NOTICE TO BIDDERS
Notice is hereby given that bids will be received at the office of the Mayor of the City of New Franklin electronically at www.bidexpress.com, with bids opening on February 27, 2026. for furnishing the labor and material required for the City of New Franklin's SUM-Cleve Mass Ph3 (CR17) Project according to the plans, specifications, and estimates for such improvement.
The contract documents, including plans and specifications, are on file and may be examined by www.bidexpress.com. Selecting the project name will allow bidders to view the plans, the plan holder’s list and addenda.
The Contract will be awarded to the lowest and best bidder.
Bids shall be submitted on the forms provided and shall state the Unit Price or Lump Sum as indicated by the blanks provided.
Each bidder is required to furnish with its proposal, a Bid Guaranty and Contract Bond 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.
Attention of the Bidder is directed to the requirements that each proposal must be accompanied by a non-collusion affidavit, properly executed by the Bidder. Further, the successful Bidder will be required to execute an affidavit required by Sec. 5719.042 of the Ohio Revised Code. No payment shall be made on any contract for which no such affidavit has been submitted.
All Contractors and all subcontractors MUST be pre-qualified by ODOT in the specific work item they intend to perform.
The required contract provisions for federal-aid construction contracts contained in the ODOT LPA Template is hereby incorporated by reference. These rules and regulations shall apply to all work to be done under this contract. If any provisions of these rules and regulations conflict with any other clauses of this contract, the ODOT LPA Template shall govern. This project is funded by the Federal Highway Administration and thus all bidders shall comply with the prevailing wage rates as determined by the United States Secretary of Labor, along with other provisions included within the contract documents that are applicable to Federal-Aid projects.
Contractors shall use only the classifications and wage rates set forth in the United States Department of Labor (USDOL) wage decision found at website noted below on payrolls submitted to the District Office. Additionally, please note that the wage modification in effect at the time of the project sale date, shall be used by all contractors. This USDOL wage decision may be viewed, by accessing the United States Department of Labor (USDOL) website at: http://www.wdol.gov/dba.aspx#3.
No bidder shall be considered a responsive and responsible bidder or eligible to be awarded the contract to which this Notice applies, if the bidder is listed on the Auditor of State’s database as having a “Finding of Recovery” as that term is defined in O.R.C. 9.24.
Small Business (SBE) Requirement. SBE participation goals (Subcontracts, materials, supplies) have been set on this project for those certified as SBE’s in accordance with the TEA – 21 (1998) an 49 CFR, Part 26, and qualified to bid with ODOT under Chapter 5525 of the Ohio Revised Code (O.R.C.)”. At the beginning following the project identification the SBE goal designation is written, I.e. SBE Goal: 7%.
WAIVER PROCESS FOR SBE GOALS: ODOT LPA Template, Page 19, Good Faith Effort (GFEs).
The Mayor of the City of New Franklin reserves the right to reject any and all bids.
By order of the Mayor of the City of New Franklin.