dearborn cty. J-P legals

Page 1

TUESDAY, JUNE 26, 2012 NOTICE TO TAXPAYERS OF ADDITIONAL APPROPRIATIONS Notice is hereby given the taxpayers of the City of Lawrenceburg, Dearborn County, Indiana. that the proper legal officers will consider the following additional appropriations for the current year budget at their regular meeting place at 230 Walnut Street, Lawrenceburg, IN at 4:30 PM on the 26th of June, 2012. Fund Name Municipal Development Fund (MDF 280) Riverboat (284) Major Budget Classification: 10000 Personal Services 0.00 760,515.00 20000 Supplies 220,000.00 321,025.00 30000 Other Services & Charges 1,700,000.00 5,059,725.02 40000 Capital Outlays 246,401.72 20,034,011.25 50000 Other Capital Outlays 30,648,910.00 5,011,222.58 TOTAL FOR FUNDS 32,815,311.72 31,186,498.85 Taxpayers appearing at the meeting shall have a right to be heard. The additional appropriation as finally made will be referred to the Department of local Government Finance (Department). The Department will make a written determination as to the sufficiency of funds to support the appropriations made within fifteen (15) days of receipt of a Certified Copy of the action taken. June 12, 2012 Jackie Stutz CLERK-TREASURER CITY OF LAWRENCEBURG C-6-14-R-2t C-6-19-JP-2t The Dearborn County Board of Zoning Appeals will hold a meeting on Tuesday, July 10,2012 at 7:00 P.M. in the Dearborn County Administration Building, 3rd Floor Commissioner's Room, Lawrence burg, Indiana 47025 on the following: Barb Collins is requesting a variance to create a lot with no road frontage. This property, which con tains 41.9 acres, is located on Glenn Woods Lane in Sections 2 and 35 of Lawrenceburg Township, Interested persons are requested to appear and voice their opinion with respect thereto. /s/ Mark McCormack Director of Planning C-6-26-JP-1t NOTICE TO BIDDERS The Dearborn County Assessor will receive sealed bids for the services listed below at the Dearborn County Assessor's Office, Lawrenceburg, Indiana until 10:00 A. M. EST June 29 , 2012, at which time they will be publicly opened and read aloud in the County Assessor Office at 10:30 A.M. EST June 29, 2012. The Dearborn County Assessor will contract with a Professional Appraiser to conduct the 2013 New Construction and Trending Services for Dearborn County. The Professional Appraiser must be either an individual who is certified under IC 6-1.1-31.7 as a Level III assessor-appraiser who is a IAAO Certified Appraisal Expert or from a firm whose supervisor is certified as a Level III assessor-appraiser and who is a IAAO Certified Appraisal Expert. The profes sional appraiser must have extensive experience in the use and application of Indiana Assessment Standards and a thorough understanding of the income method of valuation. Each bidder must be able to provide a Performance Bond. Specifications for this project which describe the services to be provided and other terms and conditions are available in the office of the Dear born County Assessor. The County Assessor reserves the right to accept or reject any bid and to waive any irregularities in bidding. All bids may be held for a period not to exceed 30 days before the contract is awarded, during which time no bid may be withdrawn. Gary Hensley Dearborn County Assessor C-6-14-R-2t C-6-19-JP-2t NOTICE TO BIDDERS The City of Lawrenceburg 2012 Concrete Maintenance & Repair Project Notice is hereby given that the City of Lawrenceburg, Indiana, will receive sealed quotes for the 2012 Concrete Maintenance & Repair Project at the Lawrenceburg Clerk-Treasurer's Office, 212 Walnut Street, until 2:00 PM (local time) on July 9,2012. The quotes will be opened and read aloud at 2:05 PM (local time) on July 9, 2012 at the Lawrenceburg Administration Building, 230 Walnut Street. All bids shall be taken under advisement and awarded at the July 16,2012 Board of Works Meeting at 6:00 PM (local time) This project is being bid as a Unit Cost Project. The scope of work shall include but not limited to concrete flat work, curbs and walls, including demo, repair, replacement, construction, dirt work and site restoration. Quotes shall include the completed Standard Questionnaire Form No. 96, including the noncollusion affidavit. Each quote shall be accompanied by the Conflict of Interest / Nepotism Affidavit included in the Quote Specifications. Wage rates for this project shall not be less than the current prescribed scale of wages as deter mined pursuant to the provisions of chapter 319 of the Acts of the General Assembly of Indiana of 1935 . The contractor receiving the award shall furnish an approved Performance Bond and a Payment Bond, each for $10,000.00, along with written proof of insurance before receiving the Notice to Proceed. Packets with detailed specifications and the re quired forms, may be picked up at the office of the Lawrenceburg Clerk-Treasurer during normal working hours up to the mandatory Pre Bid Meeting. The mandatory Pre Bid Meeting will be held at 10:00 AM (local time) on July 3, 2012 at the Lawrenceburg Administration Building, 230 Walnut Street. Bidders shall be pre-qualified with the City at least 48 hours prior to submitting bids. Any questions shall be directed to Mike Clark, Director of Engineering at (812) 532-3554. The City of Lawrenceburg is an Equal Opportunity / A.D.A. Compliant Employer. Jackie Stutz, Clerk-Treasurer, City of Lawrenceburg Joe Votaw, Attorney City of Lawrenceburg C-6-26-JP-1t C-6-28-R-1t "The City of Greendale Park Board will be accepting sealed bids for the demolition of Greendale Municipal Pool in Greendale, IN. This project includes the complete demolition and removal of pool walls, brick, block, wood, concrete, asphalt paving and pool equipment material. Project also includes minor asbestos removal and restoration of the site. Bids forms can be picked up at the City of Greendale, 510 Ridge Ave. Greendale IN 47025 starting June 26,2012. A non mandatory pre bid meeting wi" be held at the Pool at 2 pm July 10, 2012. Sealed bids are due by 4 pm July 17, 2012 at 510 Ridge Ave. Greendale IN 47025. The bids will be opened at 4 pm that same day at the City of Greendale Park Board meeting. Please contact Steve Lampert, City Manager, with any questions you might have." C-6-26-JP-1t C-7-5-R-1t

THE JOURNAL-PRESS ORDINANCE NO. 2012AN ORDINANCE ESTABLISHING A PROGRAM FOR PROTECTING THE PUBLIC WATER SYSTEM FROM BACKFLOW OF CONTAMINANTS THROUGH WATER SERVICE CONNECTIONS INTO THE PUBLIC WATER SYSTEM WHEREAS, Indiana law requires all public water supplies be continuously operated and maintained so that the water is safe and satisfactory for public consumption; and WHEREAS, the backflow of water from water service connections can compromise the quality of the public water supply; and, WHEREAS, the Indiana Department of Environmental Management authorizes the establishment of a continuous program of cross connection control to prevent the contamination of public water systems due to backflow; NOW, THEREFORE, BE IT ORDAINED by the Town Council of the Town of Dillsboro, as follows: 1.DEFINITION: CROSS-CONNECTION: Any physical connection or arrangement between two otherwise separate systems, one of which contains potable water from the Town water system, and the other, water from a private source, water of unknown or questionable safety, or steam, gases or chemicals, whereby there may be a flow from one system to the other, the direction of the flow depending on the pressure differential between the two systems. 2.CROSS CONNECTIONS PROHIBITED No person, firm or corporation shall establish or permit to be established or maintain or permit to be maintained any cross connection. No interconnection shall be established whereby potable water from a private, auxiliary or emergency water supply other than the regular public water supply of the town may enter the supply or distribution system of the municipality, unless the private, auxiliary or emergency water supply and the method of connection and use of that supply shall have been ap proved by the Town water utility and by the State Department of Environmental Management in accordance with all state and local laws and regulations. 3.INSPECTIONS; RIGHT OF ENTRY (A) It shall be the duty of the Town Superintendent to cause inspections to be made of all properties served by the public water system where cross-connections with the public water system are deemed possible. The frequency of inspections and re-inspections based on potential health hazards shall be established by the Town Superintendent. (B) That upon presentation of credentials, the representative of the Town Superintendent shall have the right to request entry at any reasonable time to examine any property served by a connection to the public water system of the town for cross-connections. On request, the owner, lessee or occupant of any property so served shall furnish to the inspection agency any pertinent information regarding the piping system or systems on the property. The refusal of access or refusal of requested pertinent information shall be deemed evidence of the pres ence of cross connections. 4.PENALTY (A) Any person, firm, or corporation who violates any provision of this chapter for which another penalty is not specifically provided shall, upon conviction, be subject to a fine not exceeding $2,500. A separate offense shall be deemed committed upon each day during which a violation occurs. (B) Any person, firm or corporation violating the terms of this ordinance shall be subject to disconnection of water service, in addition to the stated fines, until such time as the Town Superintendent certifies to the Town Council that the property is in compliance with this ordinance. SO ORDAINED this day of , 2012, by the Town Council of the Civil Town of Dillsboro. C-6-19-JP-2t RE-BID ADVERTISEMENT FOR BIDS TOWN OF DILLSBORO, DEARBORN COUNTY, INDIANA S.R. 62 & BANK STREET SIDEWALK PROJECT The Town Council of the Town of DILLSBORO, INDIANA, will receive sealed bids for the S.R. 62 & BANK STREET SIDEWALK PROJECT, consisting of replacement of existing sidewalks, construction of new sidewalks, new driveway approaches and associated drainage improvements, complete including all materials and items of work necessary and as specified. Sealed bids will be received by the Dillsboro Town Council, 13030 Executive Drive, Dillsboro, IN 47018, until 6:30 p.m., local time, on THURSDAY, JULY 5, 2012. Bids will be publicly opened and read aloud at the Dillsboro Town Council meeting at 6:30 p.m. local time, on Thursday, July 5, 2012. Proposals received after said time will be returned unopened. (Note: The Town Hall will close at 4:00 p.m. on July 5, 2012. Bids not submitted before 4:00 p.m. shall be delivered to the Town Council Meeting and submitted before 6:30 p.m.) The CONTRACT DOCUMENTS may be examined at the following locations: R. E. Curry & Associates, Inc., 110 Commerce Dr., Danville, IN 46122 McGraw-Hill Dodge, On-Line Plan Room Dillsboro Town Hall, 13030 Executive Drive, Dillsboro, IN 47018 Copies of the Contract Documents may be ob tained by Bidders at the office of Robert E. Curry & Associates, Inc., 110 Commerce Dr., Danville, IN 46122, upon payment of $75.00 for each set. No Bidder may withdraw his bid within 60 days after the actual date of opening thereof. All work must be completed within 90 days of award of contract. The contractor to whom the work is awarded will be required to furnish, before commencing work, a performance and payment bond in an amount equal to the bid price of the contract awarded to said contractor, and certificates of all insurance required in the specifications. All bonds and liability insurance shall remain in effect for a period of twelve (12) months following completion and acceptance of construction. The award of the contract is subject to all approvals required by local and federal agencies. Upon securing of all approvals, the successful bidder shall receive a “Notice to Proceed� with con struction and said contractor shall begin construction within fifteen (15) days of receipt of such notice, and shall complete the project pursuant to the contract documents. The Town of DILLSBORO reserves the right to reject any proposal or all proposals, or to accept any proposal or proposals, or to make such combination of the proposals as may seem desirable, and to waive any and all informalities in the bidding. The bid will be awarded to the lowest, most responsive, responsible bidder. TOWN OF DILLSBORO, INDIANA Mary Lou Powers, Council President C-6-19-JP-2t

PAGE 1


Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.