 7-27

0

999 LEGALS
<!– Begin output Ad Text
–>
FINDINGS AND ORDER OF
REVOCATION

The Superintendent of Insurance issued a Notice of Opportunity for Hearing to each of the individuals
listed below. The Notice was served on each individual pursuant to section 119.07 of the Revised Code.
More than thirty (30) days have elapsed from the date of service or from the last date of publication
and each of the individuals listed below has not requested a hearing.
After reviewing the records in these cases, the Superintendent finds that:
1. Each of the individuals listed below is licensed in this state as an
insurance agent.
2. Each of the individuals listed below failed to comply with the continuing
education requirements of section 3905.481 of the Revised Code for the 2006/2007 compliance period.
IT IS THEREFORE ORDERED that pursuant to section 3905.482 of the Revised Code, the Ohio insurance license
of each individual listed below be and hereby is revoked. The revocation shall be effective August 24,
2009.
ALT, DUSTIN MICHAEL, DOB: 05/13/1983 1021 KLOTZ RD., BOWLING GREEN, OH 43402
BENEDETTO, EDDIE PAUL, DOB: 07/09/1979 222 S. COLLEGE DR. HO BOWLING GREEN, OH 43402
BENGELA, CHRISTINA MARIE, DOB: 09/20/1972 1976 LEXINGTON, PERRYSBURG, OH 43551
BROWN, TIFFANY MARIE, DOB: 05/31/1981 471 SOUTH SUMMIT ST., #90, BOWLING GREEN, OH 43402
BURGOON, CHARLES CLINTON, DOB: 11/24/1984, 1558 CLOUGH ST., APT. 38, BOWLING GREEN, OH 43402
CARTER, KRISTEN, DOB: 07/05/1978, PO BOX 164, HASKINS, OH 43525
COLDREN, ALLISON BROOKE, DOB: 09/10/1978, 5715 TAYLOR, WALBRIDGE, OH 43465
CONNERTY, STACEY, DOB: 03/03/1978, 212 S. PROSPECT D12, BOWLING GREEN, OH 43402
COUGHLINSHINEW, CATHLEEN MARIE, DOB: 02/18/1971, 13402 MERMILL RD., RUDOLPH, OH 43462
FERNBAUGH, JOHN, DOB: 10/21/1942, 88 NOTTINGHAM CROSS, BOWLING GREEN, OH 43402
GILLER, HANS, DOB: 07/27/1968, 1070 COMMERCE DRIVE, BLDG. #2, SUITE 302, PERRYSBURG, OH 43551
GROFF, MICHELLE FRANCES, DOB: 04/09/1981, 8755 BRADNER ROAD, RISING SUN, OH 43457
KEMNER, PAUL D., DOB: 03/15/1954, 16374 FISH RD., PEMBERVILLE, OH 43450
METTI, MARLENE ELIZABETH, DOB: 11/15/1973, 2330 MONROE STREET, APT. 34, TOLEDO, OH 43604
MILLS, DOROTHY A., DOB: 06/30/1956, P.O. BOX 729, PERRYSBURG, OH 43552
NAMES, CHERYL, DOB: 07/28/1982, 641 THIRD ST., APT. #11, BOWLING GREEN, OH 43402
NOE, KIMBERLEE HELEN, DOB: 03/18/1977, 6325 GARDEN RD., APT. 84, MAUMEE, OH 43537
OTLEY, WILLIAM DALE, DOB: 04/25/1952, 333 W. WOOSTER ST., BOWLING GREEN, OH 43402
SINGH, SHASHI S., DOB: 01/21/1954, 1310 BOURGOGNE AVE., BOWLING GREEN, OH 43402
TOTH-SMITH, TRACY COLLEEN, DOB: 04/15/1970, 518 LOUISIANA AVE., PERRYSBURG, OH 43551
ULRICH, DAVID DOUGLAS, DOB: 11/20/1980, 903 THURSTIN AVE., APT #4, BOWLING GREEN, OH 43402
WESTRICK, ANDREW JOSEPH, DOB: 01/21/1970, 924 LOUISIANA AVE., PERRYSBURG, OH 43551
A copy of this Order may be obtained from Stephen C. Hombach, Ohio Department of Insurance, 50 West Town
Street, 3rd Floor, Suite 300, Columbus, OH 43215.
As set forth in O.R.C. 119.12, an appeal of this Order may be taken by filing a notice of appeal with the
Department of Insurance. A copy of the notice of appeal shall also be filed with the appropriate court
of common pleas. Such notices of appeal shall be filed within fifteen (15) days of the third date of
publication of this notice and Order. Each individual listed above may appeal to the court of common
pleas of the county in which his or her business is located or the county in which he or she is a
resident. If he or she is not a resident of and has no place of business in Ohio, he or she may appeal
to the Court of Common Pleas of Franklin County. The notice of appeal shall set forth the order appealed
from and the grounds of the appeal.
This Order is hereby entered in the Journal of the Ohio Department of Insurance.
MARY JO HUDSON
Superintendent of
Insurance
Wood County
July 27, Aug. 3, 10, ’09


INVITATION TO
BID

SEALED BIDS for the furnishing of the necessary materials and construction of the
EVANSVILLE WESTERN RAILROAD FORCE MAIN, PUMP STATION, AND WASTEWATER TREATMENT
PLANT

IMPROVEMENTS NORTHWESTERN
WATER AND SEWER DISTRICT
will be received by the Northwestern Water and Sewer District at the office of Executive Director, 12560
Middleton Pike, P.O. Box 348, Bowling Green, Ohio 43402 until
11:00 a.m. (Local Time)
Tuesday, August 4, 2009
and at that time and place will be publicly opened and read aloud.
The scope of work consists of installing approximately 6,500 lineal feet of 4” and 2” force main, pump
station, 5,000 gpd package wastewater treatment plant, and miscellaneous site utilities.
The contract documents, including plans and specifications, are on file at the office of the Northwestern
Water and Sewer District and the Engineer — Poggemeyer Design Group, Inc. (PDG). A set may be obtained
for $100.00 from PDG. A non-refundable deposit will be required for each set of plans and
specifications, check must be made payable to the Northwestern Water and Sewer District.
The Engineer for the Project is Poggemeyer Design Group, Inc., 1168 North Main Street, Bowling Green,
Ohio 43402.
All bids must be signed and submitted on the blanks which are bound in this booklet. Bids must state the
unit prices in the blanks provided and be enclosed in a sealed envelope marked
EVANSVILLE WESTERN RAILROAD, FORCE MAIN, PUMP STATION, AND WASTEWATER TREATMENT PLANT IMPROVEMENTS
and addressed to the Northwestern Water and Sewer District, 12560 Middleton Pike,
P.O. Box 348, Bowling Green, Ohio 43402.
The bid guaranty may be of two forms:
1. A Bid Guaranty and Contract Bond using the form in the Contract
Documents. (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
Northwestern Water and Sewer District, 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.
After the award of the contract let by competitive bid and prior to the time the contract is entered
into, bidders shall submit the affidavit required under the Ohio Revised Code, Section 5719.042 that the
bidder was not charged with any delinquent personal property taxes in Wood County, Ohio and an Affidavit
regarding Child Support pursuant to the Board of Trustees Resolution No. 94-16.
The successful bidder will be required to pay not less than the minimum wage rates established by the
Department of Industrial Relations of the State of Ohio.
The Northwestern Water and Sewer District may reject any or all bids on any basis and without disclosure
of a reason. The failure to make such a disclosure shall not result in accrual of any right, claim, or
cause of action by an unsuccessful bidder against the District. The Board of Trustees reserves the right
to waive any irregularities in the form of a bid that do not affect or destroy competitive bidding. In
no case will an award be made until all necessary investigations are made as to the qualifications of
the bidder to whom it is proposed to award a contract.
No bidder may withdraw his bid for a period of 60 days after the scheduled closing time for the receipt
of bids.
This Invitation to Bid is posted on the Internet and may be viewed on Northwestern Water and Sewer
District’s webpage at: http://www.nwwsd.org.
Click on Administration, Bid Documents, and then the project’s Invitation to Bid.
The estimate for the cost of construction $520,000.
By Order of
Jerry Greiner,
Executive Director
Northwestern Water
and Sewer District
July 20, 27, ’09


PUBLICATION
OF NOTICE
REVISED CODE
SEC. 2115.16
To all persons interested in the Estate of Julia L. Bedford aka Julie L. Bedford aka Julie Bedford,
deceased, Wood County Probate Court, Case No. 20081460. The fiduciary in the estate has filed an
inventory without appraisal of his trust. A hearing on the inventory without appraisal will be August
14, 2009, at 10:00 o’clock A.M. in the court. The court is located on the second floor in the Wood
County Courthouse, One Courthouse Square, Bowling Green, Ohio.
Any person desiring to file exceptions to said inventory must file them at least five days prior to the
day set for hearing.
DAVID E. WOESSNER,
Probate Judge/Clerk
By: Sue Peery,
Deputy Clerk
(SEAL)
July 20, 27, ’09


LEGAL
NOTICE

Sealed bids will be received by:
Owens State
Community College
Administrative Hall Building
Room 112
Executive Vice President/CFO
30335 Oregon Road
Perrysburg, Ohio 43551
for the following Project:
Project No. OTC01-2010-00038
Facility Services Building Parking Lot Expansion
Owens State Community College (Toledo Campus)
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
Contact Name:
Julie Thomas
Contact Email: thomasj@
poggemeyer.com
Website:
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.
The scope of work consists of improvements to parking areas including expansion, resurfacing of asphalt
parking areas, and reconstruction of concrete and asphalt parking areas. The construction includes the
demolition of existing asphalt and concrete parking areas, approximately 200 cubic yards of new asphalt
pavement, 1,900 square yards of concrete pavement and related drainage work.
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.
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 www.EDGE.ohio.gov, or at its
physical location: 30 E. Broad St., 18th Floor, Columbus, Ohio 43215-3414; or by telephone at (614)
466-8380.
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 the following Trades: General Contract until Tuesday, August 11,
2009, at 10:00 a.m.,
when all Bids will be opened and read aloud in College
Hall Room 99
(see attached map).
The Engineer’s opinion of probable cost is a range from $187,000 to $207,000, depending on the bidding
alternatives.
All Bidders are strongly encouraged to attend the Pre-Bid Meeting on Thursday, July 30,
2009 at 10:00 a.m.
at the following location: Owens State Community
College, Facility Services Building.

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 $50.00 per set made
payable to Poggemeyer Design Group, Inc.
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: 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
July 20, 27, Aug. 3, ’09


NOTICE TO BIDDERS
STATE OF OHIO
DEPARTMENT OF TRANSPORTATION
Columbus, Ohio
Office of Contracts
Legal Copy Number: 090420
Sealed proposals will be accepted from pre-qualified bidders at the ODOT Office of Contracts until 10:00
a.m. on August 12, 2009. Project 090420 is located in Wood County, IR-75-12.19 and is a REST AREA
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.
July 20, 27, ’09


DOCUMENT 00 10 00 – SOLICITATION
Sealed bids will be received by:
Owens
Community College
Administration
Hall Building
Room 112
Office of the Executive Vice President/CFO
30335 Oregon Road
Perrysburg, Ohio 43551
for the following Project:
OTC01-2010-00037
Health Technologies –
Rooftop Signage
Owens Community
College
Perrysburg, Lucas
in accordance with the Contract Documents prepared by:
JDRM Engineering, Inc.
5604 North Main Street
Suite 200
Sylvania, Ohio 43560
419-824-2400 phone
419-824-2409 fax
Daniel V. Rosenberger
drosenberger@
jdrm.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. Edge
compliant not required.
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 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 for:
Trade

Estimate
Signage
$52,000.00
ALT S-1
$27,000.00
Electrical
$31,100.00
until August 19, 2009, at 2:00 p.m., when all Bids will be opened and read
aloud in College Hall, Room 166.
All Bidders are strongly encouraged to attend the Pre-Bid Meeting on August 6, 2009,
at
2:00 p.m. until approximately 3:00
p.m.
, at the following location:
Owens State
Community College
Bicentennial Hall,
Room 152
The Electrical 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.
The Contract Documents are available for purchase from Newfax Corporation, 333 W. Woodruff, Toledo, Ohio,
419-241-2018, at the non-refundable cost of $20.00 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, Ohio 43615
Phone: 419-865-3833
Fax: 419-865-8014
Contact: Sarah Skiver [None]
E-mail: [email protected]
Web site: www.bxohio.com
McGraw-Hill
Construction/Dodge at the Builder’s Exchange of Central Ohio
1175 Dublin Road
Columbus, Ohio 43215
Phone: 614-486-6575
Fax: 614-486-0544
Contact: Puna Johnson [PDF]
E-mail:
Dodge_ReocMW@
mcgraw-hill.com
Web site: www.dodge.
construction.com
F.W. Dodge
3521 Briarfield Blvd.,
Suite D
Maumee, Ohio 43537
Phone: (419) 861-1300
Fax: (419) 861-1325
July 27, Aug. 3, 10, ’09


ZONING BOARD
OF APPEALS
LEGAL
NOTICE

AUGUST 12, 2009
The following items will be discussed at the August meeting of the Zoning Board of Appeals. The Board
will meet in the City Administrative Services Building at 304 North Church Street, Bowling Green, Ohio
at 7:30 p.m. on the above date. The letter of application and drawing is available for inspection at the
Planning Department at the above address.
Linda Kidd and Jim Bucher, 474 South Church, have requested a variance on Section 150.90(B)(1) to allow
the construction of an addition to the existing garage, which is accessory to the single-family dwelling
at this address, which will encroach 7’ into the required 10’ side yard setback on the south, and 2’
into the required 5’ setback from the house, which is located to the north of the existing garage.
Dale Smith, 135 Crim, has requested a variance on Section 150.90(B)(1) to allow the construction of a
garage (accessory to the single-family dwelling at this address) which will encroach 6’ into the
required 10’ side yard setback on the north.
Dorothy Parsons, 152 Crim, has requested a variance on Section 150.16 to allow the construction of an
addition (pergola), to the existing single-family dwelling at this address, which will encroach 22 feet
into the required 30’ rear yard setback.
LOBBY
VISITATION

July 27, ’09


<!– End output Ad Text


–>

No posts to display