NOTICE TO BIDDERS
The Village of St. Henry will receive sealed bids for the North Park Court Improvements project.
Bids will be received at the Council Chambers of the Village of St. Henry, 121 W. Washington Street, St. Henry, OH 45883, until 11:00 a.m., May 1, 2025, at which time and place bids will be opened publicly and read aloud. Bids received after 11:00 a.m. will be returned unopened.
Bids will be received on a unit price basis as outlined in the bid documents.
The project includes the reconstruction of athletic courts including excavation, aggregate base, concrete courts, color coatings, fencing, net post systems, basketball assemblies, and other miscellaneous related items.
Bids must be signed and submitted on the separate bidding forms included in the Bidding Documents, sealed in the provided envelope, and shall be accompanied by either a Bid Guaranty Bond in the amount of 100% of the Bid amount or by a certified check, cashier's check, or letter of credit on a solvent bank in the amount of not less than 10% of the amount of the Bid, subject to conditions provided in the Instructions to Bidders. Bid security, furnished in Bond form, shall be issued by a Surety Company or Corporation licensed in the State of Ohio to provide said surety. The successful Bidder will be required to furnish a satisfactory Performance Bond in the amount of 100% of the Bid.
State of Ohio Fund 7031 or 7035 monies are being used to assist construction, relevant state requirements shall apply. Attention of bidders is called to all of the requirements contained in this bid packet, particularly to the State of Ohio prevailing wage rates, various insurance requirements, and other provisions.
The Bidding Documents, which include Drawings, Specifications and blank bid forms, may be examined and obtained at the office of Access Engineering Solutions, LLC., 1200 Irmscher Boulevard, Suite B., Celina, OH 45822. Bidders may obtain copies of the documents with the cost of $25.00 for electronic copy and $75.00 for paper copy. The paper documents may be shipped at the Bidder's expense for an additional $15.00 shipping fee. Non-refundable checks are to be payable to Access Engineering Solutions, LLC. BIDS WILL ONLY BE ACCEPTED FROM BIDDERS LISTED ON THE ENGINEER'S OFFICIAL LIST OF PLAN HOLDERS.
This notice to bidders is posted on the Village of St. Henry's internet site on the World Wide Web, and can be located at https://vil.saint-henry.oh.us.
The Owner reserves the right to reject each and every bid and to waive informalities, irregularities and errors in the bidding to the extent permitted by law.
No bidder may withdraw his bid within 60 days after the actual date of the opening thereof.
89-C
PUBLIC NOTICE
WSU-231127 Wright State University Lake Campus Dwyer Hall AHU- 3 Replacement Project for Wright State University Lake Campus located at 7600 Lake Campus Drive, Celina, OH 45822. All interested Bidders are strongly encouraged to attend the Pre-Bid meeting on April 9, 2025 at 1:00 p.m. (site visit to follow) Meeting location: 7600 Lake Campus Drive, Celina, OH 45822. Dwyer Hall Room 102. Bids will be due on April 22, 2025 no later than 3:30 p.m. This project is estimated at a cost of $585,000.00 for General Base Bid. The Project Documents may be downloaded as PDF files from the State's electronic bidding service at https://bidexpress.com at no charge, registration is required. Submit Bids through the State's electronic bidding system at https://bidexpress.com for the following: WSU-231127 Wright State University Lake Campus Dwyer Hall AHU-3 Replacement Project, in accordance with the Contract Documents prepared by Fanning Howey Engineers, located at 128 West Market St. Celina, OH 45822. Phone: 419-586-7771. Contact: Mark Hopf, P.E. mhopf@fhai.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. Prevailing Wage rates and Equal Employment Opportunity requirements are applicable to this Project. The EDGE Participation Goal for the Project is 5.0 percent. Bid tabulations will be posted no later than 5:00 p.m. on the day Bids are opened.
73-79-85-C
LEGAL ADVERTISEMENT
Sealed Proposals will be received by the Lakefield Airport Authority in the terminal building at Lakefield Airport at 6177 OH-219, Celina, Ohio, 45822 until 1:00 P.M. local time on Friday, April 25, 2025, and will be publicly opened and read at that place and time for the following work at Lakefield Airport in Celina, Ohio: Improve Airport Drainage.
Digital copies of the Contract Documents containing all the forms and requirements are available to prospective bidders, at no charge, from the offices of Stantec Consulting Services Inc., 1500 Lake Shore Drive, Suite 100, Columbus, Ohio 43204. Physical copies can be provided upon non-refundable payment of $75 per set. Checks are to be made payable to Stantec Consulting Services Inc. Bidders must obtain a copy of the Contract Documents from Stantec and be listed on the bid register to submit a bid on the project. An editable version of the bid portion of the Proposal form shall be provided with the Contract Documents. Bids must be submitted on the Proposal Forms contained in these Contract Documents. For additional information contact Nathan Hall at (614) 233-6705.
Bids shall be accompanied by either a combined "Bid Guaranty and Contract Bond" for 100 percent of the bid, or by a certified check, or a cashier's check issued from a solvent bank in the amount of 10 percent of the bid. If a check is submitted, a separate Contract Bond for One Hundred percent (100%) of the amount of the contract, with a satisfactory surety or sureties, will then be required from the successful bidder for the faithful performance of the work.
Work will be subject to the following federal requirements included in the Special Provisions: Civil Rights: General; Civil Rights: Title VI Assurances; Domestic Preferences for Procurement; Federal Fair Labor Standards Act (Federal Minimum Wage); Occupational Health and Safety Act of 1970; Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment; Access to Records and Reports; Buy American Preferences; Prohibition of Segregated Facilities; Tax Delinquency and Felony Convictions; Trade Restriction Certification; Veteran's Preference; Copeland "Anti-Kickback" Act; Davis Bacon Requirements; Affirmative Action Requirement; Distracted Driving; Equal Employment Opportunity (EEO); Procurement of Recovered Materials; Termination of Contract; Debarment and Suspension; Contract Work Hours and Safety Standards Act Requirements; Lobbying and Influencing Federal Employees; Clean Air and Water Pollution Control; Breach of Contract Terms; Disadvantaged Business Enterprises; and Safety and General Construction Requirements. Additional information on applicability of these regulations is contained in the Contract Documents.
Attention of the bidder is called to the statutory requirements of the State of Ohio relative to licensing of corporations organized under the laws of any other state.
Title VI Solicitation Notice. (Source: Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally-Assisted Programs at the Federal Aviation Administration). The Lakefield Airport Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
Award of work, if it is awarded, will be made to the lowest and best bidder whose proposal complies with all requirements prescribed. The right is reserved to waive any informalities or technical defects, as the interests of the Lakefield Airport Authority may require, or to reject any or all proposals. No award will be made if it exceeds the Engineer's Estimate by more than 20 percent.
By: Lakefield Airport Authority
78-84-C
PUBLIC NOTICE
WSU-231127 Wright State University Lake Campus Dwyer Hall AHU- 3 Replacement Project for Wright State University Lake Campus located at 7600 Lake Campus Drive, Celina, OH 45822. All interested Bidders are strongly encouraged to attend the Pre-Bid meeting on April 9, 2025 at 1:00 p.m. (site visit to follow) Meeting location: 7600 Lake Campus Drive, Celina, OH 45822. Dwyer Hall Room 102. Bids will be due on April 22, 2025 no later than 3:30 p.m. This project is estimated at a cost of $585,000.00 for General Base Bid. The Project Documents may be downloaded as PDF files from the State's electronic bidding service at https://bidexpress.com at no charge, registration is required. Submit Bids through the State's electronic bidding system at https://bidexpress.com for the following: WSU-231127 Wright State University Lake Campus Dwyer Hall AHU-3 Replacement Project, in accordance with the Contract Documents prepared by Fanning Howey Engineers, located at 128 West Market St. Celina, OH 45822. Phone: 419-586-7771. Contact: Mark Hopf, P.E. mhopf@fhai.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. Prevailing Wage rates and Equal Employment Opportunity requirements are applicable to this Project. The EDGE Participation Goal for the Project is 5.0 percent. Bid tabulations will be posted no later than 5:00 p.m. on the day Bids are opened.
73-79-85-C
LEGAL ADVERTISEMENT
Sealed Proposals will be received by the Lakefield Airport Authority in the terminal building at Lakefield Airport at 6177 OH-219, Celina, Ohio, 45822 until 1:00 P.M. local time on Friday, April 25, 2025, and will be publicly opened and read at that place and time for the following work at Lakefield Airport in Celina, Ohio: Improve Airport Drainage.
Digital copies of the Contract Documents containing all the forms and requirements are available to prospective bidders, at no charge, from the offices of Stantec Consulting Services Inc., 1500 Lake Shore Drive, Suite 100, Columbus, Ohio 43204. Physical copies can be provided upon non-refundable payment of $75 per set. Checks are to be made payable to Stantec Consulting Services Inc. Bidders must obtain a copy of the Contract Documents from Stantec and be listed on the bid register to submit a bid on the project. An editable version of the bid portion of the Proposal form shall be provided with the Contract Documents. Bids must be submitted on the Proposal Forms contained in these Contract Documents. For additional information contact Nathan Hall at (614) 233-6705.
Bids shall be accompanied by either a combined "Bid Guaranty and Contract Bond" for 100 percent of the bid, or by a certified check, or a cashier's check issued from a solvent bank in the amount of 10 percent of the bid. If a check is submitted, a separate Contract Bond for One Hundred percent (100%) of the amount of the contract, with a satisfactory surety or sureties, will then be required from the successful bidder for the faithful performance of the work.
Work will be subject to the following federal requirements included in the Special Provisions: Civil Rights: General; Civil Rights: Title VI Assurances; Domestic Preferences for Procurement; Federal Fair Labor Standards Act (Federal Minimum Wage); Occupational Health and Safety Act of 1970; Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment; Access to Records and Reports; Buy American Preferences; Prohibition of Segregated Facilities; Tax Delinquency and Felony Convictions; Trade Restriction Certification; Veteran's Preference; Copeland "Anti-Kickback" Act; Davis Bacon Requirements; Affirmative Action Requirement; Distracted Driving; Equal Employment Opportunity (EEO); Procurement of Recovered Materials; Termination of Contract; Debarment and Suspension; Contract Work Hours and Safety Standards Act Requirements; Lobbying and Influencing Federal Employees; Clean Air and Water Pollution Control; Breach of Contract Terms; Disadvantaged Business Enterprises; and Safety and General Construction Requirements. Additional information on applicability of these regulations is contained in the Contract Documents.
Attention of the bidder is called to the statutory requirements of the State of Ohio relative to licensing of corporations organized under the laws of any other state.
Title VI Solicitation Notice. (Source: Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally-Assisted Programs at the Federal Aviation Administration). The Lakefield Airport Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
Award of work, if it is awarded, will be made to the lowest and best bidder whose proposal complies with all requirements prescribed. The right is reserved to waive any informalities or technical defects, as the interests of the Lakefield Airport Authority may require, or to reject any or all proposals. No award will be made if it exceeds the Engineer's Estimate by more than 20 percent.
By: Lakefield Airport Authority
78-84-C
NOTICE TO BIDDERS
The Grand Lake St. Marys Lake Facilities Authority will receive sealed bids for the constructioqn of the Redwing Nature Preserve Wetlands. The site is located in St. Marys Township, Section 05, Auglaize County, Ohio on the south side of State Route 703, approximately 0.25 miles east of the Grand Lake St. Marys State Park entrance.
Bids will be received in the office of the Mercer County Commissioners located at 220 W. Livingston Street, Rm. A201, Celina, OH 45822 until 11:00 a.m. (local time), April 17, 2025, at which time and place bids will be opened publicly and read aloud. Bids received after 11:00 a.m. (local time) will be returned unopened.
Bids will be received on a unit price basis as outlined in the bid documents.
Bids must be signed and submitted on the separate bidding forms included in the Bidding Documents, sealed, and shall be accompanied by either a Bid Guaranty Bond in the amount of 100% of the Bid amount or by a certified check, cashier's check, or letter of credit on a solvent bank in the amount of not less than 10% of the amount of the Bid, subject to conditions provided in the Instructions to Bidders. Bid security, furnished in Bond form, shall be issued by a Surety Company or Corporation licensed in the State of Ohio to provide said surety. The successful Bidder(s) will be required to furnish a satisfactory Performance Bond in the amount of 100% of the Bid.
Attention of bidders is called to all of the requirements contained in this bid packet, particularly to the State of Ohio prevailing wage rates, various insurance requirements and other provisions.
The Bidding Documents, which include Drawings, Specifications and blank bid forms, may be examined and obtained at the office of Mercer County Community & Economic Development, 101 N. Main St., Room 102, Celina, OH 45822. These documents will be shipped at the Bidder's expense for a shipping fee. BIDS WILL ONLY BE ACCEPTED FROM BIDDERS LISTED ON THE ENGINEER'S OFFICIAL LIST OF PLAN HOLDERS.
The Grand Lake St. Marys Lake Facilities Authority reserves the right to reject any and all bids and to waive any irregularities when the same are to the Grand Lake St. Marys Lake Facilities Authority's advantage. Alternate A will be evaluated as part of the bid reviews and may or may not be included in the final contract.
No bidder may withdraw his bid within 60 days after the actual date of the opening thereof.
This notice is posted on the Board of Mercer County Commissioners web site. Notice can be accessed at: www.mercercountyohio.org/elected-officials/commissioners/rfq/
By Order of the Mercer County Commissioners
Kim Everman, Administrator
71-77-C
PUBLIC NOTICE
WSU-231127 Wright State University Lake Campus Dwyer Hall AHU- 3 Replacement Project for Wright State University Lake Campus located at 7600 Lake Campus Drive, Celina, OH 45822. All interested Bidders are strongly encouraged to attend the Pre-Bid meeting on April 9, 2025 at 1:00 p.m. (site visit to follow) Meeting location: 7600 Lake Campus Drive, Celina, OH 45822. Dwyer Hall Room 102. Bids will be due on April 22, 2025 no later than 3:30 p.m. This project is estimated at a cost of $585,000.00 for General Base Bid. The Project Documents may be downloaded as PDF files from the State's electronic bidding service at https://bidexpress.com at no charge, registration is required. Submit Bids through the State's electronic bidding system at https://bidexpress.com for the following: WSU-231127 Wright State University Lake Campus Dwyer Hall AHU-3 Replacement Project, in accordance with the Contract Documents prepared by Fanning Howey Engineers, located at 128 West Market St. Celina, OH 45822. Phone: 419-586-7771. Contact: Mark Hopf, P.E. mhopf@fhai.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. Prevailing Wage rates and Equal Employment Opportunity requirements are applicable to this Project. The EDGE Participation Goal for the Project is 5.0 percent. Bid tabulations will be posted no later than 5:00 p.m. on the day Bids are opened.
73-79-85-C
NOTICE TO BIDDERS
The Grand Lake St. Marys Lake Facilities Authority will receive sealed bids for the constructioqn of the Redwing Nature Preserve Wetlands. The site is located in St. Marys Township, Section 05, Auglaize County, Ohio on the south side of State Route 703, approximately 0.25 miles east of the Grand Lake St. Marys State Park entrance.
Bids will be received in the office of the Mercer County Commissioners located at 220 W. Livingston Street, Rm. A201, Celina, OH 45822 until 11:00 a.m. (local time), April 17, 2025, at which time and place bids will be opened publicly and read aloud. Bids received after 11:00 a.m. (local time) will be returned unopened.
Bids will be received on a unit price basis as outlined in the bid documents.
Bids must be signed and submitted on the separate bidding forms included in the Bidding Documents, sealed, and shall be accompanied by either a Bid Guaranty Bond in the amount of 100% of the Bid amount or by a certified check, cashier's check, or letter of credit on a solvent bank in the amount of not less than 10% of the amount of the Bid, subject to conditions provided in the Instructions to Bidders. Bid security, furnished in Bond form, shall be issued by a Surety Company or Corporation licensed in the State of Ohio to provide said surety. The successful Bidder(s) will be required to furnish a satisfactory Performance Bond in the amount of 100% of the Bid.
Attention of bidders is called to all of the requirements contained in this bid packet, particularly to the State of Ohio prevailing wage rates, various insurance requirements and other provisions.
The Bidding Documents, which include Drawings, Specifications and blank bid forms, may be examined and obtained at the office of Mercer County Community & Economic Development, 101 N. Main St., Room 102, Celina, OH 45822. These documents will be shipped at the Bidder's expense for a shipping fee. BIDS WILL ONLY BE ACCEPTED FROM BIDDERS LISTED ON THE ENGINEER'S OFFICIAL LIST OF PLAN HOLDERS.
The Grand Lake St. Marys Lake Facilities Authority reserves the right to reject any and all bids and to waive any irregularities when the same are to the Grand Lake St. Marys Lake Facilities Authority's advantage. Alternate A will be evaluated as part of the bid reviews and may or may not be included in the final contract.
No bidder may withdraw his bid within 60 days after the actual date of the opening thereof.
This notice is posted on the Board of Mercer County Commissioners web site. Notice can be accessed at: www.mercercountyohio.org/elected-officials/commissioners/rfq/
By Order of the Mercer County Commissioners
Kim Everman, Administrator
71-77-C
NOTICE TO BIDDERS
The Village of Rockford, will receive sealed bids for the construction of the Shanes Crossing Subdivision Phase Two project located within the Village of Rockford, Ohio.
Bids will be received at the Village of Rockford, 151 E. Columbia Street, Rockford, OH 45882, until 11:00 a.m., April 2, 2025, at which time and place bids will be opened publicly and read aloud. Bids received after 11:00 a.m. will be returned unopened.
Bids will be received on a unit price basis as outlined in the bid documents:
The project includes the extension of various streets and utilities for the next phase of a residential subdivision located on village owned property.
Bids must be signed and submitted on the separate bidding forms included in the Bidding Documents, sealed in the provided envelope, and shall be accompanied by either a Bid Guaranty Bond in the amount of 100% of the Bid amount or by a certified check, cashier's check, or letter of credit on a solvent bank in the amount of not less than 10% of the amount of the Bid, subject to conditions provided in the Instructions to Bidders. Bid security, furnished in Bond form, shall be issued by a Surety Company or Corporation licensed in the State of Ohio to provide said surety. The successful Bidder will be required to furnish a satisfactory Performance Bond in the amount of 100% of the Bid.
Attention of bidders is called to all of the requirements contained in this bid packet, particularly to the State of Ohio prevailing wage rates, various insurance requirements and various equal employment opportunity provisions.
The Bidding Documents, which include Drawings, Specifications and blank bid forms, may be examined and obtained at the office of Access Engineering Solutions, LLC., 1200 Irmscher Boulevard, Suite B., Celina, Ohio, 45822. Bidders may obtain copies of the documents, with the cost of $25.00 for an electronic copy and $75.00 for a paper copy. The paper documents may be shipped at the Bidder's expense for an additional $15.00 shipping fee. Non-refundable checks are to be payable to Access Engineering Solutions, LLC. BIDS WILL ONLY BE ACCEPTED FROM BIDDERS LISTED ON THE ENGINE ER'S OFFICIAL LIST OF PLAN HOLDERS.
This notice to bidders is posted on the Village of Rockford's internet site on the World Wide Web, and can be located at www.rockfordalive.com/village-of-rockford.
The Owner reserves the right to reject each and every bid and to waive informalities, irregularities and errors in the bidding to the extent permitted by law.
No bidder may withdraw his bid within 60 days after the actual date of the opening thereof.
64-C
NOTICE TO BIDDERS
The City of Celina will receive sealed bids for the construction of the Westview Park Restroom project. Bids will be received at the office of the City of Celina, 225 N. Main Street, Celina, OH, until 11:00 a.m. March 20, 2025, at which time and place bids will be opened publicly and read aloud. Bids received after 11:00 a.m. will be returned unopened.
Bids will be received on a lump sum basis as outlined in the bid documents.
The project involves the construction of a 750 square foot block restroom building with a metal roof, and includes electrical, plumbing, HVAC and other related items.
Bids must be signed and submitted on the separate bidding forms included in the Bidding Documents, sealed in the provided envelope, and shall be accompanied by either a Bid Guaranty Bond in the amount of 100% of the Bid amount or by a certified check, cashier's check, or letter of credit on a solvent bank in the amount of not less than 10% of the amount of the Bid, subject to conditions provided in the Instructions to Bidders. Bid security, furnished in Bond form, shall be issued by a Surety Company or Corporation licensed in the State of Ohio to provide said surety. The successful Bidder will be required to furnish a satisfactory Performance Bond in the amount of 100% of the Bid.
Attention of bidders is called to all of the requirements contained in this bid packet, particularly to the State of Ohio prevailing wage rates, various insurance requirements, and various equal employment opportunity provisions.
The Bidding Documents, which include Drawings, Specifications and blank bid forms, may be examined and obtained at the office of Access Engineering Solutions, LLC., 1200 Irmscher Boulevard, Suite B, Celina, OH, 45822. Bidders may obtain copies of the documents with the cost of $25.00 for an electronic copy and $50.00 for a paper copy. The paper documents may be shipped at the Bidder's expense for an additional $15.00 shipping fee. Non-refundable checks are to be payable to Access Engineering Solutions, LLC. BIDS WILL ONLY BE ACCEPTED FROM BIDDERS LISTED ON THE ENGINEER'S OFFICIAL LIST OF PLAN HOLDERS.
The Owner reserves the right to reject each and every bid and to waive informalities, irregularities and errors in the bidding to the extent permitted by law.
No bidder may withdraw his bid within 60 days after the actual date of the opening thereof.
47-53-C