Wednesday, November 26, 2025
spot_imgspot_img

Top 5 This Week

spot_img

Related Posts

PUBLIC NOTICES 11.26.2025

PUBLIC NOTICES 11.26.2025

NOTICE TO BIDDERS

Notice is hereby given that the City of Martinsville, IN herein referred to as the Owner, will receive sealed bids for the 2026 Sidewalk and Curb Project located in the City of Martinsville, IN, Morgan County, Indiana. 

 

Sealed bids are invited and may be forwarded by mail, other courier service or in person to the City of Martinsville, Attn: Mac Dunn, 59 S. Jefferson Street, Martinsville, IN 46151, until 4:00pm on December 8, 2025. Bids received after such hour will be returned unopened. Bids will be opened and publicly read aloud during The Board of Works meeting @ 6:30 pm that evening at City Hall. Bids will then be taken under advisement for review by the owner and engineer.

 

The contract will consist of the following: 

 

2026 Sidewalk and Curb Project and related work items associated with sidewalk, curb, ADA ramp installation, and various street improvements throughout the City of Martinsville, IN.

 

Complete sets of bidding documents may be viewed at City Hall, 59 S. Jefferson Street, Martinsville, IN 46151. Electronic bidding documents are available per request at mdunn@martinsville.in.gov or hard copies can be picked up at City Hall, 59 S. Jefferson Street, Martinsville, IN 46151.

 

Each bid must be enclosed in a sealed envelope bearing the title of the Project, and the name and address of Bidder. All bids must be submitted on the bid forms as identified in the Contract Documents. 

 

Each bid shall be accompanied by a certified check or acceptable bidder’s bond made payable to the Owner, in a sum of not less than five percent (5%) of the total amount of the bid, which check or bond will be held by the Owner as evidence that the bidder will, if awarded the contract, enter into the same with the Owner upon notification from him to do so within ten (10) days of said notification.

 

Approved performance and payment bonds guaranteeing faithful and proper performance of the work and materials, to be executed by an acceptable surety company, will be required of the Contractor at the time he executes his contract. The bond will be in the amount of 100% of the Contract Price and must be in full force and effect throughout the term of the Construction Contract plus a period of twelve (12) months from the date of substantial completion.

 

The Owner reserves the right to reject any bid, or all bids, or to accept any bid or bids, or to make such combination of bids as may seem desirable, and to waive any and all informalities in bidding. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bid may be withdrawn after the scheduled closing time for receipt of bids for at least sixty (60) days.

 

The Owner may make such investigations as deemed necessary to determine the ability of the Bidder to perform the work and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Agreement and to complete the work contemplated therein.

 

Bids shall be properly and completely executed on bid forms included in the Contract Documents. Bids shall include all information requested by Indiana Form 96 (Revised 2013) included in the Contract Documents.

 

If project is $150,000 or more – State of Indiana requirement as of 7/2018, Bidder is required to submit with bid a written plan for an employee drug testing program that complies with IC 4-13-18-5 and IC 4-13-18-6.

 

Each Bidder is responsible for inspecting the Project site(s) and for reading and being thoroughly familiar with the Contract Documents and Specifications. The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from any obligation with respect to its Bid.

________________________________________________________________________

NOTICE TO BIDDERS

 

Notice is hereby given by the Morgan County Board of Commissioners that they will receive sealed bids on or before 3:30 PM on December 15, 2025, in the Auditor’s Office of the Administration Building at 180 S. Main Street, Martinsville, IN 46151 for supplies and materials to be used by Morgan County during the year 2026.  Bids will be publicly opened and read aloud at the Board of Commissioners meeting held at 6:30 PM on December 15, 2026, in the Sadler Room of the Administration Building.

 

All bidders are hereby notified that the acceptance of a bid will not bind Morgan County to purchase any or all quantities advertised. 

 

All bids will be accepted on a requirement-need basis to be determined by the Highway Superintendent, or County Commissioners. Once an order is placed by the proper Morgan County purchasing agent with the successful bidder, the bidder will be required to deliver materials and/or supplies ordered within 24 hours, or at any other time agreed by the purchasing agent. Should a successful bidder not meet these delivery requirements, then the purchasing agent shall have the right to place the order on the open market. The Morgan County Board of Commissioners will receive sealed bids for the following Classes and Items: 

 

CLASS 1      Gasoline 

 

35,000 gallons or less unleaded gasoline delivered (87 Octane Minimum) to the Morgan County Highway Department     

 

CLASS 2     Diesel Fuel 

 

65,000 gallons or less of On Road Diesel Fuel 

 

Fuel shall be delivered to the Morgan County Highway Department. FUEL MUST BE PREMIUM at bidders’ pickup point with no additives added to make it premium. Minimum Cetane: On Road Diesel – 50; Off Road Diesel – 51 

 

CLASS 2.5     Diesel Exhaust Fluid

 

      2,000 Gallons or less of Diesel Exhaust Fluid 

 

CLASS 3     Hot Bituminous Patch

 

Item A 3,200 Tons or less HMA Type A Base, Binder, Surface 

FOB Venders Plant – Commissioner’s District #1

 

Item B 3,200 Tons or less HMA Type A Base, Binder, Surface 

FOB Venders Plant – Commissioner’s District #2

 

Item C 3,200 Tons or less HMA Type A, Base, Binder, Surface 

FOB Venders Plant – Commissioner’s District #3

 

CLASS 3.5 – COLD BITUMINOUS PATCH – COLD MIX ASPHALT (CMA)

 

Item A 50 Tons or less: CMA Base, Binder, Surface 

FOB Venders Plant – Commissioner’s District #1

 

Item B 50 Tons or less: CMA Base, Binder, Surface 

FOB Venders Plant – Commissioner’s District #2

 

Item C 50 Tons or less: CMA Base, Binder, Surface 

FOB Venders Plant – Commissioner’s District #3

 

CLASS 4 Liquid Asphalt Materials 

 

2,000 tons or less of Liquid Asphalt Material

 

CLASS 5        Crushed Stone

 

Item A 32,500 tons or less crushed stone.

 

          Item B       32,500 tons or less crushed stone delivered to the Morgan County Highway Department stockpile including trucking quote. 

 

CLASS 6 Corrugated Aluminum, Plastic or Steel Culverts; Pre-engineered Bridge Packages

 

Item A Corrugated Metal Pipe (Aluminum or Aluminized Steel) 

Item B Corrugated Aluminum Structural Plate

Item C Pre-engineered Bridge Packages

Item D HP Pipe/Corrugated Polypropylene Pipe

Detailed specifications for all classes and items are obtainable from the Morgan County Highway Department. 

 

Each bid must be submitted on Bid Form #96 obtainable from the Morgan County Highway Department. 

 

Each bid must be accompanied by a bidder’s bond for In-State bidders and certified check for Out-of-State bidders equal to 10% of the Bid or $2,000, whichever is less.

 

Each bidder must place their bid in a sealed envelope indicating on the outside the class and the item number the enclosed bid pertains to. Should a bidder be bidding on more than one class or item, separate bids must be submitted in separate envelopes.

 

The bidders must include their bidder’s bond or certified check with their bid that is first scheduled to be opened.

 

The Morgan County Board of Commissioners reserves the right to reject any or all bids and further reserves the right to waive any informality pertaining thereto.

________________________________________________________________________

SYCAMORE SERVICES 

FOR IMMEDIATE RELEASE 

10/27/2025 

In response to rising operational costs and the need to maintain reliable service for our community, Morgan County Connect Public Transportation will implement a fare increase beginning January 1. 

Since 2005, the service has operated under its original fare structure-$3.00 per stop within town limits and $4.00 per stop outside town limits. Now, after nearly two decades without a change, the new fares will reflect current economic realities: 

Within town limits: $6.00 per stop Outside town limits: $8.00 per stop 

Seniors aged 60 and over will continue to ride free, as our agency remains committed to ensuring affordable transportation options for older residents throughout Morgan County. 

This increase is essential to cover higher fuel costs, maintenance expenses, staffing requirements, and vehicle replacement needs. Morgan County Connect remains dedicated to providing safe, accessible, and efficient public transportation and appreciates the community’s ongoing support and understanding as we make this transition. 

For more information on the new fare structure or to discuss eligibility for senior or other assistance programs, please visit www.sycamoreservices.com or call (317) 745- 4715. 

Sycamore Services, Inc. makes a difference in the lives of individuals with intellectual /developmental disabilities and others experiencing daily challenges by providing individualized training and services to increase independence and enhance their quality of life. 

For more information, please contact dtcupp@sycamoreservices.com or visit www.sycamoreservices.com 

 

Public Notices
+ posts

LEAVE A REPLY

Please enter your comment!
Please enter your name here

Popular Articles