đź“Ł Exciting News! We’re thrilled to announce that the Ohio Business Development Center (OBDC) now has an official fundraising page. Support minority and small businesses in Ohio by making a donation today. Every contribution helps us empower more entrepreneurs. Check it out: OBDC Fundraising Page 🌟
Get ready for an exciting week of networking, learning, and business growth opportunities! 🚀 Join us for these powerful events:
🔹 Business Success Summit: Resources for Women in Business
📆 Tuesday, March 18 | ⏰ 11:30 AM (EST) | Online via Zoom 💡 Learn about funding, certification, and business resources for women! ✅ Featuring Keena Smith, Catrena Cannon, Ronda Watson Barber, Shaundretta Boykins, and Stacy Cornett 🔗 Register at OHBDC.org!
🔹 Basic Blueprint Reading for Construction
📆 Tuesday, March 18 | ⏰ 6:00 PM – 8:00 PM (EST) | Online via Zoom 🏗 Learn how to read blueprints, understand symbols, and apply blueprint reading skills for estimating & planning. 💰 Free for OBDC Members | $10 for Non-Members 🔗 Register at OHBDC.org!
🔹 Women in the Construction Industry Lunch
📆 Thursday, March 20 | ⏰ 11:30 AM – 1:00 PM | Ruscilli Construction HQ, Dublin, OH 👷‍♀️ Network, share resources & learn how to do business with Ruscilli Construction! 💰 Members: $5 | Non-Members: $10 🔗 Reserve your spot at OHBDC.org!
🔹 Building Business Credit & Funding Resources
📆 Tuesday, March 25 | ⏰ 11:30 AM (EST) | Online via Zoom 💰 Michael Towns of Adelphi Bank will share business credit & funding strategies! 🔗 Sign up at OHBDC.org!
📢 Don’t miss these valuable events – register today!
💬 Know someone who needs this? Tag them below! 👇🏽
Description: Project will consist of a new 13,500 sf Police Substation in the Hilltop Area on a 4-acre site located at 1860 Sullivant Avenue, Columbus, Ohio 43223. This project includes civil site work, Drawer-E, landscape, hardscape, structure, mechanical, electrical, plumbing, technology, roofing, interior finishes, FFE, security, fencing, and necessary trades, police specific facility components, and other such work as may be necessary to complete the contract.
Project has as City of Columbus 40% MBE/WBE Goal.
Project has a Community Benefit Agreement. Reference the specific attachment for details and note each contractor performing work onsite will need to comply with the agreement.
Project requires prevailing wage rates and is tax exempt.
Contact Aaron Daman with any questions. 614-545-3129 adaman@elford.com
ADVERTISEMENT FOR BIDS Columbus Regional Airport Authority GLYCOL PLC SYSTEM UPGRADE AND PROJECT #24060 John Glenn International Airport
Sealed Bids will be received by the Columbus Regional Airport Authority (CRAA) until 2:00 p.m., local time, April 2, 2025, for Glycol PLC system upgrades. The Scope of Work includes updating the Glycol PLC system at four (4) identified sites at John Glenn International Airport. The engineer’s estimate for this project is $297,239.00.
Sealed Bids will be received electronically via B2GNow. Information on how to register as well as to view or bid on this solicitation can be found at: https://columbusairports.diversitycompliance.com/ until the specified due date and local time. Bids must be submitted online using the B2GNow Portal by the specified due date and time.
Bids submitted by any other method are not acceptable and will not be considered. CRAA will reject any bids or unsolicited bid addenda that are received after the deadline. CRAA will reject late bids regardless of the cause for the delay.
The Bid Documents including the plans, specifications, and related information are available on B2GNow through, www.columbusairports.diversitycompliance.com. Any addenda will be available on B2GNow and bidders are responsible for retrieving any addenda as posted. All questions must be asked in B2Gnow and all answers will be posted in B2GNow. Any questions asked outside of B2GNow may not be answered. Questions received after the question deadline will not be answered.
CRAA reserves the right to reject any or all bids and to waive any informalities, irregularities, and technical defects of a minor nature. All bids are subject to all applicable Federal, State, and local laws, regulations, and rules. The Contract will be awarded to the lowest responsive and responsible bidder in accordance with applicable Federal, State, and local laws, regulations, and rules.
CRAA, 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 or offerors that it will affirmatively ensure that for 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 no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.
It is the policy of CRAA that Diversity Business Partner (DBP) organizations shall have the maximum opportunity to participate in the provision of services as outlined in this request. Bidders shall make a good faith effort to obtain DBP participation of 17.16% of the dollar value of the Contract. For questions regarding the DBP Program, contact Business Diversity at BusinessDiversity@ColumbusAirports.com.
SURETY REQUIREMENTS: The bidder must provide the required surety documentation at the time of the bid due date and time. The documentation shall comply with the requirements in 49 CFR Part 18.36(h)(1) and the Ohio Revised Code (ORC) Sections 153.57 and 153.571. These ORC Sections detail the requirements, however a list with percentages is provided below. Any Check or Letter of Credit instrument listed shall be drawn on a solvent bank authorized to do business in the State of Ohio, payable to the Columbus Regional Airport Authority.
Acceptable surety documents in an amount equal to 10% of the Bid Price including Alternates:
An irrevocable Letter of Credit, or Certified Check, or Cashier’s Check
Acceptable surety document in an amount equal to 100% of the Bid Price, including Alternates:
A Bid and Performance Bond executed by the bidder and a surety company authorized to do business in the State of Ohio and satisfactory to CRAA, in substantial compliance with 49 CFR Part 18.36(h)(2) and ORC §153.571 and a Payment Bond in accordance with 49 CFR Part 18.36(h)(3).
If the bidder is providing a certified check or cashier’s check as security, please mail the check to: CRAA, L-3459, Columbus, OH 43260. When submitting the security check, please indicate the project name on the check. Surety may also be submitted by EFT. To submit by EFT, please email CRAAProcurement@columbusairports.com. After the execution of the Contract and as appropriate, the Columbus Regional Airport Authority will refund any non-awarded bidder for the amount that previously received by CRAA.
Any Contract, if awarded, will be subject to the following federal provisions as applicable: Buy American Preferences (Title 49 United States Code, CHAPTER 501); Foreign Trade Restriction: Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (DOT Regulation 49 CFR PART 30); Davis Bacon Act (DOL Regulation 29 CFR Part 5); Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246 and DOL Regulation 41 CFR PART 60); Governmentwide Debarment and Suspension and Governmentwide Requirements for Drug-free Workplace (DOT Regulation 49 CFR PART 29).
A VIRTUAL pre-bid site visit is scheduled for March 18, 2025, at 10:30 pm, local time. Below is the information to attend the site visit:
OBDC is excited to announce the next Women in the Construction Industry Lunch, a networking and resource-sharing event designed to support and connect women in the construction field.
📅 Date: Thursday, March 20, 2025 🕛 Time: 12:00 PM – 1:30 PM 📍 Location: Ruscilli Construction Headquarters, 5815 Wall Street, Dublin, OH 43017 🏗 Hosted by: Ruscilli Construction
Event Highlights:
🤝 Network with other women professionals in construction
📢 Learn about available resources and business opportunities
🏗 Discover how to do business with Ruscilli Construction
Kenmore Construction Co., Inc. is accepting proposals from MBE/WBE firms certified through the City of Columbus – Office of Diversity and Inclusion and/or the State of Ohio or EDGE Certified Firms for the Southerly Wastewater Treatment Plant Main Drain Alternative Pipe Route project.
Project Details:
📍 Location: Southerly Wastewater Treatment Plant, 6977 South High Street, Lockbourne, OH 43137 📅 Bid Date: March 12, 2025, at 3:00 PM (ET) 🚧 Project Timeline:
Notice to Proceed: Expected June 30, 2025
Substantial Completion: 540 calendar days
Final Completion: 570 calendar days
Scope of Work:
This project includes new drain diversion infrastructure, slide gates, 42-inch piping, bar rack gate actuators, and flow meter replacements.
Opportunities for MBE/WBE/EDGE Firms:
Kenmore Construction seeks participation in the following areas: âś… General Requirements & Site Work (Excavating, Dewatering, Demolition, Concrete Coring) âś… Concrete (Formwork, Reinforcement, Cast-in-Place) âś… Metals (Structural Steel, Handrails, Grating, Anchor Bolts) âś… Mechanical & Electrical (Piping, Instrumentation, PLC Input/Output, Surge Protection) âś… Finishes & Specialties (Painting, Firestopping, Sealants, Signage) âś… Miscellaneous Subcontracting, Trucking, and Material Supply
Proposal Submission:
📜 Deadline for Quotes: March 11, 2025, by 12:00 PM (Local Time) 📧 Submit to: Adam Kohler at adamk@kenmorecompanies.com or Fax: 330-762-2135
đź“‘ Bid Documents & Assistance:
Request plans, specifications, and bid documents from Adam Kohler at adamk@kenmorecompanies.com or call 330-762-9373.
Technical assistance in financing, bonding, insurance, or mentoring is available upon request.
Kenmore Construction Co., Inc. is committed to diversity, inclusion, and equal opportunity participation.
Bids shall be submitted electronically through the www.bidexpress.com webservice until 2:00 p.m. local time on March 18, 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 Cosgray Road and Faust Ditch Drainage Improvements, in Franklin County, Ohio. EBE Goal: 5%
Project Description: Improving 2,628′ of storm sewer along Cosgray Road, from the intersection of Cosgray Road and Rings Road to Faust Ditch.
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. 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.
Bidders are required to be PRE-QUALIFIED WITH THE OHIO DEPARTMENT OF TRANSPORTATION to submit a bid for this project.
The contract will be awarded within 60 days of the bid opening date. At that time, a bid guaranty and contract bond in the sum of 100% of the bid plus all add alternates 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 November 14, 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
Sealed Bids will be received by the Columbus Regional Airport Authority (CRAA) until 2:00 p.m., local time, April 3, 2025, for LCK Ramp Reconstruction Phase 4 at Rickenbacker International Airport. The Scope of Work includes demolition of existing grass infields, asphalt shoulder and asphalt service roads and installation of concrete pavement, adjustment of existing storm structures, new fuel pit infrastructure and pavement markings for aircraft positions. The engineer’s estimate for this project is $6,877,548.
Sealed Bids will be received electronically via B2GNow. Information on how to register as well as to view or bid on this solicitation can be found at: https://columbusairports.diversitycompliance.com/ until the specified due date and local time. Bids must be submitted online using the B2GNow Portal by the specified due date and time.
Bids submitted by any other method are not acceptable and will not be considered. CRAA will reject any bids or unsolicited bid addenda that are received after the deadline. CRAA will reject late bids regardless of the cause for the delay.
The Bid Documents including the plans, specifications, and related information are available on B2GNow through, www.columbusairports.diversitycompliance.com. Any addenda will be available on B2GNow and bidders are responsible for retrieving any addenda as posted. A hard copy of the specifications and plans may be picked up at KEY BLUE PRINTS, 195 East Livingston Avenue, Columbus, OH 43215. Please contact Key Blue Prints at 614-228-3285 to obtain the cost for these documents. All questions must be asked in B2Gnow and all answers will be posted in B2GNow. Any questions asked outside of B2GNow may not be answered. Questions received after the question deadline will not be answered.
CRAA reserves the right to reject any or all bids and to waive any informalities, irregularities, and technical defects of a minor nature. All bids are subject to all applicable Federal, State, and local laws, regulations, and rules. The Contract will be awarded to the lowest responsive and responsible bidder in accordance with Ohio law.
CRAA, 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 or offerors that it will affirmatively ensure that for 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 no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.
Bidders shall make a good faith effort to obtain Disadvantaged Business Enterprise (DBE) participation of 15% of the dollar value of the Contract in accordance with the FAA DBE Program, 49 CFR 26. For questions regarding the DBE Program, contact Business Diversity at BusinessDiversity@ColumbusAirports.com. Contractors seeking DBE certification should contact the Ohio Department of Transportation’s (ODOT) Unified Certification Program at (614) 728-9598 or visit their website at www.ohioucp.org.
SURETY REQUIREMENTS: The bidder must provide the required surety documentation at the time of the bid due date and time. The documentation shall comply with the requirements in 49 CFR Part 18.36(h)(1) and the Ohio Revised Code (ORC) Sections 153.57 and 153.571. These ORC Sections detail the requirements, however a list with percentages is provided below. Any Check or Letter of Credit instrument listed shall be drawn on a solvent bank authorized to do business in the State of Ohio, payable to the Columbus Regional Airport Authority.
Acceptable surety documents in an amount equal to 10% of the Bid Price including Alternates:
An irrevocable Letter of Credit, or Certified Check, or Cashier’s Check
Acceptable surety document in an amount equal to 100% of the Bid Price, including Alternates:
A Bid and Performance Bond executed by the bidder and a surety company authorized to do business in the State of Ohio and satisfactory to CRAA, in substantial compliance with 49 CFR Part 18.36(h)(2) and ORC §153.571 and a Payment Bond in accordance with 49 CFR Part 18.36(h)(3).
If the bidder is providing a certified check or cashier’s check as security, please mail the check to: CRAA, L-3459, Columbus, OH 43260. When submitting the security check, please indicate the project name on the check. Surety may also be submitted by EFT. To submit by EFT, please email CRAAProcurement@columbusairports.com. After the execution of the Contract and as appropriate, the Columbus Regional Airport Authority will refund any non-awarded bidder for the amount that previously received by CRAA.
Any Contract, if awarded, will be subject to the following federal provisions as applicable: Buy American Preferences (Title 49 United States Code, CHAPTER 501); Foreign Trade Restriction: Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (DOT Regulation 49 CFR PART 30); Davis Bacon Act (DOL Regulation 29 CFR Part 5); Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246 and DOL Regulation 41 CFR PART 60); Governmentwide Debarment and Suspension and Governmentwide Requirements for Drug-free Workplace (DOT Regulation 49 CFR PART 29).
A VIRTUAL pre-bid meeting is scheduled for March 18, 2025, at 1:00 pm, local time. Below is the information to attend the Teams meeting:
Bids shall be submitted electronically through the www.bidexpress.com webservice until 10:00 a.m. local time on March 18, 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 2025 Franklin County Resurfacing Program, in Franklin County, Ohio. EBE Goal: 8%
Project Description: Upgrading 4.918 miles of various sections of Franklin County roadways including Alkire Road, Demorest Road, Galloway Road, Hall Road, Havens Corners Road, Hilliard-Cemetery Road, Leppert Road, Morse Road, Norton Road, Rathmell Road, and Reynoldsburg-New Albany Road with asphalt resurfacing and aggregate berm material.
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. 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.
Bidders are required to be PRE-QUALIFIED WITH THE OHIO DEPARTMENT OF TRANSPORTATION to submit a bid for this project.
The contract will be awarded within 60 days of the bid opening date. At that time, a bid guaranty and contract bond in the sum of 100% of the bid plus all add alternates 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 10, 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.
OBDC is excited to present a powerful lineup of March 2025 classes designed to help entrepreneurs, small business owners, and construction professionals gain the knowledge and resources needed to succeed!
Upcoming Sessions:
🔹 Business Success Summit: Resources for Women in Business
đź“… Tuesday, March 18 | 11:30 AM (EST) | Online via Zoom đź’ˇ Featured Speakers:
Keena Smith, CEO of the Women’s Center for Economic Opportunity
Catrena Cannon, Columbus Chamber of Commerce
OBDC’s Women in the Construction Industry Lunch Program & More!
This summit is designed to provide women entrepreneurs with essential business resources, funding opportunities, and professional development programs to help their businesses thrive.
🔹 Basic Blueprint Reading for Construction
📅 Tuesday, March 18 | 6:00 PM – 8:00 PM (EST) | Online via Zoom 📖 Presented by OBDC Construction Academy, this hands-on session will cover: ✅ How to read and interpret construction blueprints ✅ Understanding key symbols and components ✅ Applying blueprint reading skills for estimating and project planning 💰 Cost: Free for OBDC Members | $10 for Non-Members
🔹 Building Business Credit & Funding Resources
đź“… Tuesday, March 25 | 11:30 AM (EST) | Online via Zoom đź’° Michael Towns of Adelphi Bank will share essential strategies on: âś… Establishing and strengthening business credit âś… Exploring funding resources for small businesses âś… Best practices for securing loans and financing
Don’t miss these valuable learning opportunities to strengthen your business, build your network, and take your success to the next level! We look forward to seeing you in class!
Kokosing Construction Co., Inc. is preparing a bid for the City of Lancaster FAI – CR48/90/555 – VAR – Paving Project. We are seeking quotes for any portion of the project listed that you are qualified to perform or provide supplies, which includes the following:
Asphalt and Concrete Pavement Removal, Asphalt and Concrete Pavement Repairs, Asphalt Pavement Milling, Excavation, Aggregate Base Course, Asphalt Paving, Concrete Pavement, Pavement Markings and concrete curb and gutter.
Copies of the bidding documents can be obtained from the BidExpress service at www.bidexpress.com, The Builders Exchange or at 6235 Westerville Rd., Westerville, OH 43081. Please submit quotes to Ryan Davis via e-mail at rad@kokosing.biz by 4:00 p.m., March 5, 2025, or fax at 740-957-9227. Ryan may be contacted at 740-497-8966.
“Kokosing Construction Company is an equal opportunity employer.”
Â
Ohio Business Development Center
Stay informed with curated content and the latest headlines, all delivered straight to your inbox. Subscribe now to stay ahead and never miss a beat!