Legals: 12-27-13

0

001 LEGALPUBLIC BID ADVERTISEMENT
Sealedbids will be received by the Purchasing Department, 103 Park AvenueWarehouse, Bowling Green State
University, Bowling Green, Ohio 43403 forthe following Project: Bid #5992 Project Name: Northwest
OhioRegional BookDepository Reroof Bowling GreenState UniversityBowling Green, Wood County, Ohio 43403in
accordance with the ContractDocuments prepared by: Buehrer Group Architecture & Engineering,Inc. 314
Conant Street Maumee, OH 43537 Telephone:(419) 893-9021Facsimile:(419) 893-9027Bidders may submit requests
forconsideration of a proposed Substitution for a specified product,equipment, or service to the
Architect/Engineer (“A/E”) no later than10days prior to the bid opening. Additional products, equipment,
andservices may be accepted as approved Substitutions only by writtenAddendum.From time to time, the
Commission 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 withthe version of the
Standard Requirements included in the ContractDocuments.Prevailing Wage rates and Equal Employment
Opportunityrequirements are applicable to this Project.This Project is subjectto the State of Ohio’s
Encouraging Diversity, Growth, and Equity(“EDGE”) Business Development Program. A Bidder is required to
submitwith its Bid and with its Bidder’s Qualifications form, certaininformation about the certified EDGE
Business Enterprise(s)participating on the Project with the Bidder. Refer to
Section6.1.12 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-certifiedbusiness(es). The participation
is calculated on the total amount ofeach awarded contract. For more information about EDGE, contact theState
of Ohio EDGE Certification Office athttp://das.ohio.gov/eod,or at its physical location: 4200 Surface Road,
Columbus, Ohio43228-1395; or by telephone at (614) 466-8380.The Bidder may besubject to a Pre-Award
Affirmative Action Compliance Review inaccordance with Section 123:2-5-01 of the Ohio Administrative
Codeincluding a review of the Bidder’s employment records and an on-sitereview.The Bidder must indicate on
the Bid Form, the locations whereits services will be performed in the spaces provided or by attachmentin
accordance with the requirements of Executive Order 2011-12K relatedto providing services only within the
United States. Failure to do somay cause the Bid to be rejected as non-responsive.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 FACILITIES
CONSTRUCTION
COMMISSION. Bidders are encouraged to be enrolled in
and to be ingood standing in a Drug-Free Safety Program (“DFSP”) approved by theOhio Bureau of Workers’
Compensation (“OBWC”) prior to submitting a Bidand provide, on the Bid Form with its Bid, certain
information relativeto their enrollment in such a program; and, if awarded a Contract, shallcomply with
other DFSP criteria described in Section1.6 of theGeneral Conditions.Bidders
entering into a contract greater than$2,000,000 are required to submit their bid information into
escrow.Refer to Section6.1.10 of the Instructions to Bidders.Separate bids will
be received in duplicate for: Contractor-Base BidEstimate General
Contract$202,114Alternate G-1 $135,350 Alternate G-2 $45,000Until Tuesday, January21, 2014, at 10:30 a.m.,
when all bids will be opened and read aloud.All Bidders are strongly encouraged to attend the Pre-Bid
Meeting onFriday, January 10, 2014, at 2:00 p.m. until approximately 3:00 p.m., atthe following
location:Northwest Ohio Regional Book Depository, 1655North Wilkinson Way, Perrysburg, OH 43551The
Contractor isresponsible for scheduling the Project, coordinating the Subcontractors,and providing other
services identified in the Contract Documents.Contract Documents are available for purchase from
Becker Impressions at 4646 Angola Rd., Toledo, OH 43615, at the
non-refundable cost of $40.00per set, plus shipping, if requested.The Contract
Documents may bereviewed for bidding purposes without charge during business hours atthe following
locations:BGSU Purchasing Department, Dodge Scan (McGrawHill Construction-Dodge), Builders Exchange, Reed
Construction Data atwww.reedepr.com, and Construction Bulletin plan rooms.Dec. 27, ’13,Jan. 6, 13. ’14


NOTICE The Webster Township Trustees will holdtheir monthly winter
meetings at 7:30 PM instead of 7:30 AM for themonths January, February, and March. In April it will resume
back at7:30 AM. Carolyn Spoerl, Fiscal Officer 17749 Webster Road Bowling Green419-833-1040 Webster Township
Dec. 20, 27, ’13 Jan. 3, ’14


NOTICE COUNTY:
WOOD
The followingapplications and/or verified complaints were received, and the
followingdraft, proposed and final actions were issued, by the OhioEnvironmental Protection Agency (Ohio
EPA) last week. The completepublic notice including additional instructions for submitting
comments,requesting information or a public hearing, or filing an appeal may beobtained at:
http://www.epa.ohio. gov/actions.aspx or Hearing Clerk,Ohio EPA, 50 W. Town St., P.O. Box 1049, Columbus,
Ohio 43216. Ph:614-644-2129 email: [email protected]. oh.usFinal Issuance of Permit toInstallNorthwestern
Water & Sewer District Andrus Rd and EastBroadway NorthwoodOH Action Date: 12/17/2013Facility
Description:Wastewater Identification No.: 957851 This final action not preceded byproposed action and is
appealable to ERAC. Sanitary Sewer No. 121B alongAndrus Road and East Broadway in the city of NorthwoodFinal
Approvalof Plans and Specifications Principle Business Enterprises PO Box 129Dunbridge OH Action Date:
12/18/2013 Facility Description: Non-TransWater SystemIdentification No. :13-00011 This final action
notpreceded by proposed action and is appealable to ERAC. Detail plans forPWSID: OH8741612 Plan No: 13-00011
Regarding Optimal Water QualityControl ParametersFinal Issuance of Permit-to-Install and OperateFirst Solar,
Inc. 28101 Cedar Park Blvd. PerrysburgOH Action Date:12/18/2013 Facility Description: Air Identification
No.: PO115934Anti-reflective coating application on solar modules for Line 1 Dec. 27,’13


PUBLIC NOTICE Notice pursuant to Ohio Revised Code,Section 1701.87 is
hereby given that on December 6, 2013, Valley Lawn& Landscape, Inc., by joint written consent to
dissolution signed byits shareholders and directors, agreed to dissolve and completely windup its affairs
and that a Certificate to that effect has been filed inthe office of the Secretary of State at Columbus,
Ohio with an effectivedate of December 16, 2013.(1) All claims against the Corporationshall be presented in
writing and shall identify the claimant andcontain sufficient information to reasonably inform the
Corporation ofthe substance of the claim.(2) The mailing address to which anysuch claim must be sent is: G.
Gilmet 12833 Gloria Dr.Fishers,IN 46037(3) The deadline for submitting claims, which is not lessthan sixty
(60) days after the date this notice is given, is March 15,2014.(4) Any claim not received by the
Corporation by the deadlinewill be barred.(5) The Corporation may make distributions to othercreditors or
claimants, including distributions to shareholders of theCorporation, without further notice to the
claimant. By Order of theDirectors of: Valley Lawn &Landscape, Inc. Dec. 27, ’13 Jan. 3,’14


VILLAGE OF TONTOGANY Ordinances passed on
12/16/2013: Ord. 845-13:AN ORDINANCE AUTHORIZING
THE VILLAGE OF TONTOGANY TO RENEW AN AGREEMENTWITH THE WOOD COUNTY PUBLIC DEFENDER COMMISSION FOR SERVICES
TOREPRESENT INDIGENT PERSONS CHARGED ONLY UNDER VILLAGE ORDINANCE FOR THEYEAR 2014; AND DECLARING AN
EMERGENCY. Ord. 846-13: AN ORDINANCERETAINING THE SERVICES OF THOMAS J.
BAMBUROWSKI, ATTORNEY AT LAW, ASVILLAGE LEGAL COUNSEL; AND DECLARING AN EMERGENCY. These ordinances canbe
viewed in their entirety at the Village Hall and at http://www. tontoganyohio.org/. Ryan D. Harnishfeger,
Fiscal Officer. Dec. 20, 27, ’13


INVITATION TO BID SEALED BIDS for
the furnishing of the necessary materials andconstruction of theROSSFORD JENNINGS ROAD PUMP
STATION IMPROVEMENTS
NORTHWESTERN WATER AND SEWER
DISTRICT
will be received by the Northwestern Water and Sewer District at theoffice of
President, 12560 Middleton Pike, P.O. Box 348, Bowling Green,Ohio 43402 until11:00 a.m. (Local Time)Friday,
January 17, 2014and at that time and place will be publicly opened and read aloud.The scope of work consists
of furnishing and installing a triplexsubmersible pump station with three 1,250 gpm pumps, a precast
concretebuilding, and appurtenances.The contract documents, including plansand specifications, are on file
at the office of the Northwestern Waterand Sewer Districtand the Engineer — Poggemeyer Design Group,
Inc.(PDG).A set may be obtained from Becker Impressions, 4646 Angola Road,Toledo, Ohio 43614, Telephone
419-385-5303, www.pdg planroom.com. A non- refundable deposit in the amount of $75 will be required foreach
set of plans and specifications; check must be made payable toBecker Impressions.The Engineer for the
Project is PoggemeyerDesign Group, Inc., 1168North Main Street, Bowling Green, Ohio43402.All bids must be
signed and submitted on the blanks which arebound in this booklet.Bids must state the unit prices in the
blanksprovided and be enclosed in a sealed envelope marked — Rossford Jennings Road Pump
Station Improvements
— and addressed to the Northwestern Water and Sewer District,
12560Middleton Pike, P.O. Box 348, Bowling Green, Ohio 43402.The bidguaranty may be of two forms:1. A Bid
Guaranty and Contract Bondusing the form in the Contract Documents.(The amount of the bid doesNOT have to
appear on this form.)2. A certified check, cashier’s checkor letter of credit in favor of the Northwestern
Water and SewerDistrict, in the amount of 10% of the bid.If the contract is awarded, aContract Bond will be
required, which is a 100% payment and performancebond.This procurement is subject to the EPA policy of
encouragingthe participation of small businesses in rural areas (SBRAs).Afterthe award of the contract let
by competitive bid and prior to the timethe contract is entered into, bidders shall submit the
affidavitrequired under the Ohio Revised Code, Section 5719.042 that the bidderwas not charged with any
delinquent personal property taxes in WoodCounty, Ohio and an Affidavit regarding Child Support pursuant to
theBoard of Trustees Resolution No. 94-16.The successful bidder willbe required to pay not less than the
highest applicable minimum wagerates as established by the federal Davis-Bacon Wage Determinationsissued by
the U.S. Department of Labor.The Northwestern Water andSewer District may reject any or all bids on any
basis and withoutdisclosure of a reason.The failure to make such a disclosure shall notresult in accrual of
any right, claim, or cause of action by anunsuccessful bidder against the District.The Board of
Trusteesreserves the right to waive any irregularities in the form of a bid thatdo not affect or destroy
competitive bidding.In no case will an awardbe made until all necessary investigations are made as to
thequalifications of the bidder to whom it is proposed to award a contract.No bidder may withdraw his bid
for a period of 90 days after thescheduled closing time for the receipt of bids.This Invitation toBid is
posted on the Internet and may be viewed on Northwestern Waterand Sewer District’s webpage
at:www.nwwsd.org.Click onAdministration, Bid Documents, and then the project’s Invitation to Bid.This
project is being funded with Ohio EPA WPCLF funds. Theengineer’s opinion of probable cost of construction
for this project is$1,013,000.By Order ofJerryGreiner, PresidentNorthwesternWater and Sewer DistrictDec. 20,
27,’13


Zoning Board of Appeals
Legal Notice January 8, 2014 The following item
will be discussed at the January 8, 2014 meeting of the Zoning Board of
Appeals.The Board will meet in theCity Administrative Services Building at 304 North Church Street,Bowling
Green, Ohio at 7:00 p.m. on the above date.The letter ofapplication and drawing is available for inspection
at the PlanningDepartment at the above address. VARIANCE REQUESTS Battery
Wholesale, proposed to be on property in front of 1234 NorthMain Street, has requested a variance of 2.5′ to
allow the constructionof a detention pond that will encroach 12.5′ into the 15′ required sideyard setback on
the north.Ken Hicks, authorized agent for Tireman,has requested the following variances to allow the
construction of anew building at 999 South Main Street:1. A variance for 11
parking spaces to be located within the 25′ front yard setback, 2. A variance
of 13 parking spaces, to provide 40 spaces instead of the required 53 parking spaces,
3. A variance for the parking along the front (western) property line tobe
located 4.91′ from the property line, where a 5′ setback is required,4. A
variance of 5′ for the parking along the side (northern) property line, where a 5′ setback is required,
5.A variance to not provide the required screening between the parkingand the
property to the north that is zoned R-3 Multiple-familyresidential, 6. A
variance for the parking along the rear(eastern) property line to be located 4.53′ from the property
line,where a 5′ setback is required, and 7. A variance to reduce thenumber of
required shade trees for parking to be planted to 5, ratherthan the requirement of 1 tree per 5 parking
spaces, which would be 11trees based on 40 parking spaces. LOBBY VISITATION
Dec. 27, ’13


YEAR-END MEETING The Portage Township Trustees will
hold their year-end meeting on Monday, December 30, 2013 at 7:00am at the
township hall at the corner of Huffman & Mermill Roads.Janet
Shaffer,Fiscal OfficerPortage TownshipDec. 27, ’13


001 LEGALPUBLIC
BID
ADVERTISEMENT Sealedbids will be received by the Purchasing
Department, 103 Park AvenueWarehouse, Bowling Green State University, Bowling Green, Ohio 43403 forthe
following Project: Bid #5992 Project Name: Northwest OhioRegional BookDepository Reroof Bowling GreenState
UniversityBowling Green, Wood County, Ohio 43403in accordance with the ContractDocuments prepared by:
Buehrer Group Architecture & Engineering,Inc. 314 Conant Street Maumee, OH 43537 Telephone:(419)
893-9021Facsimile:(419) 893-9027Bidders may submit requests forconsideration of a proposed Substitution for
a specified product,equipment, or service to the Architect/Engineer (“A/E”) no later than10days prior to the
bid opening. Additional products, equipment, andservices may be accepted as approved Substitutions only by
writtenAddendum.From time to time, the Commission 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 withthe version of the Standard Requirements included in the ContractDocuments.Prevailing Wage rates
and Equal Employment Opportunityrequirements are applicable to this Project.This Project is subjectto the
State of Ohio’s Encouraging Diversity, Growth, and Equity(“EDGE”) Business Development Program. A Bidder is
required to submitwith its Bid and with its Bidder’s Qualifications form, certaininformation about the
certified EDGE Business Enterprise(s)participating on the Project with the Bidder. Refer to
Section6.1.12 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-certifiedbusiness(es). The participation
is calculated on the total amount ofeach awarded contract. For more information about EDGE, contact theState
of Ohio EDGE Certification Office athttp://das.ohio.gov/eod,or at its physical location: 4200 Surface Road,
Columbus, Ohio43228-1395; or by telephone at (614) 466-8380.The Bidder may besubject to a Pre-Award
Affirmative Action Compliance Review inaccordance with Section 123:2-5-01 of the Ohio Administrative
Codeincluding a review of the Bidder’s employment records and an on-sitereview.The Bidder must indicate on
the Bid Form, the locations whereits services will be performed in the spaces provided or by attachmentin
accordance with the requirements of Executive Order 2011-12K relatedto providing services only within the
United States. Failure to do somay cause the Bid to be rejected as non-responsive.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 FACILITIES
CONSTRUCTION
COMMISSION. Bidders are encouraged to be enrolled in
and to be ingood standing in a Drug-Free Safety Program (“DFSP”) approved by theOhio Bureau of Workers’
Compensation (“OBWC”) prior to submitting a Bidand provide, on the Bid Form with its Bid, certain
information relativeto their enrollment in such a program; and, if awarded a Contract, shallcomply with
other DFSP criteria described in Section1.6 of theGeneral Conditions.Bidders
entering into a contract greater than$2,000,000 are required to submit their bid information into
escrow.Refer to Section6.1.10 of the Instructions to Bidders.Separate bids will
be received in duplicate for: Contractor-Base BidEstimate General
Contract$202,114Alternate G-1 $135,350 Alternate G-2 $45,000Until Tuesday, January21, 2014, at 10:30 a.m.,
when all bids will be opened and read aloud.All Bidders are strongly encouraged to attend the Pre-Bid
Meeting onFriday, January 10, 2014, at 2:00 p.m. until approximately 3:00 p.m., atthe following
location:Northwest Ohio Regional Book Depository, 1655North Wilkinson Way, Perrysburg, OH 43551The
Contractor isresponsible for scheduling the Project, coordinating the Subcontractors,and providing other
services identified in the Contract Documents.Contract Documents are available for purchase from
Becker Impressions at 4646 Angola Rd., Toledo, OH 43615, at the
non-refundable cost of $40.00per set, plus shipping, if requested.The Contract
Documents may bereviewed for bidding purposes without charge during business hours atthe following
locations:BGSU Purchasing Department, Dodge Scan (McGrawHill Construction-Dodge), Builders Exchange, Reed
Construction Data atwww.reedepr.com, and Construction Bulletin plan rooms.Dec. 27, ’13,Jan. 6, 13. ’14


NOTICE The Webster Township Trustees will holdtheir monthly winter
meetings at 7:30 PM instead of 7:30 AM for themonths January, February, and March. In April it will resume
back at7:30 AM. Carolyn Spoerl, Fiscal Officer 17749 Webster Road Bowling Green419-833-1040 Webster Township
Dec. 20, 27, ’13 Jan. 3, ’14


NOTICE COUNTY:
WOOD
The followingapplications and/or verified complaints were received, and the
followingdraft, proposed and final actions were issued, by the OhioEnvironmental Protection Agency (Ohio
EPA) last week. The completepublic notice including additional instructions for submitting
comments,requesting information or a public hearing, or filing an appeal may beobtained at:
http://www.epa.ohio. gov/actions.aspx or Hearing Clerk,Ohio EPA, 50 W. Town St., P.O. Box 1049, Columbus,
Ohio 43216. Ph:614-644-2129 email: [email protected]. oh.usFinal Issuance of Permit toInstallNorthwestern
Water & Sewer District Andrus Rd and EastBroadway NorthwoodOH Action Date: 12/17/2013Facility
Description:Wastewater Identification No.: 957851 This final action not preceded byproposed action and is
appealable to ERAC. Sanitary Sewer No. 121B alongAndrus Road and East Broadway in the city of NorthwoodFinal
Approvalof Plans and Specifications Principle Business Enterprises PO Box 129Dunbridge OH Action Date:
12/18/2013 Facility Description: Non-TransWater SystemIdentification No. :13-00011 This final action
notpreceded by proposed action and is appealable to ERAC. Detail plans forPWSID: OH8741612 Plan No: 13-00011
Regarding Optimal Water QualityControl ParametersFinal Issuance of Permit-to-Install and OperateFirst Solar,
Inc. 28101 Cedar Park Blvd. PerrysburgOH Action Date:12/18/2013 Facility Description: Air Identification
No.: PO115934Anti-reflective coating application on solar modules for Line 1 Dec. 27,’13


PUBLIC NOTICE Notice pursuant to Ohio Revised Code,Section 1701.87 is
hereby given that on December 6, 2013, Valley Lawn& Landscape, Inc., by joint written consent to
dissolution signed byits shareholders and directors, agreed to dissolve and completely windup its affairs
and that a Certificate to that effect has been filed inthe office of the Secretary of State at Columbus,
Ohio with an effectivedate of December 16, 2013.(1) All claims against the Corporationshall be presented in
writing and shall identify the claimant andcontain sufficient information to reasonably inform the
Corporation ofthe substance of the claim.(2) The mailing address to which anysuch claim must be sent is: G.
Gilmet 12833 Gloria Dr.Fishers,IN 46037(3) The deadline for submitting claims, which is not lessthan sixty
(60) days after the date this notice is given, is March 15,2014.(4) Any claim not received by the
Corporation by the deadlinewill be barred.(5) The Corporation may make distributions to othercreditors or
claimants, including distributions to shareholders of theCorporation, without further notice to the
claimant. By Order of theDirectors of: Valley Lawn &Landscape, Inc. Dec. 27, ’13 Jan. 3,’14


VILLAGE OF TONTOGANY Ordinances passed on
12/16/2013: Ord. 845-13:AN ORDINANCE AUTHORIZING
THE VILLAGE OF TONTOGANY TO RENEW AN AGREEMENTWITH THE WOOD COUNTY PUBLIC DEFENDER COMMISSION FOR SERVICES
TOREPRESENT INDIGENT PERSONS CHARGED ONLY UNDER VILLAGE ORDINANCE FOR THEYEAR 2014; AND DECLARING AN
EMERGENCY. Ord. 846-13: AN ORDINANCERETAINING THE SERVICES OF THOMAS J.
BAMBUROWSKI, ATTORNEY AT LAW, ASVILLAGE LEGAL COUNSEL; AND DECLARING AN EMERGENCY. These ordinances canbe
viewed in their entirety at the Village Hall and at http://www. tontoganyohio.org/. Ryan D. Harnishfeger,
Fiscal Officer. Dec. 20, 27, ’13


INVITATION TO BID SEALED BIDS for
the furnishing of the necessary materials andconstruction of theROSSFORD JENNINGS ROAD PUMP
STATION IMPROVEMENTS
NORTHWESTERN WATER AND SEWER
DISTRICT
will be received by the Northwestern Water and Sewer District at theoffice of
President, 12560 Middleton Pike, P.O. Box 348, Bowling Green,Ohio 43402 until11:00 a.m. (Local Time)Friday,
January 17, 2014and at that time and place will be publicly opened and read aloud.The scope of work consists
of furnishing and installing a triplexsubmersible pump station with three 1,250 gpm pumps, a precast
concretebuilding, and appurtenances.The contract documents, including plansand specifications, are on file
at the office of the Northwestern Waterand Sewer Districtand the Engineer — Poggemeyer Design Group,
Inc.(PDG).A set may be obtained from Becker Impressions, 4646 Angola Road,Toledo, Ohio 43614, Telephone
419-385-5303, www.pdg planroom.com. A non- refundable deposit in the amount of $75 will be required foreach
set of plans and specifications; check must be made payable toBecker Impressions.The Engineer for the
Project is PoggemeyerDesign Group, Inc., 1168North Main Street, Bowling Green, Ohio43402.All bids must be
signed and submitted on the blanks which arebound in this booklet.Bids must state the unit prices in the
blanksprovided and be enclosed in a sealed envelope marked — Rossford Jennings Road Pump
Station Improvements
— and addressed to the Northwestern Water and Sewer District,
12560Middleton Pike, P.O. Box 348, Bowling Green, Ohio 43402.The bidguaranty may be of two forms:1. A Bid
Guaranty and Contract Bondusing the form in the Contract Documents.(The amount of the bid doesNOT have to
appear on this form.)2. A certified check, cashier’s checkor letter of credit in favor of the Northwestern
Water and SewerDistrict, in the amount of 10% of the bid.If the contract is awarded, aContract Bond will be
required, which is a 100% payment and performancebond.This procurement is subject to the EPA policy of
encouragingthe participation of small businesses in rural areas (SBRAs).Afterthe award of the contract let
by competitive bid and prior to the timethe contract is entered into, bidders shall submit the
affidavitrequired under the Ohio Revised Code, Section 5719.042 that the bidderwas not charged with any
delinquent personal property taxes in WoodCounty, Ohio and an Affidavit regarding Child Support pursuant to
theBoard of Trustees Resolution No. 94-16.The successful bidder willbe required to pay not less than the
highest applicable minimum wagerates as established by the federal Davis-Bacon Wage Determinationsissued by
the U.S. Department of Labor.The Northwestern Water andSewer District may reject any or all bids on any
basis and withoutdisclosure of a reason.The failure to make such a disclosure shall notresult in accrual of
any right, claim, or cause of action by anunsuccessful bidder against the District.The Board of
Trusteesreserves the right to waive any irregularities in the form of a bid thatdo not affect or destroy
competitive bidding.In no case will an awardbe made until all necessary investigations are made as to
thequalifications of the bidder to whom it is proposed to award a contract.No bidder may withdraw his bid
for a period of 90 days after thescheduled closing time for the receipt of bids.This Invitation toBid is
posted on the Internet and may be viewed on Northwestern Waterand Sewer District’s webpage
at:www.nwwsd.org.Click onAdministration, Bid Documents, and then the project’s Invitation to Bid.This
project is being funded with Ohio EPA WPCLF funds. Theengineer’s opinion of probable cost of construction
for this project is$1,013,000.By Order ofJerryGreiner, PresidentNorthwesternWater and Sewer DistrictDec. 20,
27,’13


Zoning Board of Appeals
Legal Notice January 8, 2014 The following item
will be discussed at the January 8, 2014 meeting of the Zoning Board of
Appeals.The Board will meet in theCity Administrative Services Building at 304 North Church Street,Bowling
Green, Ohio at 7:00 p.m. on the above date.The letter ofapplication and drawing is available for inspection
at the PlanningDepartment at the above address. VARIANCE REQUESTS Battery
Wholesale, proposed to be on property in front of 1234 NorthMain Street, has requested a variance of 2.5′ to
allow the constructionof a detention pond that will encroach 12.5′ into the 15′ required sideyard setback on
the north.Ken Hicks, authorized agent for Tireman,has requested the following variances to allow the
construction of anew building at 999 South Main Street:1. A variance for 11
parking spaces to be located within the 25′ front yard setback, 2. A variance
of 13 parking spaces, to provide 40 spaces instead of the required 53 parking spaces,
3. A variance for the parking along the front (western) property line tobe
located 4.91′ from the property line, where a 5′ setback is required,4. A
variance of 5′ for the parking along the side (northern) property line, where a 5′ setback is required,
5.A variance to not provide the required screening between the parkingand the
property to the north that is zoned R-3 Multiple-familyresidential, 6. A
variance for the parking along the rear(eastern) property line to be located 4.53′ from the property
line,where a 5′ setback is required, and 7. A variance to reduce thenumber of
required shade trees for parking to be planted to 5, ratherthan the requirement of 1 tree per 5 parking
spaces, which would be 11trees based on 40 parking spaces. LOBBY VISITATION
Dec. 27, ’13


YEAR-END MEETING The Portage Township Trustees will
hold their year-end meeting on Monday, December 30, 2013 at 7:00am at the
township hall at the corner of Huffman & Mermill Roads.Janet
Shaffer,Fiscal OfficerPortage TownshipDec. 27, ’13


No posts to display