Bid Opening: Jackson Township “Marathon Park Restroom” Project (CDBG)

Clermont Sun: 03/16/17                                     

ADVERTISEMENT FOR BIDS

Separate sealed bids for the Marathon Park Restroom Project in Jackson Township will be received by the Board of County Commissioners, Clermont County, Ohio, 101 East Main Street – 3rd Floor, Batavia, Ohio 45103, until 2:00 P.M. Local Time on March 30, 2017, and then at said office publicly opened and read aloud.

CONTRACT No. 2015-02.1

JACKSON TOWNSHIP “MARATHON PARK RESTROOM” PROJECT

Work under this contract is defined as public facilities and infrastructure improvements to include the construction of an accessible Men’s and Women’s restroom at the existing park located at 5464 Marathon Edenton Road, Williamsburg, Ohio to include the installation of a mound type septic system. The park has water service but no electrical service or sewer. A new electrical service will be installed and the existing water service extended. The building will be approximately 12×16 feet and will include the construction of an accessible concrete pad at the entrance of the building. Sidewalk extensions will be included. The County expects to proceed with the construction under the contract immediately after satisfactory acceptance and award of the construction bid and execution of the contract, with completion of all work for Contract No. 2015-02.1 by August 31, 2017.

The information for Bidders, Form of Bid, Form of Contract, Plans, Specifications including Forms of Bid Bond, Performance-Payment Bond, and other Contractor Documents may be examined at the following Location:

Clermont County Dept. of Community and Economic Development
101 East Main Street – 3rd Floor
Batavia, Ohio 45103
(513) 732-7907

Copies of the Plans and Specifications, etc., may be obtained between the hours of 8:00 a.m. and 4:30 p.m. local time, Monday through Friday, at the Department of Community and Economic Development, 101 East Main Street – 3rd Floor, Batavia, Ohio 45103; phone number 1-513-732-7907. There is a one-time fee of $25 per packet. Cash or checks will be accepted. All checks should be made payable to Clermont County Treasurer.

Each Bidder must submit their bid in DUPLICATE, one (1) original and one (1) copy with the copy stamped “COPY”.  Each bidder must deposit with his bid, security in the amount of 100% of the bid if in the form of a Bid Bond or in the amount of not less than ten (10%) percent of the bid if in the form of a certified check, cashier’s check or letter of credit, for and subject to the conditions provided in the Information for Bidders and pursuant with Ohio Revised Code Section 153.54.

Attention of Bidders is particularly called to the requirements as to safety regulations, conditions of employment to be observed and minimum wage rates to be paid under the Contract. All bids must comply with Clermont County General Instructions to Bidders in addition to the requirements set forth in the Specifications Documents referenced herein in order to be considered. Letters of credit and bid bonds must be filed with original signatures.  Facsimile and electronic copies of the letter of credit, bid bond and Power of Attorney of the Surety will be deemed non-responsive.

No Bidder may withdraw his bid for a period of 60 days after the actual date of the opening thereof.

Contract award shall be made to the lowest and best bidder, and award may be subject to applicable funding agency approval.

The Board of County Commissioners, Clermont County, Ohio, reserves the right to waive any informalities or to reject any or all bids.

This notice will also be posted on Clermont County’s website at the following URL link: www.clermontcountyohio.gov.   In order to view the legal notice click on the link Legal Notices located on the Clermont County Home Page.

Clermont County Board of Commissioners
David H. Uible, President
Edwin H. Humphrey, Vice President
David L. Painter, Member

 

ATTEST:

___________________________

Judith Kocica, Clerk of the Board

 

Bid Opening: Felicity Cedron Roadway Stabilization Project

Clermont Sun: 03/09/2017               

LEGAL NOTICE TO CONTRACTORS

The Clermont County Board of Commissioners, in cooperation and coordination with the Clermont County Engineer’s Office, will be accepting sealed bids for the furnishing of all labor, equipment, and materials needed to construct PROJECT NO. FR-33-15:Felicity Cedron Roadway Stabilization, in accordance with the Ohio Department of Transportation Construction and Material Specifications ( effective January 1, 2013 and its revisions and supplements), Standard Construction Drawings, Standard Bridge Drawings, Ohio Manual of Uniform Traffic Control, The State of Ohio Department of Transportation Bridge Design Manual, and other applicable standards in force on the date of letting and in accordance with the Project Specifications and Construction Plans on file in the office of the Clermont County Engineer. This project is located on Felicity Cedron Road 0.5 miles North of Shinkles Ridge Road, in Franklin Township. The engineer’s estimate for this project is $84,390.

All bids must be submitted in a sealed envelope marked: BID: PROJECT FR-33-15, Felicity Cedron Roadway Stabilization, and received in the office of the Clermont County Board of Commissioners, 101 East Main Street, Batavia, Ohio 45103-2960, no later than 2:00 P.M. Local Time on Thursday, March 23, 2017 after which time all bids shall be opened and read publicly. Instructions to Bidders, Specifications, Bid Documents, and Plans detailing the terms and conditions of the proposed improvement may be obtained by the interested Bidders from the Clermont County Engineer’s Office, 2381 Clermont Center Drive, Batavia, Ohio 45103, at a non-refundable cost of twenty-five (25) dollars each. The telephone number is (513) 732-8857. The Fax number is (513) 732-8875.

The Clermont County Board of Commissioners reserves the right to waive any informalities, reject any or all bids and to hold such bids for a period of sixty (60) days before taking any action thereon, and to award a contract to the lowest and best bidder.

Each person bidding for a contract for the construction, demolition, alteration, repair, or reconstruction of any public improvement is required to file with his bid a bid guaranty in the form of either (1) a bond for the full amount of the bid or (2) a certified check, cashier’s check or irrevocable letter of credit pursuant to Chapter 1305 of the Ohio Revised Code in an amount equal to ten (10) percent of the bid pursuant to Section 153.54 of the Ohio Revised Code. The successful bidder at the time he/she enters into the contract shall be required to file a performance bond in the full amount of the contract pursuant to Section 153.54(c) of the Ohio Revised Code. In lieu of the Performance Bond, the bidder may submit a combined Bid Guaranty and Contract Bond, in conformance with Section 153.571 of the Ohio Revised Code, with the Bid Proposal. Bid security in Bond form shall be issued by a Surety Company or Corporation licensed in the State of Ohio to provide said surety.

Attention Bidders: Letters of credit and bid bonds must be filed with original signatures.  Facsimile and electronic copies of the letter of credit, bid bond and Power of Attorney of the Surety will be deemed non-responsive.

Bidders must comply with the prevailing wage rates on Public Improvements in Clermont County, Ohio as determined by the Ohio Department of Industrial Relations.

This notice will also be posted on Clermont County’s website at the following URL link: www.clermontcountyohio.gov.

In order to view the legal notice please click on the link “Legal Notices” located on the Clermont County Home Page.

CLERMONT COUNTY BOARD OF COMMISSIONERS
CLERMONT COUNTY, OHIO

David H. Uible
Edwin H. Humphrey
David L. Painter

ATTEST:

                                                      

Judith Kocica, Clerk of the Board

Notice of Intent-Sell Unneeded, Obsolete, Unfit Personal Property

Clermont Sun: 02/09/17 & 02/23/17

LEGAL NOTICE

Pursuant to and in compliance with Section 307.12 (E) of the Ohio Revised Code, the Board of County Commissioners of Clermont County, Ohio, adopted Resolution Number 1617 on February 1, 2017, resolving to authorize the sale of unneeded, obsolete or unfit personal property no longer necessary for County use by Internet Auction during Calendar Year 2017.  The Board of County Commissioners of Clermont County, Ohio, has contracted with GovDeals, Inc., 5907 Carmichael Place, Montgomery, Alabama  36117, 1-800-613-0156, via http://www.govdeals.com for the sale of said unneeded, obsolete or unfit personal property no longer necessary for County use by Internet Auction.

Following is a summary of the terms and conditions as established by the Board of Clermont County Commissioners.

  1. Auction Time-Frame – Each auction item will be posted for receipt of bids for at least ten (10) calendar days, including weekends and holidays, unless withdrawn by the Board.
  2. Each auction item is being sold “as is”.
  3. County’s Contact – Clermont County Information Systems Department, 2279 Clermont Center Drive, Batavia, Ohio 45103 or 513-735-8609.
  4. Valueless Property – If no bid is received by the posted bid ending date and time for any specific item, the item is determined to be valueless and may be discarded or salvaged pursuant to Section 307.12(I) of the Ohio Revised Code.
  5. Item Withdrawal – The Board reserves the right to withdraw any item from the auction at any point prior to the award of bid.
  6. Notification – Only the successful bidders will be notified. Notification will be made by e-mail and posted to the auction web site.
  7. Pick-up – All items must be picked up in person. The County will not package or ship any items. Successful bidders must pay for items within five (5) business days of notification of successful bid and pick up items within ten (10) days of notification of successful bid. If an item has not been paid for within five (5) business days, the item will be awarded to the next highest bidder. If a purchaser of an auction item does not take physical possession of the item by removing it from the County warehouse within ten (10) days of payment by purchaser, then the purchaser will be deemed to have abandoned the item of property and to have forfeited the purchase price paid. If an item remains unclaimed by any valid bidder, said item will be disposed of as valueless or at the discretion of the Board re-posted for auction. Successful bidders must arrange the pick-up of items with the County’s Information Systems Department at least two days before the desired time and date of pick-up. Successful bidder must present their confirmation number and bid number at the time of pick-up. Proof of authority must be presented if the successful bidder is a public entity.
  8. Donation – The Board reserves the right to donate any item determined to be unneeded, obsolete or unfit personal property no longer needed for county use to the Federal Government, the State of Ohio, or any political subdivision of the State of Ohio.
  9. Minimum Bid Price – The Board reserves the right to establish a minimum bid price per auction item. Bids will be placed in increments of at least one dollar ($1.00). Five dollars ($5.00) will be the minimum bid amount unless otherwise specified.
  10. Method of Payment – All payments must be made at the time of pick-up by personal check or money order made payable to the Clermont County Treasurer. A valid driver’s license or other satisfactory identification must be presented with payment in addition to the confirmation number and bid award number notification supplied by the County.

This notice is also posted on the contracting authority’s internet site on the World Wide Web at the following address: www.clermontcountyohio.gov. In order to view the legal notice click on the link Legal Notices located on the Clermont County Home Page.

BOARD OF COUNTY COMMISSIONERS
CLERMONT COUNTY, OHIO

David H. Uible, President
Edwin H. Humphrey, Vice President
David L. Painter, Member

ATTEST:

__________________________

Judith Kocica, Clerk of the Board

 

 

Amelia-Olive Branch Road Sidewalk Improvement Project-CDBG

Clermont Sun: 01/19/2017                             

ADVERTISEMENT FOR BIDS

Separate sealed bids for the Amelia-Olive Branch Road Sidewalk Improvements in Batavia Township will be received by the Board of County Commissioners, Clermont County, Ohio, 101 East Main Street – 3rd Floor, Batavia, Ohio 45103, until 2:00 P.M. Local Time on February 2, 2017, and then at said office publicly opened and read aloud.

CONTRACT No. 2015-02.4

BATAVIA TOWNSHIP “AMELIA-OLIVE BRANCH ROAD SIDEWALK IMPROVEMENT” PROJECT

Work under this contract is defined as public facilities and infrastructure improvements to approximately 1,035 lf of new sidewalk on (EAST side) Amelia Olive Branch Road, near Thomaston Woods Housing Development and will run down and across from the Amelia Middle/High School walkway area. This project also includes the placement of a new 30 lf, 4 foot wide crosswalk just to the south of the existing crosswalk. The crosswalk would be signalized by a rapid flash beacon that is solar powered. The County expects to proceed with the construction under the contract immediately after satisfactory acceptance and award of the construction bid and execution of the contract, with completion of all work for Contract No. 2015-02.4 by August 31, 2017.

The information for Bidders, Form of Bid, Form of Contract, Plans, Specifications including Forms of Bid Bond, Performance-Payment Bond, and other Contractor Documents may be examined at the following Location:

Clermont County Dept. of Community and Economic Development
101 East Main Street – 3rd Floor
Batavia, Ohio 45103
(513) 732-7907

Copies of the Plans and Specifications, etc., may be obtained between the hours of 8:00 a.m. and 4:30 p.m. local time, Monday through Friday, at the Department of Community and Economic Development, 101 East Main Street – 3rd Floor, Batavia, Ohio 45103; phone number 1-513-732-7907. There is a one-time fee of $25 per packet. Cash or checks will be accepted. All checks should be made payable to Clermont County Treasurer.

Each Bidder must submit their bid in DUPLICATE, one (1) original and one (1) copy with the copy stamped “COPY”.  Each bidder must deposit with his bid, security in the amount of 100% of the bid if in the form of a Bid Bond or in the amount of not less than ten (10%) percent of the bid if in the form of a certified check, cashier’s check or letter of credit, for and subject to the conditions provided in the Information for Bidders and pursuant with Ohio Revised Code Section 153.54.

Attention of Bidders is particularly called to the requirements as to safety regulations, conditions of employment to be observed and minimum wage rates to be paid under the Contract. All bids must comply with Clermont County General Instructions to Bidders in addition to the requirements set forth in the Specifications Documents referenced herein in order to be considered. Letters of credit and bid bonds must be filed with original signatures.  Facsimile and electronic copies of the letter of credit, bid bond and Power of Attorney of the Surety will be deemed non-responsive.

No Bidder may withdraw his bid for a period of 60 days after the actual date of the opening thereof.

Contract award shall be made to the lowest and best bidder, and award may be subject to applicable funding agency approval.

The Board of County Commissioners, Clermont County, Ohio, reserves the right to waive any informalities or to reject any or all bids.

This notice will also be posted on Clermont County’s website at the following URL link: www.clermontcountyohio.gov.    In order to view the legal notice click on the link Legal Notices located on the Clermont County Home Page.

Clermont County Board of Commissioners
David H. Uible, President
Edwin H. Humphrey, Vice President
David L. Painter, Member
ATTEST:

___________________________

Judith Kocica, Clerk of the Board

Bid Opening: 9 Mile Wastewater Trmt. Plant Blower Upgrade Project

Clermont Sun: 12/22/16                          ADVERTISEMENT FOR BIDS

Separate sealed bids for the construction of the following WASTEWATER System Improvements within the Clermont County Water Resources Department will be received by the Board of County Commissioners, Clermont County, Ohio, 101 East Main Street – 3rd Floor, Batavia, Ohio 45103, until 2:00 P.M. Local Time on Thursday, February 2, 2017, and then at said office publicly opened and read aloud.

PROJECT NO. 6402-60114

NINE MILE WASTEWATER TREATMENT PLANT BLOWER UPGRADE

Work under this Project is generally defined as an upgrade of the blowers at the Ninemile Wastewater Treatment Plant located at 550 Locust Corner Road, Cincinnati, Ohio 45245 in Pierce Township and includes the installation of two (2) 60-HP positive displacement blowers for the digester tanks and one (1) new 10-HP positive displacement blower for the post-aeration, as well as, new air piping, valves, electrical, VFD’s, instrumentation, programming and SCADA integration.  The Owner expects to proceed with the construction under the Project immediately after satisfactory acceptance and award of the construction bid and execution of the contract, with completion of all work for Project No. 6402-60114 within 210 calendar days from the date of the Notice to Proceed. The Engineer’s Estimate for this Project is $391,800.

The information for Bidders, Form of Bid, Form of Contract, Plans, and Specifications including Forms of Bid Bond, Performance-Payment Bond, and other Contractor Documents may be examined at the following Location:

Clermont County Water Resources Dept.
Sanitary Engineering Division
4400 Haskell Lane
Batavia, Ohio 45103
(513) 732-8864

A Non-Mandatory Pre-Bid Meeting will be held at the Clermont County Water Resources Department, Sanitary Engineering Division, 4400 Haskell Lane, Batavia, Ohio 45103 at 10:00 A.M. Local Time on Thursday, January 26, 2017.

Copies of the Plans and Specifications, etc., may be obtained during normal business hours at American Reprographics Company (ARC), 7157 East Kemper Road, Cincinnati, OH 45241, phone number (513) 326-2300, upon payment of One Hundred Dollars ($100.00) for each set made payable to the Clermont County Treasurer, none of which is refundable. An additional non-refundable payment of Ten Dollars ($10.00) must accompany any mail request.

Each Bidder must submit their bid in TRIPLICATE, one (1) original and two (2) copies with each copy stamped “COPY”.  Each bidder must deposit with his bid, security in the amount of 100% of the bid if in the form of a Bid Bond or in the amount of not less than ten (10%) percent of the bid if in the form of a certified check, cashier’s check or letter of credit, for and subject to the conditions provided in the Information for Bidders and pursuant with Ohio Revised Code Section 153.54.

Attention of Bidders is particularly called to the requirements as to safety regulations, conditions of employment to be observed and minimum wage rates to be paid under the Contract. All bids must comply with Clermont County General Instructions to Bidders in addition to the requirements set forth in the Specifications Documents referenced herein in order to be considered. Letters of credit and bid bonds must be filed with original signatures.  Facsimile and electronic copies of the letter of credit, bid bond and Power of Attorney of the Surety will be deemed non-responsive.

No Bidder may withdraw his bid for a period of sixty (60) days after the actual date of the opening thereof.

Contract award shall be made to the lowest and best bidder, and award may be subject to applicable funding agency approval.

The Board of County Commissioners, Clermont County, Ohio, reserves the right to reject any and all bids, to waive any informalities in the bidding procedure, to accept any bid which it deems to be for the best interest of the County and to hold such bids for a period of sixty (60) days before taking action to award a contract. These rights are reserved up until the time the contract is signed by the Board of County Commissioners.

This notice is also posted on the contracting authority’s website at the following URL link: www.clermontcountyohio.gov. In order to view the legal notice click on the link Legal Notices located on the Clermont County Home Page.

CLERMONT COUNTY BOARD OF COMMISSIONERS
Robert L. Proud, President
David H. Uible, Vice President
Edwin H. Humphrey, Member
ATTEST:

                                                                                      

Judith Kocica, Clerk of the Board

Bid Opening: Biosolids and Alum Residuals Disposal Services

Clermont Sun: 12/15/2016

LEGAL NOTICE

The Board of Clermont County Commissioners will be accepting sealed bids for Biosolids and Alum Residuals Disposal Services. All bids shall be submitted in a sealed envelope marked: Bid – Biosolids and Alum Residuals Disposal Services, and must be received in the Office of the Board of County Commissioners, 101 E. Main Street, Batavia, Ohio 45103, no later than 2:00 P.M. Local Time on 01/19/2017, at which time all bids shall be opened and read publicly.

Instructions to bidders, specifications, and bid form outlining the terms and conditions of the proposed purchase of services may be obtained by interested bidders Monday thru Friday during the hours of 8:00 A.M. – 4:30 P.M. at the Clermont County Water Resources Department, 4400 Haskell Lane, Batavia, Ohio 45103, Attn: Biosolids and Alum Residuals Disposal Services

A non-mandatory pre-bid meeting will be held on 01/05/2017 at 10:00 AM local time at the Clermont County Water Resources Department, 4400 Haskell Lane, Batavia, Ohio 45103.

Each Bidder must submit their bid in TRIPLICATE, one (1) original and two (2) copies with each copy stamped “COPY”. Each bidder must deposit with his bid, security in the amount of 5% of the bid if in the form of a Bid Bond or in the amount of not less than five (5%) percent of the bid if in the form of a Certified Check, Cashier’s Check or Money Order, for and subject to the conditions provided in the Information for Bidders.  The Board of County Commissioners reserves the right to waive any informalities, reject any or all bids and to hold such bids for a period of sixty (60) days before taking any action and to award a contract for the lowest and best bid or combination of bids.

No Bidder may withdraw his bid for a period of 60 days after the actual date of the opening thereof. Bid Bonds, Certified Checks, Cashier’s Checks and Money Orders must be filed with original signatures. Facsimile and electronic copies of the Bid Bonds, Certified Checks, Cashier’s Checks, Money Orders and Power of Attorney of the Surety will be deemed non-responsive.

This notice is also posted on the contracting authority’s website at the following URL link: www.clermontcountyohio.gov. In order to view the legal notice, click on the link Legal Notices located on the Clermont County Home Page.

BOARD OF COUNTY COMMISSIONERS
CLERMONT COUNTY, OHIO

Robert L. Proud , President
David H. Uible, Vice President
Edwin H. Humphrey, Member

 

ATTEST:                                                                                                                                                 ____________________________

Judith Kocica, Clerk of the Board

 

Viewing and Final Hearing: Initiate Procedures to Vacate a Portion of Barger Road (T-78)

Clermont Sun: 10/06/16 and 10/13/16 

NOTICE OF VIEWING AND FINAL HEARING
PROPOSED VACATION OF A PORTION OF BARGER ROAD (T-78)
SITUATED IN WASHINGTON TOWNSHIP, CLERMONT COUNTY, OHIO

The Board of County Commissioners of Clermont County, Ohio, pursuant to authority vested in the Board of County Commissioners by Section 5553.04 of the Ohio Revised Code, will consider the proposed vacation of a portion of Barger Road (T-78) in Washington Township, Clermont County, Ohio, and in Jones Military Survey Number 714 and Bowne Military Survey Number 723, and being more particularly described as follows:

Beginning at the centerline intersection of Big Indian Road and Barger Road, said intersection is 0.27 miles East along Big Indian Road from the centerline intersection of Big Indian Road and Weil Road, said intersection is also the point of Vacation for Big Indian Road as approved in Resolution 77-85 of The Clermont County Commissioners Office; thence, northerly 240’ to a point in the south property line of Neil Reissig and also the point of Vacation for Barger Road as approved in Resolution 77-85 of The Clermont County Commissioners Office.

Total length of vacation is 240’ or 0.045 miles

The Board of County Commissioners will be on site to view a portion of Barger Road (T-78) in Washington Township proposed to be vacated on or about 9:00 A.M. on Wednesday, October 26, 2016. The Final Hearing on the proposed vacation of a portion of Barger Road (T-78) in Washington Township as described will be held on Wednesday, October 26, 2016, at 11:00 A.M. Local Time in the office of the Board of County Commissioners, 101 East Main Street, Batavia, Ohio  45103 for the purpose of receiving comments relative thereto.

BOARD OF COUNTY COMMISSIONERS
CLERMONT COUNTY, OHI0

Robert L. Proud, President
David H. Uible, Vice President
Edwin H. Humphrey, Member

ATTEST:

____________________________________

Judith Kocica, Clerk of the Board

 

Bid Opening: Granular Activated Carbon Contactor Media Reactivation-Clermont Co. Waterworks System

Clermont Sun: 09/08/16

                                                        ADVERTISEMENT FOR BIDS

Separate sealed bids for the performance of the following Water System Improvements within the Clermont County Water Resources Department will be received by the Board of County Commissioners, Clermont County, Ohio, 101 East Main Street – 3rd Floor, Batavia, Ohio 45103, until 2:00 P.M. Local Time on September 22, 2016 and then at said office publicly opened and read aloud.

GRANULAR ACTIVATED CARBON (GAC) CONTACTOR MEDIA REACTIVATION

Work under this Project is generally defined as removal, reactivation, and replacement of Granular Activated Carbon (GAC) Contactor Media at the Bob McEwen Water Treatment Plant situated in Batavia Township.  The Owner expects to proceed with the performance of the work under the Project immediately after satisfactory acceptance and award of the construction bid and execution of the contract, with completion of all work by March 1, 2017.  The Engineer’s Estimate for this Project is $450,000.00.

The information for Bidders, Form of Bid, Form of Contract, and Specifications including Forms of Bid Bond, Performance-Payment Bond, and other Contractor Documents may be examined at the following Location:

Clermont County Water Resources Dept.
Water Supply Division
4400 Haskell Lane
Batavia, Ohio 45103
(513) 732-7932

A Non-Mandatory Pre-Bid Meeting will be held at the Clermont County Water Resources Department, Water Supply Division, 4400 Haskell Lane, Batavia, Ohio 45103 at 10:00 A.M. Local Time on September 15, 2016.

Copies of the Specifications, etc., may be obtained during normal business hours of 8:00 A.M. to 4:30 P.M. at the Water Resources Department Administrative Office, ATT: Mary Ann Belt, 4400 Haskell Lane, Batavia, OH 45103.

Each Bidder must submit their bid in TRIPLICATE, one (1) original and two (2) copies with each copy stamped “COPY”.  Each bidder must deposit with his bid, security in the amount of 100% of the bid if in the form of a Bid Bond or in the amount of not less than ten (10%) percent of the bid if in the form of a certified check, cashier’s check or letter of credit, for and subject to the conditions provided in the Information for Bidders and pursuant with Ohio Revised Code Section 153.54.

Attention of Bidders is particularly called to the requirements as to safety regulations, conditions of employment to be observed and minimum wage rates to be paid under the Contract. All bids must comply with Clermont County General Instructions to Bidders in addition to the requirements set forth in the Specifications Documents referenced herein in order to be considered. Letters of credit and bid bonds must be filed with original signatures.  Facsimile and electronic copies of the letter of credit, bid bond and Power of Attorney of the Surety will be deemed non-responsive.

No Bidder may withdraw his bid for a period of 60 days after the actual date of the opening thereof.

Contract award shall be made to the lowest and best bidder, and award may be subject to applicable funding agency approval.

The Board of County Commissioners, Clermont County, Ohio, reserves the right to waive any informalities or to reject any or all bids.

This notice is also posted on the contracting authority’s website site at the following URL link: www.clermontcountyohio.gov. In order to view the legal notice click on the link Legal Notices located on the Clermont County Home Page.

Clermont County Board of Commissioners

Robert L. Proud, President
David H. Uible, Vice President
Edwin H. Humphrey, Member

ATTEST:

                                                                                      

Judith Kocica, Clerk of the Board

Construction of a Domestic Relations Clerk of Courts Building

The Clermont Sun

Date: June 16, 2016 

The Board of Clermont County Commissioners will be accepting sealed bids for construction and installation of a Pre-Engineered Domestic Relations Clerk of Courts Building; 2340 Clermont Center Drive, Batavia, Ohio 45103.  All bids shall be submitted in a sealed envelope marked: BID – DOMESTIC RELATIONS CLERK OF COURTS BUILDING. All bids must be received in the office of the Board of Clermont County Commissioners, 3rd Floor, 101 E. Main Street, Batavia, Ohio 45103, no later than 2:00 P.M. local time on Thursday, June 30, 2016, at which time all bids shall be opened.

Instructions to contractors, specifications, and bid form outlining the terms and conditions may be viewed by interested parties at KBA, Incorporated Architects; Mark Bredemeier mbredemeier@kbainc.com (513)752-7800 or at the offices of the Clermont County Facilities Management Department; 4001 Filager Road, Batavia, Ohio 45103. Phone: (513) 732-8850 wgrabows@clermontcountyohio.gov. Office hours are from 8:00 A.M. to 4:30 P.M., Monday thru Friday. There will be a non-mandatory pre-bid conference, at 9:00 A.M., Wednesday, June 22, 2016 at the Clermont County Domestic Relations/Juvenile Court Facility, 2340 Clermont Center Drive, Batavia, Ohio 45103. **Although it is not mandatory it is highly recommended all bidders attend the pre-bid meeting.  NOTE:  ALL PROSPECTIVE BIDDERS/RESPONDENTS ARE HEREBY CAUTIONED NOT TO CONTACT ANY MEMBER OF THE CLERMONT COUNTY STAFF OR OFFICIALS OTHER THAN THE SPECIFIED CONTACT PERSON.

Each Bidder must submit their bid in TRIPLICATE, one (1) original, two (2) copies and one (1) electronic copy) All copies must be stamped “COPY”, in a sealed envelope marked: BID – DOMESTIC RELATIONS CLERK OF COURTS BUILDING. Each bidder must deposit with his bid, security in the amount of 100% of the bid if in the form of a Bid Bond or in the amount of not less than ten (10%) percent of the bid if in the form of a certified check, cashier’s check or letter of credit, for and subject to the conditions provided in the Information for Bidders and pursuant with Ohio Revised Code Section 153.54. 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. Letters of credit and bid bonds must be filed with original signatures. Facsimile and electronic copies of the letter of credit, bid bond and Power of Attorney of the Surety will be deemed non-responsive.

The Board of Clermont County Commissioners reserves the right to waive any informalities, reject any or all bids and to hold such bids for a period of sixty (60) days before taking any action and to award a contract to the lowest and best bidder.

This notice will also be posted on Clermont County’s website at the following URL link: www.clermontcountyohio.gov under legal notices.

BOARD OF COUNTY COMMISSIONERS
CLERMONT COUNTY, OHIO

Robert L. Proud, President
David H. Uible, Vice President
Edwin H. Humphrey, Member

 

ATTEST:

_________________________________

Judith Kocica, Clerk of the Board