Legals: 10-26

0

999 LEGALS
<!– Begin output Ad Text
–>
INVITATION TO BID
SEALED BIDS for the furnishing of the necessary materials and construction of the
JRS WATERLINE AND BOOSTER STATION, CONTRACT “B” 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,
November 3, 2009
and at that time and place will be publicly opened and read aloud.
The scope of work consists of installing 12” waterline and 16” waterline and a booster station.
The contract documents, including plans and specifications, are on file at the office of the Northwestern
Water and Sewer District, Dodge Reports, 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 — JRS
WATERLINE AND BOOSTER STATION, CONTRACT “B” —
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.
This project is being partially funded by JRS funds. The estimate for the cost of construction:
$1,665,400.
By Order of
Jerry Greiner,
Executive Director
Northwestern Water
and Sewer District
Oct. 19, 26, ’09


INVITATION TO BID
SEALED BIDS will be received at the Office of the Municipal Administrator of the City of Bowling Green,
Ohio, 304 North Church Street, Bowling Green, Ohio 43402, until
2:00 PM EASTERN
STANDARD TIME
TUESDAY,
NOVEMBER 10, 2009
for the removal of snow/ice from public walks and at that time and place will be publicly opened and read
aloud.
Detailed specifications for the above are on file at the City Administration Office and copies thereof
are available for all interested parties. Bidders are permitted to submit alternate bids that do not
exactly match the specifications. However, documentation must be attached to the bid that explains the
specific differences from the specified items.
The price to be good for one (1) year with the option of renewing contract for second year.
All bids shall be signed and submitted on the Proposal Forms which are bound in the specifications. Bid
blanks shall not be removed from the specifications. Bids shall state the unit price on the blanks
provided and shall be enclosed in a sealed envelope marked with the name of the bidder and the caption
“SEALED BID – CLEANING PUBLIC WALKS OF SNOW/ICE” and be accompanied by a properly executed Non-Collusion
Affidavit. All bidders will be required to file an Affidavit with the Finance Director of the City of
Bowling Green, Ohio, attesting that he or she owes no delinquent property taxes in Wood County, State of
Ohio.
Each bid must contain the name of every person, firm or corporation interested in it and be accompanied
by a bid bond or certified check drawn on a solvent bank in the amount of five percent (5%) of the bid
payable to the City of Bowling Green, Ohio to guarantee that if the bid is accepted, a contract will be
entered into and its performance properly secured. Bids not accompanied by a bid bond or certified check
in the amount stated above, or received after the above date and time, will not be considered.
Bid documents are available at the office of the Director of Public Works; 304 North Church Street,
Bowling Green, Ohio.
The City reserves the right to reject any and all bids, to waive any irregularities in bidding, and to
determine the lowest and best bid.
John S. Fawcett
Municipal Administrator
304 North Church Street
Bowling Green, Ohio 43402
Oct. 26, Nov. 2, ’09


NOTICE
The Bowling Green City School District Basic Financial Statements for fiscal year ended June 30, 2009
have been completed and filed with the Auditor of State. A copy is available for public inspection at
140 South Grove Street, Bowling Green, Monday through Friday between 8 a.m. and 4:30 p.m.
Rhonda Melchi,
Treasurer
Oct. 26, ’09


NOTICE
The Village of Cygnet wishes to lease the lower portion of their Corner Building located at 306 Front
Street (Old Library). This building area contains two rooms, a bathroom and air conditioning. Rent and
Utilities will be paid by the Renter monthly. Deposit will be one month’s rent. Interested parties
should contact 419-655-2715 or send a request for copy of a rental agreement or bids to Village of
Cygnet, P.O. Box 190, Cygnet, OH 43413. Bids will be accepted through October 30, 2009.
Karen Hannah
Clerk-Treasurer
Sept. 28,
Oct. 2, 12, 19, 26, ’09


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 #5456
Project Name:
Proposed Baseball
Dugouts – Steller Field
Bowling Green
State University
Bowling Green,
Wood County, Ohio
in accordance with the Contract Documents prepared by:
Technicon Design
Group, Inc.
1800 N. Perry Street – Suite 102
Ottawa, OH 45875
Telephone: 419.523.5323
Facsimile: 419.523.9441
E-mail: gary@
technicondesigngroup.
com
Bidders may submit requests for consideration of a proposed Substitution for a specified product,
equipment, or service shall be submitted 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 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%.
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 IB 7.3.8.
Separate bids will be received in duplicate for:
Trade
Cost Estimate
General Construction (Base Bid)
$120,000
Alternate G-1
$17,000
Alternate G-2
$17,000
Alternate G-3
$6,000
Plumbing Contract
(Base Bid)
$5,000
Alternate P-1
$2,500
Alternate P-2
$2,500
Alternate P-3
$1,500
HVAC Contract
(Base Bid)
$15,000
Alternate M-3
$1,200
Electrical Contract
(Base Bid)
$10,000
Alternate E-3
$1,300
Until November 5, 2009 at 10:00 a.m., when all bids will be opened and read aloud.
All Bidders are strongly encouraged to attend the Pre-Bid Meeting on October 27, 2009 at 1:30 p.m. until
approximately 2:30 p.m. at the following location:
Purchasing Department
103 Park Avenue
Warehouse
Bowling Green
State University
Bowling Green, OH 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 purchase to interested parties upon payment of a non-refundable fee
of $35.00 per set. Document holders of record will be issued one copy of Addenda at no cost for each
full set of purchased documents. Plans shall be available by contacting:
Becker Impressions
4646 Angola Road
Toledo, Ohio 43615
Phone: (419) 385-5303
Fax: (419) 385-0529
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.
Oct. 12, 19, 26, ’09


PUBLIC NOTICE
A special meeting of Village of Walbridge Council is being held Tuesday, October 27, 2009 @ 5pm in
Council Chambers, 111 N. Main, Walbridge, Ohio 43465.
Oct. 26, ’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) 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 $70.00 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 NPDES permit. Five Point MHP, 24370 State Rte 199, Perrysburg, OH, Action Date:
11/01/2009, Receiving Waters: Cedar Creek, Facility Description: Mobile Home Park, Identification No.:
2PY00073*AD. This final action not preceded by proposed action and is appealable to ERAC.
Final approval of plans and specifications. Buddys Place LCC PWS, 7090 County RD 11, Risingsun, OH,
Action Date: 10/14/2009, Facility Description: Transient Water System, Identification No.: 710601. This
final action not preceded by proposed action and is appealable to ERAC. Detail plans for PWSID:OH8752612
Plan No: 710601. Regarding well.
Final issuance of administrative modification to permit-to-install. Norplas Industries Inc., 7825 Caple
Blvd., Northwood, OH, Action Date: 10/13/2009, Facility Description: Air, Identification No.: P0105542.
Administrative modification to correct rule applicability.
Application received for air permit. Cooper Standard Automotive, LLC, 1175 North Main Street, Bowling
Green, OH, Action Date: 10/14/2009, Facility Description: Air, Identification No.: A0038107.
Modification to permit grouping and requirements for the following rubber processing lines at the plant:
Dual Durometer Lines #1, #3, #4, #6, #7, #8, and #9, Cascade Lines #1 and #2, Flock Lines #1, #2, #3 and
#4. Operations will now be grouped by an entire line. Materials have been reformulated so that there are
no longer any photochemically reactive materials so applicable regulations will change. Maximum capacity
of rubber throughput has increase for some lines.
Land application management plan approval. Husky Lima Refinery, 1150 South Metcalf Street, Lima, OH
45804, Action Date: 10/13/2009, Facility Description: Miscellaneous, Identification No.: 2MP00015-B.
This final action not preceded by proposed action and is appealable to ERAC. Land application of treated
industrial sludge from the Husky Lima Refinery WWTP to BP Toledo Cygnet Land Farm.
Oct. 26, ’09


<!– End output Ad Text


–>

No posts to display