ADVERTISEMENT FOR BIDDERS
Sealed Bids for Phase 1: Main Lift Station Improvements, for the Village of New Knoxville, Ohio (herein called the "OWNER") will be received by the Owner at the Village Municipal Building (101 South Main Street, P.O. Box 246, New Knoxville, OH 45871) until May 28, 2025, at 2:00 p.m. (local time). Any Bids received later than the above time will be returned unopened. All Bids will be publicly opened and read aloud at that time.
The work shall include:
The demolition of approximately 38-feet of 12-inch ductile iron force main and the removal of existing concrete barriers (3). The work shall also include the installation of approximately 35-feet of 12-inch ductile iron force main, a new 12-foot by 8-foot precast valve and meter vault, new 8-inch magnetic flow meter, new wastewater combination air valve, new 8-inch and 12-inch ductile iron piping and fittings; core drilling through precast structures, a new telemetry system, electrical modifications, grading and seeding; stone driveway replacement, and bypass pumping.
Work shall be constructed under a Lump Sum Contract.
The Owner reserves the right to waive any informalities or minor defects in bids or bidding procedure, or reject any and all bids, or to accept the bid from the lowest most responsible and responsive bidder as exclusively determined by the Owner. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. No Bidder may withdraw a bid within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder determined by the Owner to be the lowest most responsible and responsive.
Submission of a signed Bid by the Bidder constitutes acknowledgment of and acceptance of all the documents and terms and conditions of the Contractual-Legal Requirements and Technical Sections of the specifications in the Project Manual.
The bid security shall be furnished in accordance with Instructions to Bidders.
The Contractor to whom the Work is awarded will be required to purchase and maintain insurance coverage as described in the Contract Documents on an "occurrence basis."
Bidder must comply with the Prevailing Wage Rates on Public Improvements in Auglaize County and the Village of New Knoxville, Ohio as determined by the Ohio Bureau of Employment Services, Wages, and Hour Division, (614) 644-2239.
Copies of the Drawings and Specifications for the Work are on file (for viewing purposes only) at the Village of New Knoxville, 101 South Main Street, P.O. Box 246, New Knoxville, OH 45871; and the Engineer's office, Wessler Engineering, 80 State Route 103, Ste. C, Bluffton, OH 45817, Telephone (419) 358-0521. All copies are distributed to Contractors and other interested parties by Wessler Engineering, Inc. (www.wesslerengineering.com/planroom/) for a non-refundable fee. A complete digital set of bidding documents is available for $25.00. A complete hard copy set of bidding documents is available for $100.00.
Neither the Owner or Engineer will be responsible for full or partial sets of bidding documents, including Addenda if any, obtained from sources other than Engineer.
An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom/. Engineer's opinion of probable construction costs: $155,000.00.
Village of New Knoxville
Larry Kellermeyer,
Village Administrator
106-C
NOTICE TO BIDDERS
The Village of St. Henry will receive sealed bids for the Various Street Repairs - 2025 Project.
Bids will be received in the Village Council Chambers, 121 W. Washington Street, St. Henry, OH 45883, until 11:00 a.m. (local time), May 29, 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 as outlined in the bid documents.
The Various Street Repairs - 2025 Project includes milling, pavement repairs, and paving of various streets within the Villages of St. Henry and Chickasaw.
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.
Each Proposal must contain the full name of the party or parties submitting the proposal and all persons interested therein. Each bidder must submit evidence of its experiences on projects of similar size and complexity.
All contractors and subcontractors involved with the project will, to the extent practicable use Ohio Products, materials, services, and labor in the implementation of their project. Additionally, contractor compliance with the equal employment opportunity requirements of Ohio Administrative Code Chapter 123 is required.
Bidders must comply with the prevailing wage rates on Public Improvements in Mercer County and the Village of St. Henry as determined by the Ohio Bureau of Employment Services, Wage and Hour Division, (614) 644-2239.
The Bidding Documents, which include Maps, 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 $50.00 for paper copy. The paper documents will 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 Access Engineering Solutions' and the Village of St. Henry internet site on the world wide web. To view the notice, utilize the following links:
www.accessengllc.com/projects-bidding
https://vil.saint-henry.oh.us/#latestnews
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.
107-C
ADVERTISEMENT FOR BIDDERS
Sealed Bids for Phase 1: Main Lift Station Improvements, for the Village of New Knoxville, Ohio (herein called the "OWNER") will be received by the Owner at the Village Municipal Building (101 South Main Street, P.O. Box 246, New Knoxville, OH 45871) until May 28, 2025, at 2:00 p.m. (local time). Any Bids received later than the above time will be returned unopened. All Bids will be publicly opened and read aloud at that time.
The work shall include:
The demolition of approximately 38-feet of 12-inch ductile iron force main and the removal of existing concrete barriers (3). The work shall also include the installation of approximately 35-feet of 12-inch ductile iron force main, a new 12-foot by 8-foot precast valve and meter vault, new 8-inch magnetic flow meter, new wastewater combination air valve, new 8-inch and 12-inch ductile iron piping and fittings; core drilling through precast structures, a new telemetry system, electrical modifications, grading and seeding; stone driveway replacement, and bypass pumping.
Work shall be constructed under a Lump Sum Contract.
The Owner reserves the right to waive any informalities or minor defects in bids or bidding procedure, or reject any and all bids, or to accept the bid from the lowest most responsible and responsive bidder as exclusively determined by the Owner. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. No Bidder may withdraw a bid within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder determined by the Owner to be the lowest most responsible and responsive.
Submission of a signed Bid by the Bidder constitutes acknowledgment of and acceptance of all the documents and terms and conditions of the Contractual-Legal Requirements and Technical Sections of the specifications in the Project Manual.
The bid security shall be furnished in accordance with Instructions to Bidders.
The Contractor to whom the Work is awarded will be required to purchase and maintain insurance coverage as described in the Contract Documents on an "occurrence basis."
Bidder must comply with the Prevailing Wage Rates on Public Improvements in Auglaize County and the Village of New Knoxville, Ohio as determined by the Ohio Bureau of Employment Services, Wages, and Hour Division, (614) 644-2239.
Copies of the Drawings and Specifications for the Work are on file (for viewing purposes only) at the Village of New Knoxville, 101 South Main Street, P.O. Box 246, New Knoxville, OH 45871; and the Engineer's office, Wessler Engineering, 80 State Route 103, Ste. C, Bluffton, OH 45817, Telephone (419) 358-0521. All copies are distributed to Contractors and other interested parties by Wessler Engineering, Inc. (www.wesslerengineering.com/planroom/) for a non-refundable fee. A complete digital set of bidding documents is available for $25.00. A complete hard copy set of bidding documents is available for $100.00.
Neither the Owner or Engineer will be responsible for full or partial sets of bidding documents, including Addenda if any, obtained from sources other than Engineer.
An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom/. Engineer's opinion of probable construction costs: $155,000.00.
Village of New Knoxville
Larry Kellermeyer,
Village Administrator
106-C
NOTICE TO BIDDERS
The Mercer County Commissioners will receive sealed bids for the construction of the Harner-Dicke-Wooddell Two-Stage Ditch, located in Union Township, Section 33, and Center Township, Section 04 Mercer County, Ohio. The ditch begins on the south side of Denny Road (near the intersection of Celina Mendon Road), going north and east across Denny and then north to Grier Road, crossing Grier Road, going west and crossing Celina Mendon Road, where it turns north and goes to Mercer Road where the project stops.
Bids will be received in the office of the Mercer County Commissioners located at 220 W. Livingston Street, Rm. A201, Celina, Ohio 45822 until 10:00 a.m. (local time), May 22, 2025, at which time and place bids will be opened publicly and read aloud. Bids received after 10:00 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 Soil and Water Conservation District, 4978 Mud Pike Road, Celina, Ohio 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 Mercer County Board of Commissioners reserve the right to reject any and all bids and to waive any irregularities when the same are to the Board's advantage.
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 Board of Commissioners
Kim Everman, Clerk
101-C
LEGAL ADVERTISEMENT
MERCER COUNTY BID NOTICE
ASPHALT CONCRETE RESURFACING
Sealed bids will be received by the Board of Mercer County Commissioners for resurfacing of various county and township roads in Mercer County.
Bids shall be submitted in duplicate to the Clerk of the Board of Mercer County Commissioners, located at Central Service Building, 220 West Livingston Street, Room A201, Celina, Ohio 45822.
Bids must be submitted by 10:00 am. on May 15, 2025, at which time they will be opened.
Plans, specifications, and bid forms can be obtained by contacting the Mercer County Engineer's Office, located at 4884 Mud Pike, Celina, Ohio 45822 (Phone: 419-586-7759).
The bid package must be accompanied by a bid guaranty in accordance with Section 153.54 of the Ohio Revised Code. The bid guaranty shall be in the form of either:
1. A bond for the full amount of the bid, or
2. A certified check, cashier's check, or letter of credit pursuant to Chapter 1305 of the Ohio Revised Code equal to ten percent (10%) of the bid. Upon entering a contract, a performance bond in the amount of one hundred percent (100%) of the project will be required.
The County OPWC project shown is being bid contingent of state approval of Ohio Public Works Commission funding. This project cannot be started until funding is approved. The successful bidder on the project must meet all requirements of the administrative rules for the implementation and delivery of the infrastructure financing program of the Ohio Public Works Commission in accordance with Chapter 164.1 of the Ohio Administrative Code. This includes state prevailing wage requirements and Ohio products requirements.
All bidders must comply with Ohio Prevailing Wage requirements.
Contracts will be awarded on a unit price basis to the lowest and best bidder.
The awarding agency reserves the right to reject any or all bids and to waive any irregularities when the same are to the agency's advantage.
James A. Wiechart, P.E., P.S.
Mercer County Engineer
By order of the Board of Mercer County Commissioners
Kim Everman, Adm./Clerk
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/
100-C
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