Legals: 10-21-14

0

001 LEGAL
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 #
6070 Project Name: Overman Hall Physics Lab Bowling Green State University Bowling Green, Wood County,
Ohio 43403 in accordance with the Contract Documents prepared by: MDA Engineering, Inc. 1415 Holland
Road Maumee, OH 43537 419.893.3141 419.893.0687 Fax Chad Goshe, P.E. [email protected] www.mdaengr.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 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 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 Section 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 http://das.ohio.gov/eod, or at its physical location: 4200 Surface Road,
Columbus, Ohio 43228-1395; or by telephone at (614) 466-8380. The Bidder may be subject to a Pre-Award
Affirmative Action Compliance Review in accordance with Section 123:2-5-01 of the Ohio Administrative
Code including a review of the Bidder’s employment records and an on-site review. The Bidder must
indicate on the Bid Form, the locations where its services will be performed in the spaces provided or
by attachment in accordance with the requirements of Executive Order 2011-12K 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 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 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 PBA September 2012 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 Section 1.6 of the General Conditions. Bidders entering into a
contract greater than $2,000,000 are required to submit their bid information into escrow. Refer to
Section 6.1.10 of the Instructions to Bidders. Separate bids will be received in duplicate for:
Contractor-Base Bid Estimate General Contract ………….$255,000.00 Alternate M-1 ……………….
$40,000.00 Alternate M-2……………….. $6,000.00 Until Friday, October 31, 2014, 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 Tuesday, October 14, 2014, at 10:00 a.m. until approximately 11:30 a.m., at the following
location: Purchasing Department, 103 Park Avenue Warehouse, Bowling Green State University, Bowling
Green, OH 43403 The Contractor is responsible for scheduling the Project, coordinating the
Subcontractors, and providing other services identified in the Contract Documents. The Contract
Documents are available for purchase from Becker Impressions., 4646 Angola Rd Toledo, OH 43615,
419.385.5303 orders@beckerimpres sions.com at the non-refundable cost of $50.00 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. Oct. 7, 14, 21, ’14
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 #
6071 FY13 Roof Replace ments – Overman Hall Bowling Green State University Bowling Green, Wood County,
Ohio 43403 in accordance with the Contract Documents prepared by: Technicon Design Group, Inc. 1800 N.
Perry Street – Suite 102 Ottawa, OH 45875 Phone No.: 419-523-5323 Fax No.: 419-523-9441 Contact Name:
Gary Ungerer Email: info@technicon designgroup.com Internet Address: www.technicondesign group.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 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 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 Section 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 http://das.ohio.gov/eod, or at its physical location: 4200 Surface Road,
Columbus, Ohio 43228-1395; or by telephone at (614) 466 8380. The Bidder may be subject to a Pre-Award
Affirmative Action Compliance Review in accordance with Section 123:2-5-01 of the Ohio Administrative
Code including a review of the Bidder’s employment records and an on-site review. The Bidder must
indicate on the Bid Form, the locations where its services will be performed in the spaces provided or
by attachment in accordance with the requirements of Executive Order 2011-12K 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 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 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 Section 1.6 of the General Conditions. Bidders entering into a contract greater
than $2,000,000 are required to submit their bid information into escrow. Refer to Section 6.1.10 of the
Instructions to Bidders. Separate bids will be received in duplicate for: Estimate Item 1: Overman Hall
– General Trade Contract $473,000.00 Until November 4, 2014 at 2:00 p.m. when all bids will be opened
and read aloud. All Bidders are strongly encouraged to attend the Pre-Bid Meeting on October 16, 2014 at
2:00 p.m. until approximately 3:30 p.m., at the following location: Purchasing Depart ment, 103 Park
Avenue Warehouse, Bowling Green State University, Bowling Green, Ohio 43403 The Contractor is
responsible 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, Phone: 419-385-5303, facsimile: 419-385-0529 and www.becker planroom.com at the
non-refundable cost of $65.00 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. Oct. 7, 14, 21, ’14
NOTICE The Village of Milton Center will be conducting the November Council meeting at 7:00 on November
18th at the town hall. Robert Mahlman Fiscal Officer Village of Milton Center Oct. 21, ’14
INVITATION TO BID SEALED BIDS for the furnishing of the necessary materials and construction of the NORTH
GROVE STREET & WEST EVERS AVENUE SEWER REPLACEMENT will be received by the City of Bowling
Green, Ohio at the office of the Director of Utilities, in the City Administrative Services Building,
304 North Church Street, until 2:00 PM DAYLIGHT SAVINGS TIME WEDNESDAY, OCTOBER 29, 2014 and at that
time and place will be publicly opened and read aloud. The proposed work consists of the construction of
approximately 1260 feet of 6-inch Sanitary Sewer, 1558 feet of 8-inch Sanitary Sewer, 344 feet of
12-inch Sanitary Sewer and 287 feet of 21-inch Sanitary Sewer including all required appurtenances and
accessories and all restoration of distributed areas as required, including all work specified herein.
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 bid documents via UPS/Fed Ex, 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—NORTH GROVE
STREET & WEST EVERS AVENUE SEWER REPLACEMENT-and addressed to the Director of Utilities, 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. The Successful Bidder will be required to submit an affidavit to the City Finance
Director that he has no delinquent personal property taxes charged against him on the general tax list
of personal property in Wood County, Ohio, at the time this Bid was submitted. Bids received after the
scheduled bid opening date and time, or not accompanied by a satisfactory bid guaranty, will neither be
read nor considered. The Successful Bidder and any and all Sub-Contractors must comply with the
provisions of the Ohio Revised Code, Chapter 4115, and will be required to enter into a separate Public
Improvement Agreement with the OWNER prior to the execution of the Contract Documents. A sample copy of
said Public Improvement is included in the Appendix. 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. Brian P. O’Connell, Director of Utilities City of Bowling Green, Ohio 304 North Church Street
Bowling Green, Ohio 43402 Oct. 14, 21, ’14
INVITATION TO BID SEALED BIDS for the CLEANING OF UNIFORMS FOR THE DEPARTMENT OF SAFETY (Police and Fire
Division) will be received by the City of Bowling Green, Ohio at the office of the Municipal
Administrator, 304 North Church Street, Bowling Green, Ohio until 2:00 P.M. EASTERN STANDARD TIME
WEDNESDAY, NOVEMBER 5, 2014 and at that time and place will be publicly opened and read aloud. Detailed
specifications for the above are on file at the office of the Municipal Administrator in the City
Administrative Services Building, 304 North Church Street, Bowling Green, Ohio, and copies thereof are
available for all interested parties. All bids must be signed and submitted on the Bid Form which is
part of the specifications. Bids must be enclosed in a sealed envelope marked—SEALED BID FOR CLEANING
AND LAUNDERING OF UNIFORMS FOR DEPARTMENT OF SAFETY (POLICE AND FIRE DIVISION)— and addressed to the
Municipal Administrator. Each bid must contain the name of every interested person, firm, or
corporation, and be accompanied by a Bid Bond or Certified Check on a solvent bank in the amount of 5%
of the bid, payable to the City of Bowling Green, to guarantee that if the bid is accepted a contract
will be entered into and its performance properly secured. Bids not accompanied by a certified check or
bond in the amount stated above, or received after the above time and date, will neither be read nor
considered. The successful bidder will be required to submit an affidavit to the City Finance Director
that he or she has no delinquent personal property taxes charged against him or her on the general tax
list of personal property in Wood County, Ohio, at the time his or her bid was submitted. The City of
Bowling Green, Ohio, reserves the right to reject any and all bids, to waive any irregularity in any
bid, and to determine the lowest and best bidder. No bidder may withdraw his or her bid for a period of
60 days after the scheduled closing time for the receipt of bids. John S. Fawcett Municipal
Administrator Oct. 21, 28, ’14

No posts to display