Legals: 02-15-11

0

001 LEGAL
NOTICE OF HEARING [R.C. §2115.16]
PROBATE COURT OF WOOD
COUNTY, OHIO Hon. David E.
Woessner, Judge IN THE MATTER OF
THE GUARDIANSHIP OF Alice C. Lucas, aka A.C. Lucas, incomp., Case No. 20112005,
Date: January 28, 2011. Notice is hereby given to the following persons and to
anyone having an interest in the person and estate of Alice C. Lucas, also known
as A.C. Lucas, that an Application for Appointment as Guardian of the person and
the estate of the said Alice C. Lucas was filed in this Court by Robert Harms on
the 28th day of January, 2011. The hearing on said application for
Appointment of a Guardian will be held on February 18, 2011, at 1:30 o’clock
P.M. in the Probate Court. The Court is located at One Courthouse Square, Second
Floor, Bowling Green, Ohio 43402. The Court phone number is (419) 354-9230, and
the Court fax number is (419) 354-9357. Interested persons are invited to
contact the court at any time prior to the hearing. January 28, 2011 David E.
Woessner, Probate Judge This instrument prepared by: Robert G. Harms (Sup. Ct.
#0002000) TWYMAN, TEN BRINK, HARMS & SHARP Attorneys at Law, 519 W. Wooster
St. Center Suite Bowling Green, Ohio 43402 (419) 353-1062 Feb. 1, 8, 15, ’11


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 #
5595 Project Name: Science Tunnel Renovation Bowling Green State University
Bowling Green, Wood County, Ohio 43403 in accordance with the Contract Documents
prepared by: URS Corporation 1375 Euclid Avenue, Suite 600 Cleveland, OH
44115-1808 Ph: 216-622-2400 Fax: 216-622-2428 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 ten
(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 also 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 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
is 5.0%. The Bidder must indicate on the Bid Form, the locations where its
services will be performed in accordance with the requirements of Executive
Order 2010-09S related to providing services only within the United States.
Failure to do so may cause the Bid to be rejected as non-responsive.
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 encouraged to

be enrolled in and to be in good standing in a Drug-Free Safety Program (“DFSP”)
approved by the Ohio Bureau of Workers’ Compensation (“OBWC”) prior to
submitting a Bid and 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 DFSP criteria described in General Conditions Paragraph
1.10 – Drug Free Safety 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: Contractor-Base Bid
Estimate General Trades Contract
(LEAD)
$267,000 Alternate G-1
$28,665 Mechanical Contract $62,625 Alternate
M-1 $15,635
Alternate M-2 $16,285 Electrical Contract
$15,295 Alternate E-1
$5,210 Asbestos Contract $30,225 Until
Wednesday, March 9, 2011,
at 1:30 p.m., when all bids will be opened and read aloud. All Bidders are
strongly encouraged to attend the Pre-Bid Meeting on Thursday, February 24,
2011, at 11:00 a.m., at the following location: Purchasing Department, 103 Park
Avenue Warehouse, Bowling Green State University, Bowling Green, Ohio 43403. 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. Contract
Documents are available for purchase from APEX Micrographics, Phone:
(419) 476-6535, facsimile: (419) 476-6535 and ami5973@ sbcglobal.net, at the
non-refundable cost of $121.00 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, Dodge
Scan (McGraw Hill Construction-Dodge), Builders Exchange, Reed Construction Data
at www.reedepr.com, and Construction Bulletin plan rooms. Feb. 15, 22,
Mar. 1, ’11


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 #
5992 Project Name: 2010 Tunnel Repairs Bowling Green State University Bowling
Green, Wood County, Ohio 43403 in accordance with the Contract Documents
prepared by: URS Corporation 1375 Euclid Avenue, Suite 600 Cleveland, OH
44115-1808 Ph: 216-622-2400 Fax: 216-622-2428 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 the
(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 also 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 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
is 5.0%. The Bidder must indicate on the Bid Form, the locations where its
services will be performed in accordance with the requirements of Executive
Order 2010-09S related to providing services only within the United States.
Failure to do so may cause the Bid to be rejected as non-responsive.
DOMESTIC
STEEL USE REQUIREMENTS AS SPECIFIED IN SECTON 153.011, ORC APPLY TO THIS
PROJECT. COPIES OF SECTION 153.011, ORC CAN BE OBTAINED FROM ANY OF THE
OFFICE

OF THE OHIO DEPARTMENT OF ADMINISTRATIVE SERVICES. Bidders are encouraged to

be enrolled in and to be in good standing in a Drug-Free Safety Program (“DFSP”)
approved by the Ohio Bureau of Workers’ Compensation (“OBWC”) prior to
submitting a Bid and 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 DFSP criteria described in General Conditions Paragraph
1.10 – Drug Free Safety 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: Contractor-Base Bid
Estimate General Trades Contract
(LEAD)
$247,800 Alternate G-1
$88,950 Alternate G-2 $52,700 Alternate G-3 $27,950 Alternate G-4 $32,450
Mechanical Contract $79,450 Alternate M-1
$39,675 Alternate M-2
$2,550 Alternate M-3 $16,200 Alternate M-4 $10,100 Alternate M-5 $36,350
Electrical Contract $66,350 Alternate E-1
$12,950 Alternate E-2
$4,500 Alternate E-3 $8,900 Alternate E-4 $3,900 Asbestos Contract
$21,175 Alternate A-1 $330 Alternate A-2 $1,900 Alternate A-3 $4,950
Until Wednesday, February 23, 2011, at 11:30 a.m., when all bids will be opened
and read aloud. All Bidders are strongly encouraged to attend the Pre-Bid
Meeting on Thursday, February 10, 2011, at 10:30 a.m., at the following
location: Purchasing Department, 103 Park Avenue Warehouse, Bowling Green State
University, Bowling Green, Ohio 43403. 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. Contract Documents are available for purchase from
APEX Micrographics, Phone: (419) 476-6535, facsimile: (419) 476-6177 and
ami5973@ sbcglobal.net, at the non-refundable cost of $145.00 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, Dodge Scan (McGraw Hill Construction-Dodge), Builders
Exchange, Reed Construction Data at www.reedepr.com, and Construction
Bulletin plan rooms. Feb. 1, 8, 15, ’11


PUBLICATION OF NOTICE Rule 16,
Ohio Rules of

Juvenile Procedure Ubaldino Aquilar Lopez, father of Christian Scott, minor

child, will take notice that a Complaint for Custody has been filed in the Wood
County, Ohio, Juvenile Court, Case No. 2003 JF 0534, that said complaint will be
for hearing before said Court in Bowling Green, Wood County, Ohio, on March 9,
2011 at 9:00 a.m., at the Wood County Juvenile Court, 1032 South Dunbridge Road,
Bowling Green, Ohio; and Ubaldino Aquilar Lopez, last known whereabouts in
Mexico, is ordered to appear before the Wood County Juvenile Court on said date
and show cause why the complaint’s prayer should not be granted. You are
notified that any party may retain counsel for these Juvenile Court proceedings.
Failure to appear or otherwise respond to these proceedings may result in the
Juvenile Court issuing Orders concerning the relief requested. Questions may be
directed to the Wood County Juvenile Court, phone number 419-352-3554. DAVID E.
WOESSNER, Juvenile Judge HANNAH VOLLMAR, Deputy Clerk Feb. 15, ’11


PUBLIC NOTICE The Ohio EPA will make available for public
review an Environmental Assessment (EA) of the Northwestern Water and Sewer
District Weston Wastewater Treatment Plant (WWTP) Upgrade Project. The public
will have a 30-day period in which to review the EA and provide comments back to
Ohio EPA. The project consists of improvements to the existing WWTP to replace
aging equipment and systems and correct operating deficiencies and safety
concerns. Upon its release, the document may be viewed on Ohio EPA’s website
(http://epa.ohio.gov/defa/ public_comment.aspx), or in hard copy at the NWWSD
offices. If you would like to receive either an electronic copy via e-mail or a
paper copy of the document via U.S. Mail upon its release, please contact
Jennifer Seifert at either: jennifer.seifert@epa. state.oh.us or (614) 644-3711.
The document is expected to be released for 30-day public comment on or before
March 10, 2011. NWWSD will hold a public presentation concerning the project
during the Village of Weston’s regular council meeting on Tuesday, February 22,
2011, at 7:00 p.m. (13234 Main Street, Weston, Ohio 43569). Feb. 15, ’11


INVITATION TO BID SEALED BIDS for the
furnishing of the
necessary materials and construction of the WOO-E. Poe – 6.63
EAST POE
ROAD ARRA PAVING PROJECT 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 EASTERN
STANDARD TIME FEBRUARY 23, 2011 and at that time and place will be
publicly opened and read aloud. The proposed work consists of the following:
Pavement and Base Removal, Pavement Planing, Subgrade Compaction, Placing
Asphalt Concrete and Aggregate Base, Remove and Replace Walk/Ramp, Pavement
Markings Detector Loops, Remove and Replace Curb, Seeding Mulching and Topsoil,
and Maintaining Traffic. 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. Should a bidder prefer to receive the
bid documents via UPS/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. 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 — WOO-E. POE – 6.63 EAST POE ROAD ARRA PAVING PROJECT — 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. 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. 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. The Successful Bidder will not
discriminate against any employee or applicant for employment because of race,
religion, color, sex, national origin, disability or age. The Successful Bidder
will take affirmative action to ensure that applicants for employment are
considered for employment and that employees treated during employment, without
regard to their race, religion color, sex, national origin, disability or age.
The Successful Bidder will also incorporate the requirements of this paragraph
in all of its respective contracts for subcontracted work. Further, he/she
agrees that they and any subcontractor shall comply with Ohio Administrative
Code 5501-1-02, Appendix B, State Equal Employment Opportunity Covenant. 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. The City of Bowling Green reserves the
right to award only the base bid items or base bid items along with the
alternate bid items listed in this Invitation to Bid. John S. Fawcett, Municipal
Administrator City of Bowling Green, Ohio. 304 North Church Street Bowling
Green, Ohio 43402 Feb. 1, 8, 15, ’11


001 LEGAL
NOTICE OF HEARING [R.C. §2115.16]
PROBATE COURT OF WOOD
COUNTY, OHIO Hon. David E.
Woessner, Judge IN THE MATTER OF
THE GUARDIANSHIP OF Alice C. Lucas, aka A.C. Lucas, incomp., Case No. 20112005,
Date: January 28, 2011. Notice is hereby given to the following persons and to
anyone having an interest in the person and estate of Alice C. Lucas, also known
as A.C. Lucas, that an Application for Appointment as Guardian of the person and
the estate of the said Alice C. Lucas was filed in this Court by Robert Harms on
the 28th day of January, 2011. The hearing on said application for
Appointment of a Guardian will be held on February 18, 2011, at 1:30 o’clock
P.M. in the Probate Court. The Court is located at One Courthouse Square, Second
Floor, Bowling Green, Ohio 43402. The Court phone number is (419) 354-9230, and
the Court fax number is (419) 354-9357. Interested persons are invited to
contact the court at any time prior to the hearing. January 28, 2011 David E.
Woessner, Probate Judge This instrument prepared by: Robert G. Harms (Sup. Ct.
#0002000) TWYMAN, TEN BRINK, HARMS & SHARP Attorneys at Law, 519 W. Wooster
St. Center Suite Bowling Green, Ohio 43402 (419) 353-1062 Feb. 1, 8, 15, ’11


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 #
5595 Project Name: Science Tunnel Renovation Bowling Green State University
Bowling Green, Wood County, Ohio 43403 in accordance with the Contract Documents
prepared by: URS Corporation 1375 Euclid Avenue, Suite 600 Cleveland, OH
44115-1808 Ph: 216-622-2400 Fax: 216-622-2428 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 ten
(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 also 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 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
is 5.0%. The Bidder must indicate on the Bid Form, the locations where its
services will be performed in accordance with the requirements of Executive
Order 2010-09S related to providing services only within the United States.
Failure to do so may cause the Bid to be rejected as non-responsive.
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 encouraged to

be enrolled in and to be in good standing in a Drug-Free Safety Program (“DFSP”)
approved by the Ohio Bureau of Workers’ Compensation (“OBWC”) prior to
submitting a Bid and 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 DFSP criteria described in General Conditions Paragraph
1.10 – Drug Free Safety 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: Contractor-Base Bid
Estimate General Trades Contract
(LEAD)
$267,000 Alternate G-1
$28,665 Mechanical Contract $62,625 Alternate
M-1 $15,635
Alternate M-2 $16,285 Electrical Contract
$15,295 Alternate E-1
$5,210 Asbestos Contract $30,225 Until
Wednesday, March 9, 2011,
at 1:30 p.m., when all bids will be opened and read aloud. All Bidders are
strongly encouraged to attend the Pre-Bid Meeting on Thursday, February 24,
2011, at 11:00 a.m., at the following location: Purchasing Department, 103 Park
Avenue Warehouse, Bowling Green State University, Bowling Green, Ohio 43403. 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. Contract
Documents are available for purchase from APEX Micrographics, Phone:
(419) 476-6535, facsimile: (419) 476-6535 and ami5973@ sbcglobal.net, at the
non-refundable cost of $121.00 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, Dodge
Scan (McGraw Hill Construction-Dodge), Builders Exchange, Reed Construction Data
at www.reedepr.com, and Construction Bulletin plan rooms. Feb. 15, 22,
Mar. 1, ’11


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 #
5992 Project Name: 2010 Tunnel Repairs Bowling Green State University Bowling
Green, Wood County, Ohio 43403 in accordance with the Contract Documents
prepared by: URS Corporation 1375 Euclid Avenue, Suite 600 Cleveland, OH
44115-1808 Ph: 216-622-2400 Fax: 216-622-2428 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 the
(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 also 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 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
is 5.0%. The Bidder must indicate on the Bid Form, the locations where its
services will be performed in accordance with the requirements of Executive
Order 2010-09S related to providing services only within the United States.
Failure to do so may cause the Bid to be rejected as non-responsive.
DOMESTIC
STEEL USE REQUIREMENTS AS SPECIFIED IN SECTON 153.011, ORC APPLY TO THIS
PROJECT. COPIES OF SECTION 153.011, ORC CAN BE OBTAINED FROM ANY OF THE
OFFICE

OF THE OHIO DEPARTMENT OF ADMINISTRATIVE SERVICES. Bidders are encouraged to

be enrolled in and to be in good standing in a Drug-Free Safety Program (“DFSP”)
approved by the Ohio Bureau of Workers’ Compensation (“OBWC”) prior to
submitting a Bid and 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 DFSP criteria described in General Conditions Paragraph
1.10 – Drug Free Safety 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: Contractor-Base Bid
Estimate General Trades Contract
(LEAD)
$247,800 Alternate G-1
$88,950 Alternate G-2 $52,700 Alternate G-3 $27,950 Alternate G-4 $32,450
Mechanical Contract $79,450 Alternate M-1
$39,675 Alternate M-2
$2,550 Alternate M-3 $16,200 Alternate M-4 $10,100 Alternate M-5 $36,350
Electrical Contract $66,350 Alternate E-1
$12,950 Alternate E-2
$4,500 Alternate E-3 $8,900 Alternate E-4 $3,900 Asbestos Contract
$21,175 Alternate A-1 $330 Alternate A-2 $1,900 Alternate A-3 $4,950
Until Wednesday, February 23, 2011, at 11:30 a.m., when all bids will be opened
and read aloud. All Bidders are strongly encouraged to attend the Pre-Bid
Meeting on Thursday, February 10, 2011, at 10:30 a.m., at the following
location: Purchasing Department, 103 Park Avenue Warehouse, Bowling Green State
University, Bowling Green, Ohio 43403. 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. Contract Documents are available for purchase from
APEX Micrographics, Phone: (419) 476-6535, facsimile: (419) 476-6177 and
ami5973@ sbcglobal.net, at the non-refundable cost of $145.00 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, Dodge Scan (McGraw Hill Construction-Dodge), Builders
Exchange, Reed Construction Data at www.reedepr.com, and Construction
Bulletin plan rooms. Feb. 1, 8, 15, ’11


PUBLICATION OF NOTICE Rule 16,
Ohio Rules of

Juvenile Procedure Ubaldino Aquilar Lopez, father of Christian Scott, minor

child, will take notice that a Complaint for Custody has been filed in the Wood
County, Ohio, Juvenile Court, Case No. 2003 JF 0534, that said complaint will be
for hearing before said Court in Bowling Green, Wood County, Ohio, on March 9,
2011 at 9:00 a.m., at the Wood County Juvenile Court, 1032 South Dunbridge Road,
Bowling Green, Ohio; and Ubaldino Aquilar Lopez, last known whereabouts in
Mexico, is ordered to appear before the Wood County Juvenile Court on said date
and show cause why the complaint’s prayer should not be granted. You are
notified that any party may retain counsel for these Juvenile Court proceedings.
Failure to appear or otherwise respond to these proceedings may result in the
Juvenile Court issuing Orders concerning the relief requested. Questions may be
directed to the Wood County Juvenile Court, phone number 419-352-3554. DAVID E.
WOESSNER, Juvenile Judge HANNAH VOLLMAR, Deputy Clerk Feb. 15, ’11


PUBLIC NOTICE The Ohio EPA will make available for public
review an Environmental Assessment (EA) of the Northwestern Water and Sewer
District Weston Wastewater Treatment Plant (WWTP) Upgrade Project. The public
will have a 30-day period in which to review the EA and provide comments back to
Ohio EPA. The project consists of improvements to the existing WWTP to replace
aging equipment and systems and correct operating deficiencies and safety
concerns. Upon its release, the document may be viewed on Ohio EPA’s website
(http://epa.ohio.gov/defa/ public_comment.aspx), or in hard copy at the NWWSD
offices. If you would like to receive either an electronic copy via e-mail or a
paper copy of the document via U.S. Mail upon its release, please contact
Jennifer Seifert at either: jennifer.seifert@epa. state.oh.us or (614) 644-3711.
The document is expected to be released for 30-day public comment on or before
March 10, 2011. NWWSD will hold a public presentation concerning the project
during the Village of Weston’s regular council meeting on Tuesday, February 22,
2011, at 7:00 p.m. (13234 Main Street, Weston, Ohio 43569). Feb. 15, ’11


INVITATION TO BID SEALED BIDS for the
furnishing of the
necessary materials and construction of the WOO-E. Poe – 6.63
EAST POE
ROAD ARRA PAVING PROJECT 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 EASTERN
STANDARD TIME FEBRUARY 23, 2011 and at that time and place will be
publicly opened and read aloud. The proposed work consists of the following:
Pavement and Base Removal, Pavement Planing, Subgrade Compaction, Placing
Asphalt Concrete and Aggregate Base, Remove and Replace Walk/Ramp, Pavement
Markings Detector Loops, Remove and Replace Curb, Seeding Mulching and Topsoil,
and Maintaining Traffic. 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. Should a bidder prefer to receive the
bid documents via UPS/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. 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 — WOO-E. POE – 6.63 EAST POE ROAD ARRA PAVING PROJECT — 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. 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. 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. The Successful Bidder will not
discriminate against any employee or applicant for employment because of race,
religion, color, sex, national origin, disability or age. The Successful Bidder
will take affirmative action to ensure that applicants for employment are
considered for employment and that employees treated during employment, without
regard to their race, religion color, sex, national origin, disability or age.
The Successful Bidder will also incorporate the requirements of this paragraph
in all of its respective contracts for subcontracted work. Further, he/she
agrees that they and any subcontractor shall comply with Ohio Administrative
Code 5501-1-02, Appendix B, State Equal Employment Opportunity Covenant. 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. The City of Bowling Green reserves the
right to award only the base bid items or base bid items along with the
alternate bid items listed in this Invitation to Bid. John S. Fawcett, Municipal
Administrator City of Bowling Green, Ohio. 304 North Church Street Bowling
Green, Ohio 43402 Feb. 1, 8, 15, ’11


No posts to display