Legals: 02-07-11

001 LEGAL
INVITATION TO BID SEALED BIDS will be received at the City of
Bowling Green, City Administrative Services Building, 304 North Church Street,
Bowling Green, Ohio until: TUESDAY, FEBRUARY 22,
2011
2:00 PM
LOCAL TIME for the furnishing and delivery on a unit price basis, the
following materials: WIRE AND CABLE POLE-TYPE
TRANSFORMERS – SINGLE PHASE
PAD-MOUNTED TRANSFORMERS –
SINGLE PHASE
& THREE PHASE WOODEN POLES & CROSS
ARMS
PRIMARY METERING
CABINETS PAD MOUNTED PRIMARY
SWITCHING CABINETS
STREET
LIGHTS LAMPS PHOTO
CELLS
All bids shall be signed and
submitted on the Bid Forms which are provided in the specifications. Bid blanks
shall not be removed from the specifications. Bids shall state the unit price on
the blanks provided therefore, and shall be enclosed in a sealed envelope marked
with the name and address of the bidder, and the caption”SEALED BID
– ELECTRIC INVENTORY”; must contain the name of each and every company
interested in the enclosed sealed bid; and be accompanied by a properly executed
Non-Collusion Affidavit. Successful 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 ten percent (10%) of the total bid amount, payable
to the City of Bowling, 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. Fax
transmittals of bids or bid bonds will not be accepted. Bonds and checks of
unsuccessful bidders will be returned within ten (10) days after the entering
into a contract between the City and the successful bidder. Bid documents are
available at the Director of Utilities Office, 304 North Church Street, Bowling
Green, Ohio. Phone 419-354-6246. 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. By order of the City of Bowling Green under the authority of City
Ordinance #8038. CITY OF BOWLING GREEN, OHIO 304 North Church
Street Bowling Green, Ohio 43402 Jan. 31, Feb. 7, ’11


PUBLICATION OF NOTICE REVISED
CODE
SEC. 2115.16 To all persons interested in the Estate of
Bonnie M. Hoffmann, Deceased, Wood
County Probate Court, Case No. 20101528. The fiduciary in the estate has filed
an inventory without appraisal of his trust. A hearing on the inventory without
appraisal will be March 4, 2011, at 10:00 o’clock A.M. in the court. The court
is located on the second floor in the Wood County Courthouse, One Courthouse
Square, Bowling Green, Ohio. Any person desiring to file exceptions to said
inventory must file them at least five days prior to the day set for hearing.
DAVID E. WOESSNER, Probate Judge/Clerk By: Sue Peery, Deputy Clerk (SEAL) Feb.
7, 14, ’11


NOTICE TO BIDDERS STATE OF OHIO
DEPARTMENT OF TRANSPORTATION
Columbus, Ohio Office of Contracts
Legal
Copy Number: 110135 Sealed proposals will be
accepted from
pre-qualified bidders at the ODOT Office of Contracts until 10:00 a.m. on March
10, 2011. Project 110135 is located in Wood County, SR-199-15.80 and is a TWO
LANE RESURFACING project. The date set for completion of this work shall be as
set forth in the bidding proposal. Plans and Specifications are on file in the
Department of Transportation. Feb. 7, 14, ’11


NOTICE TO BIDDERS STATE OF OHIO
DEPARTMENT OF TRANSPORTATION
Columbus, Ohio Office of Contracts
Legal Copy Number: 110136 Sealed proposals
will be accepted from
pre-qualified bidders at the ODOT Office of Contracts until 10:00 a.m. on March
10, 2011. Project 110136 is located in Wood County, SR-25-10.55 and is a MAJOR
WIDENING project. The date set for completion of this work shall be as set forth
in the bidding proposal. Plans and Specifications are on file in the Department
of Transportation. Feb. 7, 14, ’11


PUBLIC NOTICE The Troy Township Zoning Commission will hold a
public meeting on Thursday, February 17, 2011, at 7 PM at The Troy Township Fire
Hall located at 311 Krotzer Ave., Luckey, OH. The purpose of this meeting is to
begin writing resolutions regarding Wind Turbines and Outdoor Wood Burners in
Troy Township. Earl Hagg, Chairman Troy Township Zoning Commission Feb. 7, ’11


INVITATION TO BID Sealed bids will be received by: Owens
Community College Administration Hall Building, Room #112 Office of the
Executive Vice President/CFO 30335 Oregon Road Perrysburg, OH 43551 for the
following Project: Bid No. OTC01-2011-CH-CRU-C Phase C Computer Room & IT
Offices College Hall Building Owens Community College Perrysburg, Ohio, Wood
County in accordance with the Contract Documents prepared by: JDRM Engineering,
Inc. 5604 N. Main Street, Suite 200 Sylvania, OH 43560 419-824-2400 – Telephone
419-824-2409 – Fax Mechanical Contact: Al King ([email protected])
Electrical Contact: Jim Duncan ([email protected] Architectural Contact:
Ben Hoffmann (b.hoffmann@ vetterdesigngroup.com) Bidders may
submit requests for consideration of a proposed Substitution for a specified
product, equipment, or service to the Architect/Engineer (“A/E”) no later than
10 days prior to the bid opening. Additional products, equipment, and services
may be accepted as approved Substitutions only by written Addendum. From time to
time, the State Architect’s Office issues new editions of the “State of Ohio
Standard Requirements for Public Facility Construction” and may issue interim
changes. Bidders must submit Bids that comply with the version of the Standard
Requirements included in the Contract Documents. Prevailing wage rates and Equal
Employment Opportunity Requirements are applicable to this Project. The EDGE
Participation although not required at this time, is strongly encouraged. 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 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 OHIO REVISED

CODE SECTION 153.011 APPLY TO THIS PROJECT. COPIES OF OHIO REVISED CODE
SECTION

153.011 CAN BE OBTAINED FROM ANY OF THE OFFICES OF THE OHIO DEPARTMENT OF

ADMINISTRATIVE SERVICES. Bidders are 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
6.1.10 of the Instructions to Bidders. Separate bids will be received for:
Trade Estimate General
Trades
Contract $42,000.00
Mechanical Trades Contract
$245,000.00 Electrical Trades
Contract $253,000.00 Alternate E-1
$1,000.00 Alternate E-2 $1,000.00 Alternate E-3 $1,000.00 Alternate E-4
$3,000.00 Alternate E-5 $3,000.00 Alternate E-6 $2,000.00 Alternate E-7
$3,000.00 Alternate E-8 $1,000.00 Alternate E-9 $2,000.00 Alternate E-10
$2,000.00 Alternate E-11 $2,000.00 Alternate E-12 $2,000.00 Alternate E-13
$3,000.00 Alternate E-14 $3,000.00 Alternate E-15 $3,000.00 Alternate E-16
$3,000.00 Alternate E-17 $3,000.00 Alternate E-18 $3,000.00 Alternate E-19
$3,000.00 Alternate E-20 $3,000.00 Alternate E-21 $4,000.00 Alternate E-22
$12,000.00 Alternate E-23 $12,000.00 Alternate E-24 $17,000.00 Alternate E-25
$51,000.00 Bids will be received in Administration Hall, Room 112, Office

of Executive Vice President/CFO, until Wednesday, February 23, 2011, at
10:00 a.m., when all Bids will be opened and read aloud in
College
Hall, Room 161. All Bidders are strongly encouraged to attend the Pre-Bid

Meeting on Wednesday, February 16, 2011, at 10:00
a.m.
at the
following location: College Hall, Room 113. The Electrical Contractor is
the Lead Contractor for the Project and is the Contractor responsible for
scheduling the Project, coordinating the Contractors, and providing other
services identified in the Contract Documents. The Contract Documents are
available for purchase from Toledo Blueprint, 6964 McNerney Drive, Northwood,
Ohio, 43619, Phone: 419-661-9841, Fax: 419-661-9853, E-Mail:
prints@toledo blue.com at the non-refundable cost of $55.00 per set, plus
shipping, if requested. The Contract Documents may be reviewed
for bidding purposes without charge during business hours at the office of JDRM
Engineering and the following locations: The Builder’s Exchange, Inc.
(Toledo) 5555 Airport Highway, Suite 140 Toledo, Ohio 43615 Phone: (419)
865-3833 Ext. 201 Fax: (419) 865-8014 Contact: Sarah Skiver [PDF] E-mail:
[email protected] Web site: www.bxohio.com McGraw-Hill
Construction/Dodge at the Builder’s Exchange of Central Ohio 1175
Dublin Road Columbus, Ohio 43215 Phone: (614) 486-6575 Fax: (614) 486-0544
Contact: Puna Johnson [PDF] E-mail: Dodge_ReocMW@ mcgraw-hill.com Web site:
www.dodge. construction.com Toledo MBAP Toledo Regional Chamber of
Commerce 300 Madison Avenue, Suite 200 Toledo, Ohio 43606 Phone: (419) 243-8191,
Ext. 267 Fax: (419) 241-8302 Contact: Erik Johnson [PDF] E-Mail: erik.johnson@
toledochamber.com Web site: www.toledochamber.com Jan. 31, Feb. 7, 14, ’11


001 LEGAL
INVITATION TO BID SEALED BIDS will be received at the City of
Bowling Green, City Administrative Services Building, 304 North Church Street,
Bowling Green, Ohio until: TUESDAY, FEBRUARY 22,
2011
2:00 PM
LOCAL TIME for the furnishing and delivery on a unit price basis, the
following materials: WIRE AND CABLE POLE-TYPE
TRANSFORMERS – SINGLE PHASE
PAD-MOUNTED TRANSFORMERS –
SINGLE PHASE
& THREE PHASE WOODEN POLES & CROSS
ARMS
PRIMARY METERING
CABINETS PAD MOUNTED PRIMARY
SWITCHING CABINETS
STREET
LIGHTS LAMPS PHOTO
CELLS
All bids shall be signed and
submitted on the Bid Forms which are provided in the specifications. Bid blanks
shall not be removed from the specifications. Bids shall state the unit price on
the blanks provided therefore, and shall be enclosed in a sealed envelope marked
with the name and address of the bidder, and the caption”SEALED BID
– ELECTRIC INVENTORY”; must contain the name of each and every company
interested in the enclosed sealed bid; and be accompanied by a properly executed
Non-Collusion Affidavit. Successful 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 ten percent (10%) of the total bid amount, payable
to the City of Bowling, 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. Fax
transmittals of bids or bid bonds will not be accepted. Bonds and checks of
unsuccessful bidders will be returned within ten (10) days after the entering
into a contract between the City and the successful bidder. Bid documents are
available at the Director of Utilities Office, 304 North Church Street, Bowling
Green, Ohio. Phone 419-354-6246. 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. By order of the City of Bowling Green under the authority of City
Ordinance #8038. CITY OF BOWLING GREEN, OHIO 304 North Church
Street Bowling Green, Ohio 43402 Jan. 31, Feb. 7, ’11


PUBLICATION OF NOTICE REVISED
CODE
SEC. 2115.16 To all persons interested in the Estate of
Bonnie M. Hoffmann, Deceased, Wood
County Probate Court, Case No. 20101528. The fiduciary in the estate has filed
an inventory without appraisal of his trust. A hearing on the inventory without
appraisal will be March 4, 2011, at 10:00 o’clock A.M. in the court. The court
is located on the second floor in the Wood County Courthouse, One Courthouse
Square, Bowling Green, Ohio. Any person desiring to file exceptions to said
inventory must file them at least five days prior to the day set for hearing.
DAVID E. WOESSNER, Probate Judge/Clerk By: Sue Peery, Deputy Clerk (SEAL) Feb.
7, 14, ’11


NOTICE TO BIDDERS STATE OF OHIO
DEPARTMENT OF TRANSPORTATION
Columbus, Ohio Office of Contracts
Legal
Copy Number: 110135 Sealed proposals will be
accepted from
pre-qualified bidders at the ODOT Office of Contracts until 10:00 a.m. on March
10, 2011. Project 110135 is located in Wood County, SR-199-15.80 and is a TWO
LANE RESURFACING project. The date set for completion of this work shall be as
set forth in the bidding proposal. Plans and Specifications are on file in the
Department of Transportation. Feb. 7, 14, ’11


NOTICE TO BIDDERS STATE OF OHIO
DEPARTMENT OF TRANSPORTATION
Columbus, Ohio Office of Contracts
Legal Copy Number: 110136 Sealed proposals
will be accepted from
pre-qualified bidders at the ODOT Office of Contracts until 10:00 a.m. on March
10, 2011. Project 110136 is located in Wood County, SR-25-10.55 and is a MAJOR
WIDENING project. The date set for completion of this work shall be as set forth
in the bidding proposal. Plans and Specifications are on file in the Department
of Transportation. Feb. 7, 14, ’11


PUBLIC NOTICE The Troy Township Zoning Commission will hold a
public meeting on Thursday, February 17, 2011, at 7 PM at The Troy Township Fire
Hall located at 311 Krotzer Ave., Luckey, OH. The purpose of this meeting is to
begin writing resolutions regarding Wind Turbines and Outdoor Wood Burners in
Troy Township. Earl Hagg, Chairman Troy Township Zoning Commission Feb. 7, ’11


INVITATION TO BID Sealed bids will be received by: Owens
Community College Administration Hall Building, Room #112 Office of the
Executive Vice President/CFO 30335 Oregon Road Perrysburg, OH 43551 for the
following Project: Bid No. OTC01-2011-CH-CRU-C Phase C Computer Room & IT
Offices College Hall Building Owens Community College Perrysburg, Ohio, Wood
County in accordance with the Contract Documents prepared by: JDRM Engineering,
Inc. 5604 N. Main Street, Suite 200 Sylvania, OH 43560 419-824-2400 – Telephone
419-824-2409 – Fax Mechanical Contact: Al King ([email protected])
Electrical Contact: Jim Duncan ([email protected] Architectural Contact:
Ben Hoffmann (b.hoffmann@ vetterdesigngroup.com) Bidders may
submit requests for consideration of a proposed Substitution for a specified
product, equipment, or service to the Architect/Engineer (“A/E”) no later than
10 days prior to the bid opening. Additional products, equipment, and services
may be accepted as approved Substitutions only by written Addendum. From time to
time, the State Architect’s Office issues new editions of the “State of Ohio
Standard Requirements for Public Facility Construction” and may issue interim
changes. Bidders must submit Bids that comply with the version of the Standard
Requirements included in the Contract Documents. Prevailing wage rates and Equal
Employment Opportunity Requirements are applicable to this Project. The EDGE
Participation although not required at this time, is strongly encouraged. 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 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 OHIO REVISED

CODE SECTION 153.011 APPLY TO THIS PROJECT. COPIES OF OHIO REVISED CODE
SECTION

153.011 CAN BE OBTAINED FROM ANY OF THE OFFICES OF THE OHIO DEPARTMENT OF

ADMINISTRATIVE SERVICES. Bidders are 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
6.1.10 of the Instructions to Bidders. Separate bids will be received for:
Trade Estimate General
Trades
Contract $42,000.00
Mechanical Trades Contract
$245,000.00 Electrical Trades
Contract $253,000.00 Alternate E-1
$1,000.00 Alternate E-2 $1,000.00 Alternate E-3 $1,000.00 Alternate E-4
$3,000.00 Alternate E-5 $3,000.00 Alternate E-6 $2,000.00 Alternate E-7
$3,000.00 Alternate E-8 $1,000.00 Alternate E-9 $2,000.00 Alternate E-10
$2,000.00 Alternate E-11 $2,000.00 Alternate E-12 $2,000.00 Alternate E-13
$3,000.00 Alternate E-14 $3,000.00 Alternate E-15 $3,000.00 Alternate E-16
$3,000.00 Alternate E-17 $3,000.00 Alternate E-18 $3,000.00 Alternate E-19
$3,000.00 Alternate E-20 $3,000.00 Alternate E-21 $4,000.00 Alternate E-22
$12,000.00 Alternate E-23 $12,000.00 Alternate E-24 $17,000.00 Alternate E-25
$51,000.00 Bids will be received in Administration Hall, Room 112, Office

of Executive Vice President/CFO, until Wednesday, February 23, 2011, at
10:00 a.m., when all Bids will be opened and read aloud in
College
Hall, Room 161. All Bidders are strongly encouraged to attend the Pre-Bid

Meeting on Wednesday, February 16, 2011, at 10:00
a.m.
at the
following location: College Hall, Room 113. The Electrical Contractor is
the Lead Contractor for the Project and is the Contractor responsible for
scheduling the Project, coordinating the Contractors, and providing other
services identified in the Contract Documents. The Contract Documents are
available for purchase from Toledo Blueprint, 6964 McNerney Drive, Northwood,
Ohio, 43619, Phone: 419-661-9841, Fax: 419-661-9853, E-Mail:
prints@toledo blue.com at the non-refundable cost of $55.00 per set, plus
shipping, if requested. The Contract Documents may be reviewed
for bidding purposes without charge during business hours at the office of JDRM
Engineering and the following locations: The Builder’s Exchange, Inc.
(Toledo) 5555 Airport Highway, Suite 140 Toledo, Ohio 43615 Phone: (419)
865-3833 Ext. 201 Fax: (419) 865-8014 Contact: Sarah Skiver [PDF] E-mail:
[email protected] Web site: www.bxohio.com McGraw-Hill
Construction/Dodge at the Builder’s Exchange of Central Ohio 1175
Dublin Road Columbus, Ohio 43215 Phone: (614) 486-6575 Fax: (614) 486-0544
Contact: Puna Johnson [PDF] E-mail: Dodge_ReocMW@ mcgraw-hill.com Web site:
www.dodge. construction.com Toledo MBAP Toledo Regional Chamber of
Commerce 300 Madison Avenue, Suite 200 Toledo, Ohio 43606 Phone: (419) 243-8191,
Ext. 267 Fax: (419) 241-8302 Contact: Erik Johnson [PDF] E-Mail: erik.johnson@
toledochamber.com Web site: www.toledochamber.com Jan. 31, Feb. 7, 14, ’11