INVITATION TO BIDDERS Sealed proposals will be received at the City of Northwood until 11:00 AM Local Time October 7, 2013, at which time they will be opened and read immediately thereafter for the: City of Northwood DILLROSE DRIVE RESURFACING IMPROVEMENTS Project No. 10E07413 PROJECT DESCRIPTION: The proposed work consists of pavement repairs, patching and resurfacing of approximately 1350 feet of pavement along Dillrose Drive between Oregon Road and a point 1350 feet to the east. Contract Documents may be examined at the following locations: BIDDING & CONSTRUCTION PHASE ENGINEER: Feller, Finch & Associates, Inc. 1683 Woodlands Drive Maumee, Ohio 43537 419-893-3680 Project Contact: David R. Kuhn, P.E. OWNER: City of Northwood 6000 Wales Road Northwood, OH 43619 419-693-9329 Project Contact: Robert Anderson, City Administrator Drawings, Specifications, and blank bid forms may be obtained at the above office of the ENGINEER upon payment of THIRTY-FIVE DOLLARS ($35.00) REFUNDABLE. Contract Documents can be shipped at the Bidder's expense for an additional shipping and handling fee (NON-REFUNDABLE). Contract Documents will be shipped as soon as possible after receipt of request and payment for such documents. BIDS WILL ONLY BE ACCEPTED FROM BIDDERS LISTED ON THE ENGINEER'S OFFICIAL LIST OF PLANHOLDERS. Checks shall be made payable to City of Northwood. A bid guarantee instrument must be submitted with the bid. The bid guarantee instrument shall be in the form of a Bid Guarantee and Contract Bond for the FULL AMOUNT of the bid or a certified check, cashiers check, or irrevocable letter of credit for an amount equal to ten percent (10%) of the bid in accordance with Section 153.54 of the Ohio Revised Code. The bid guarantee shall be made payable to the City of Northwood, Ohio, and is to be held as a guarantee that in the event the bid is accepted and a contract is awarded to the BIDDER, the contract will be duly executed and its performance properly secured. 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) shall be required to furnish a Contract Bond in a sum of not less than one hundred percent (100%) of the total contract amount. The bond shall be that of an approved surety company authorized to transact business in the State of Ohio and shall be underwritten by a surety that is listed on the most current Department of the Treasury Circular 570, "Surety Companies Acceptable on Federal Bonds". 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, the Governor's Executive Order of 1972, and Governor's Executive Order 84-9 shall be required. Bidders must comply with the prevailing wage rates on Public Improvements in Wood County and the City of Northwood, Ohio as determined by the Ohio Bureau of Employment Services Wage and Hour Division, (614) 644-2239. Each bid proposal must be made upon the blanks, or facsimiles thereof, furnished with the Contract Documents, and must be delivered to the office of the City Clerk, 6000 Wales Road, Northwood, Ohio 43619, previous to 11:00 AM local time, on the date specified. 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. No bidder may withdraw his bid for a period of sixty (60) days after the scheduled closing time for the receipt of bids. The City of Northwood reserves the right to reject any or all bids, to waive any informalities or irregularities in the bids received, and to accept any bid that it deems most favorable. BY ORDER OF City of Northwood Robert Anderson, City Administrator Sept. 21, 28, 13
001 LEGAL