Bid Notices
Invitation to Bid to contractors and vendors on government projects, services or materials.
Notice to Bidders by a government agency stating they are accepting bids on certain projects, services or materials.
These and other public notices from throughout Ohio can be found at the states official public notice website: PublicNoticesOhio.com.
Date | Full Notice: | |
---|---|---|
Date | Full Notice: | |
06/11/2025 | Invitation for Bids The CITY OF NEW ALBANY, Ohio will receive sealed bids for the materials and labor necessary for the construction of the Bevelhymer Rd and E. Walnut St Roundabout project. Bids shall be received by the CITY OF NEW ALBANY through Bid Express until 10:00 A.M. local time on June 27, 2025, at which time all bids will be publicly opened and read aloud. After which, the results of the bid will be revealed through the Bid Express online system. The CITY OF NEW ALBANY may choose to not award the bid—and bidders shall hold bids open—until sixty days after the bid opening. The work for which bids are invited consists of: The roundabout plan involves the construction of a new roundabout at Bevelhymer Rd and Walnut St, along with roadway widening, an asphalt leisure path, storm, and wet detention basin. The cost estimate for the Project is $4,970,000.00 (Base Bid), $174,342.00 (Alt. 1), $341,384.50 (Alt. 2), $0.00 (Alt. 3), $394,630.00 (Alt. 4). Prebid meeting set for 1:00 P.M., June 18, 2025 at the New Albany Public Service Department at 7800 Bevelhymer Road, New Albany, Ohio 43054. Digital copies of the Contract Documents are on file at www.bidexpress.com (phone (888)-352-2439), where they are available for inspection or download by prospective bidders after 9:00 A.M on June 11, 2025, only at costs associated with the Bid Express service fee schedule. Payment for these items will not be refunded. Paper copies of the Contract Documents are NOT available. Each bidder is required to furnish with its proposal a Bid Guaranty in accordance with Section 153.54 of the Ohio Revised Code. 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. 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 experience on projects of similar size and complexity. The owner requires that this project be completed by June 1, 2026. Payment of Prevailing Wages is required for this Project. The CITY OF NEW ALBANY reserves the right to accept or reject any or all bids, to waive any informalities or irregularities in the bidding process and to enter into a contract with the bidder whom, in its opinion, offers the lowest and best bid. Each bidder must ensure that all employees and applicants for employment are not discriminated against based on race, color, religion, sex, or national origin. Authorized by the Council of the CITY OF NEW ALBANY, Ohio. Resolution number R-20-2025. Jun 11/18 | |
06/10/2025 | Request for Proposals Ohio Turnpike and Infrastructure Commission 682 Prospect Street Berea, OH 44017 (440) 234-2081 RFP No. 12-2025 Request for Proposals (RFP) to Select a Firm to Perform Financial Advisory Services ISSUED: June 2, 2025 The Ohio Turnpike and Infrastructure Commission (“Commission”) has issued a Request for Proposals (“RFP”) to select a firm to provide Financial Advisory Services (including cash management and investment advisory services) to the Commission, as more fully described in the RFP. Any inquiries or requests for copies of the RFP must be submitted to purchasing@ohioturnpike.org before 5:00 P.M. on June 16, 2025. Proposals must be submitted by 5:00 p.m. (Eastern Time) on June 30, 2025, in softcopy format only to purchasing@ohioturnpike.org. OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION Jun 10/17 | |
06/09/2025 | Invitation to Bid Pursuant to the provisions of Sections 307.86, 307.87, 307.92, and applicable codes of the Ohio Revised Codes (O.R.C.), public notice is hereby given that submittals will be received by the Franklin County Board of Commissioners, as indicated below: Additionally, public notice is posted online at http://purchasing.franklincountyohio.gov/businesses/bid-opportunities/ Reference Number: ITB # 2025-52-07 Title: Sheriff’s Uniform and Garment Cleaning Services Description: The Franklin County Board of Commissioners, on behalf of the Franklin County Sheriff’s Office, is seeking bids for Uniform and Garment Cleaning Services Opening Date/Time: July 2, 2025, at 3:00 PM EST Opening & Submission Location: Virtual Bid Opening will take place at: Franklin County Purchasing Department 373 South High Street – Floor 25 Columbus, Ohio 43215-6315 Terms: See ITB Obtain Documents Online At: http://purchasing.franklincountyohio.gov/businesses/bid-opportunities/ Obtain Documents By Emailing Request To: Marcus Grace, Senior Purchasing Coordinator, marcus.grace@franklincountyohio.gov, Subject: “Bid Request ITB# 2025-52-07” Submittal Deadline (Date/Time): July 2, 2025, at 3:00 PM EST. See ITB for information or call in (audio only) +1 380-900-7428,, 481506827# United States, Columbus Phone Conference ID: 481 506 827# Meeting ID: 218 640 537 589 6 Passcode: ob2dx3jQ Submit all Responses To: Franklin County Purchasing Department, 373 South High Street – Floor 25 Columbus, Ohio 43215-6315 Conditions of Receipt: All submittals must be received in accordance with the requirements set forth in the ITB documentation. All proposals will be opened at the noted location. All Questions Should Be Directed To: Written Questions are due by June 17, 2025, at 12:00 PM EST to marcus.grace@franklincountyohio.gov. Additional Information: All amendments and clarifications will be posted on the County’s Purchasing Department website at: http://purchasing.franklincountyohio.gov/businesses/bid-opportunities/. It is the responsibility of interested parties to monitor the Franklin County Purchasing website for any Amendments or Clarifications. Board of County Commissioners: Erica C. Crawley, President, John O’Grady, Commissioner, Kevin L. Boyce, Commissioner Jun 9 | |
06/09/2025 | Legal Notice Columbus and Franklin County Metro Parks Request for Proposals (RFP) for Honda Wetland Observation Tower, Glacier Ridge Metro Park Repair Project Public Notice: The Columbus and Franklin County Metro Parks (Metro Parks) is issuing a request for proposal to select a general contractor to repair an observation tower at Glacier Ridge Metro Park, Union County, Ohio. The total project budget is not to exceed $230,000. Submitted proposals shall address the items detailed in the Request for Proposal, Honda Wetland Observation Tower, Glacier Ridge Metro Park to be considered. Bidders can obtain the detailed “Request for Proposal” by contacting Dan Kaderly, Manager of Park Operations at kaderly@metroparks.net The Substantial Completion Date for the project is December 31, 2025. The project is subject to Prevailing Wage requirements of Ohio Revised Code Chapter 4115 for on-site work. Submittal Deadline: No later than 10:00 am EST, July 8, 2025 via email to Dan Kaderly, kaderly@metroparks.net Jun 9 | |
06/09/2025 | Request for Proposals Ohio Turnpike and Infrastructure Commission 682 Prospect Street Berea, OH 44017 (440) 234-2081 RFP No. 11-2025 Request for Proposals (RFP) for Depository Banking Services, Purchase Card Services, and Escrow Agent Services ISSUED: May 30, 2025 The Ohio Turnpike and Infrastructure Commission (“Commission”) has issued a Request for Proposals to select a financial institution to provide depository banking services, purchasing card services and escrow agent services, as more fully described in the RFP. Any inquiries or requests for copies of the Request for Proposals must be submitted to purchasing@ohioturnpike.org before 5:00 P.M. on June 13, 2025. Proposals must be submitted by 5:00 p.m. (Eastern Time) on June 27, 2025, in softcopy format only to purchasing@ohioturnpike.org. OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION Jun 9/16 | |
06/04/2025 | Legal NoticeColumbus State Community College Moeller Hall, Delaware Campus 5100 Cornerstone Drive Delaware, Ohio 43015 CTI-250011-MO 117 Medical Imaging Renovations Summary of Work:1) Columbus State Community College is seeking bids to Provide a General Contracting Bid to Renovate Classroom 117 in Moeller Hall into a new Medical Imaging lab. The college will be purchasing a new Xray Machine from Alpha Imaging directly once the renovation is complete. The drawings and specifications were prepared by SPGB Architects phone number 614-771-8963; fax number 614-522-6763. All questions are to be in writing. No verbal questions are to be submitted or accepted. PREVAILING WAGE RATES AND EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS ARE APPLICABLE TO THIS PROJECT. BIDDERS ARE REQUIRED TO BE ENROLLED IN, PRIOR TO SUBMITTING A BID, AND TO BE IN GOOD STANDING IN A DRUG-FREE WORKPLACE (DFWP) APPROVED BY THE OHIO BUREAU OF WORKERS COMPENSATION (OBWC), AND ARE REQUIRED TO PROVIDE ON THE BID FORM CERTAIN INFORMATION RELATIVE TO THEIR ENROLLMENT IN SUCH A PROGRAM. Sealed Bids will be received for: General Trade Contract (Lead Contractor) $240,500.00. See Solicitation in Specification section 00 10 00. Attn: Eric McMillon- Project Manager- Design & Construction Department, emcmillo@cscc.edu, 614-374-6690 Bids are due on Tuesday, Wednesday July 2, at 1:00 PM for Columbus State Community College on BID EXPRESS. Bids will be opened in house and recorded at 1:15 PM in the college’s Planning, Design and Construction Office. All bidders are strongly encouraged to attend the Pre-Bid meeting on Wednesday, June 18th, at 10:00 AM at Columbus State Delaware Campus, 5100 Cornerstone Drive, Delaware, Ohio 43015. All Contractors will meet in the lobby of Moeller Hall, review drawings, bid deadlines and then perform a Site Walk Through. The contact for Columbus State Community College is Eric McMillon; 614-374-6690 cell or emcmillo@cscc.edu. Questions regarding the documents are to be in writing to SPGB Architects, LLC Chip Stanish cstanish@spgbarch.com No verbal questions are to be submitted or accepted. The Contract Documents are available for purchase from: Key Blueprint, phone number 614-228-3285. Contractors can order prints at no reimbursable cost to the owner for the cost of the printing of the bidding documents and The Contract Documents may be downloaded as electronic PDF files from the State’s electronic bidding service at https://bidexpress.com at no charge. The bidding documents may be reviewed during business hours at the following locations; Locations at all state wide plan rooms and minority plan rooms and SPGB Architects (during business hours T-Th and by appointment on Mondays and Fridays) 4333-A Tuller Road, Dublin Ohio 43017. Jun 4/11/18 | |
06/04/2025 | Legal Notice Bids will be received via the Bid Express online bidding platform by the City of Canal Winchester, Ohio (“Owner”) until 12:00, p.m., local time, on Friday, June 20th, 2025 for all labor, material, and services necessary for the Greengate Boulevard Improvements (the “Project”), consisting of construction of approximately 1,900 feet of new public roadway, associated storm drainage, sidewalks, asphalt paths, street lighting and other miscellaneous items as more fully described in the Contract Documents prepared by EMH&T, Inc. (“Design Professional”.) Bids received after this time will not be accepted. Subject to the right of the Owner to reject any or all bids, the Owner will award contracts to the bidder(s) submitting the lowest and best bid(s). Direct questions about the Project to Shane Spencer, PE of EMH&T at 614-775-4482 or via email at sspencer@emht.com The estimated cost of construction for the work outlined in the plans and specifications is: Base Bid: $2,045,000 Hard copies of the Contract Documents and Specifications will not be provided. Contract Documents and Specifications shall be obtained from Bid Express only and at costs associated with the Bid Express service fee schedule. Payment of these items will not be refunded. All bids must be accompanied by a Bid Guaranty in the form of either a Bid Guaranty and Contract Bond for the full amount of the bid (including all add alternates) or a certified check, cashier’s check, or an irrevocable letter of credit in an amount equal to 10% of the bid (including all add alternates), as described in the Instructions to Bidders. This is a prevailing wage project. No Bidder may withdraw its bid within sixty (60) days after the bid opening. The Owner reserves the right to waive irregularities in bids, to reject any or all bids, and to conduct such investigation as necessary to determine the lowest and best bidder for each contract. Jun 4/11 | |
06/03/2025 | Notice to Contractors Bids shall be submitted electronically through the www.bidexpress.com webservice until 10:00 a.m. local time on June 17, 2025, and the same will be publicly opened at the same hour at the office of the Franklin County Engineer for the labor and material necessary for the improvement of Norwich Township Safety Services Building Phase 2, 3 & 4. EBE Goal: 8% Project Description: This project includes removal and replacement of a portion of the concrete and asphalt parking lots and driveway at the Norwich Township Safety Services Building. The project also includes asphalt seal coating and pavement markings. The project is located at 5181 Northwest Parkway, Hilliard, Ohio 43026. Bidders are required to be PRE-QUALIFIED WITH THE OHIO DEPARTMENT OF TRANSPORTATION to submit a bid for this project. All proposals shall be submitted electronically through the webservice www.bidexpress.com. Proposals must contain the name of every person interested therein and shall be accompanied by a bid guaranty and contract bond for the full amount of bid; or in lieu of the bid guaranty and contract bond the bidder may submit a bid guaranty as provided by Section 153.54 of the Revised Code in the form of a certified check or cashier's check pursuant to Chapter 1305 of the Revised Code. The amount of the certified check or cashier's check shall be equal to ten percent (10%) of the bid. The certified check or cashier's check submitted with a bid will be held as a guarantee on an accepted bid proposal. The contract will be awarded within 40 days of the bid opening date. At that time, a bid guaranty and contract bond in the sum of 100% of the bid shall be executed in accordance with Section 307.89 of the Revised Code of Ohio. All qualified business enterprises will be afforded full opportunity to submit bids in response to this invitation and no bidder will be discriminated against on the grounds of race, color, or national origin in awarding the subject contract. Certified Check or Cashier's Check will be returned to all other bidders after the Contract has been awarded. The bidder’s address shall be included along with his/her signature on the bid. The work shall be completed no later than October 31, 2025. Upon failure to complete the work within the time specified, the Contractor shall be governed in accordance with Section 5555.67 of the Revised Code of Ohio. No proposal shall be considered unless it complies with all the rules and regulations set forth in the Contract documents. All bidders are urged to carefully read the same and comply with them. The Board of County Commissioners reserves the right to reject any or all bids. Adam W. Fowler, P.E., P.S., Franklin County Engineer Jun 3/10 | |
05/28/2025 | Legal Notice Sealed proposals for The City of New Albany’s “Worthington Road Elevated 2.0 M.G. Water Storage Tank” will be received via Bid Express until 1:00 p.m. local time on: June 20, 2025. And at that time be revealed through the Bid Express online system. All bids will be considered valid until 90 days after the opening date, although not accepted or rejected. This project consists of furnishing all labor, materials and equipment for the construction of a new 2.0 million-gallon (M.G.) composite-style elevated water storage tank, including all site related improvements. The total estimated cost of construction is: $10,200,000.00. Hard copies of the Contract Documents and Specifications will not be provided. Contract Documents and Specifications may be obtained from Bid Express only and at costs associated with the Bid Express service fee schedule (https://www.infotechinc.com/bidexpress) after 8:00 a.m. on May 28, 2025. Payment for these items will not be refunded. A non-mandatory pre-bid meeting will be held virtually on Microsoft Teams on June 10, 2025 at 10:00 a.m. to discuss any questions that potential bidders may have. Bidders who would like to attend virtually, may contact Cory Svatosky via email at csvatosky@emht.com to obtain the meeting information. Each bid shall contain the full name and address of each person or company interested in the same and shall be accompanied by a proposal bond in the amount of one hundred percent (100%) of the bid, or by a certified check, cashier's check or irrevocable letter of credit for ten percent (10%) of the bid, made payable to the City of New Albany, Ohio, conditioned that if the bid is accepted a Contract will be entered into within 10 days after notice of award. A Contract Bond of One Hundred Percent (100%) of the amount of the Contract with a satisfactory surety company, conditioned according to law, will be required for the faithful performance of the Contract. Each Bidder must ensure that all employees and applicants for employment are not discriminated against because of race, color, religion, sex, or national origin. The Bidder will be required to state in full detail, with his Proposal, his experience in this class work; bids from contractors inexperienced in this particular class of work will not be considered. Information is included in the bid documents. Bidders must comply with the prevailing wage rates on Public Improvements in Licking County and the City of New Albany, Ohio as determined by the Ohio Department of Industrial Relations. The address of the bidder shall be given with the signature of the bid. The Bidder is required to fill out and where required execute each of the documents outlined in the Information for Bidders section. Should the contract be awarded, the notice of award will be sent to the lowest and best bidder within 90 days of bid opening. The project shall reach Substantial Completion within 542 calendar days from the Notice to Proceed. The Contractor will be required to submit a schedule of construction for approval by the City of New Albany prior to commencing construction. The Contractor shall, to the extent possible, use, and shall cause all of his Subcontractors to use, Ohio products, materials, services, and labor in connection with the Project. The City of New Albany, Ohio, reserves the right to reject any and all bids, including all bids which, in the opinion of the City Engineer, show evidence of unbalancing prices, and also to waive technical defects as the interest of the City of New Albany may require. By Order of the Council of the City of New Albany, Ohio Joseph Stefanov, City Manager, City of New Albany, Ohio May 28 Jun 4 | |
05/27/2025 | Public Notice WHITEHALL MUNICIPAL BUILDING EXTERIOR RENOVATION AND IMPROVEMENTS CITY OF WHITEHALL WHITEHALL, OHIO PROJECT NUMBER: 2023-7 PROJECT DESCRIPTION This project is in the City of Whitehall, at the Whitehall Municipal Building located at 360 S. Yearling Road, Whitehall, Ohio, 43213. This project includes the removal and replacement of the existing steel posts along the perimeter of the building, miscellaneous concrete repair work to the elevated slab and slab edges, landscape improvements, the removal of the existing ADA ramp at the rear of the property, the replacement of the existing monumental entrance stairs and the addition of an ADA ramp at the front of the building. All work is to be completed under a General Contract. The completion date for all work under this project is December 1, 2025. NOTE: Bidding for this Project will be conducted electronically via BIDEXPRESS. To obtain information about this service please visit https://demo.bidexpress.com/resources. To view the PLANS AND SPECIFICATIONS for this Project, please visit the BID EXPRESS website at www.bidexpress.com. If you have questions regarding the SCOPE OF WORK, MATERIALS, ETC., required on the Project, or if you have questions about viewing the plans or submitting a bid, please contact Jerome Scott Architects, Courtney Castleman at ccastleman@jeromescott-architects.com or (614) 225-G535. May 27 Jun 3 | |
05/27/2025 | Notice to Bidders Sealed bids will be received by the City of Gahanna, Ohio (“Owner”) until 11 am, local time, on June 23, 2025, through the Owner’s electronic bidding system for all labor, material, and services necessary for the 2025 Price Road Exploration Center Renovation, PK-22-02, as more fully described in the Contract Documents prepared by the City of Gahanna. Bids received after this time will not be accepted. Bids will be opened publicly and read immediately thereafter. Subject to the right of the Owner to reject any or all bids, the Owner will award contracts to the bidder(s) submitting the lowest and best bid(s). Engineer’s Estimate: $1,885,933.49 The Owner utilizes an online electronic bidding system through Bid Express as its sole method of bid submission for projects and contracts that are subject to competitive bidding. Bidders new to the Owner’s electronic bidding system must first register on the Bid Express website (www.bidexpress.com) to create an InfoTech Digital ID which is used to digitally sign bids. Registration is free. It can take up to five (5) business days to process a digital ID and it is highly recommended that a Digital ID be enabled 48-hours in advance of submitting an electronic bid. Bidders must plan accordingly. For additional guidance regarding the owner’s electronic bidding system, bidders must contact Bid Express directly. The Project consists of renovations and site work at a City-owned property. The renovations include converting a 5,500 square foot residential building to a multi-purpose park facility, which will include selective demolition, construction of a new deck, three multi-purpose rooms, two restrooms, a reception area, unoccupied utility spaces, and other related work. In the building interior, demolition has been completed to the studs. Site work will include construction of two new parking lots, installation of a new sewer lateral, lighting, grading, sidewalks, landscaping, and other related work. It is anticipated that the work will commence on September 5, 2025 and be completed by May 13, 2026. An optional pre-bid Open House will be held at 94 Price Road on June 4, 2025. Questions will be received only in Bid Express until June 16, 2025, at 11 am. Copies of the bid documents may be obtained through the Owner’s electronic bidding system. All bids must be accompanied by a Bid Guaranty and Contract Bond for the full amount of the bid (including all add alternates) as described in the Information and Requirements for Bidders. If State or Federal Labor Standards Provisions and State Wage Decisions are applicable to this project it will be a part of the contract documents. All bids must be accompanied by a preliminary planned schedule on proposed work and timelines involved with each phase of the project on when they plan to start, duration and complete each. No Bidder may withdraw its bid within sixty (60) days after the bid opening. The Owner reserves the right to waive irregularities in bids, to reject any or all bids, and to conduct such investigation as necessary to determine the lowest and best bidder for each contract. Stephania Ferrell, Director of Parks and Recreation May 27 Jun 3 |