Home » Notices » Legals

Order no: 60156608
Publication: Daily Journal
Start Date: 01/09/2026
Expires: 01/16/2026

Legal Advertisement
ADVERTISEMENT FOR
BIDDERS
I.C. 5-16-13-1, effective
July 1, 2015

Sealed Bids for the Util-
ity Services Administration
Building for the City of
Franklin, Indiana (herein
called the CITY) will be
received at City Hall, 70
East Monroe Street,
Franklin, Indiana until
Wednesday, January 28,
2026 at 2:00 PM (local
time). Any Bids received
later than the above time
will be returned unopened.
All Bids will be publicly
opened and read aloud at
that time in the City Coun-
cil Chambers.
The work shall include
site and existing building
demolition, new site and
building construction as in-
cluded in the Bid Docu-
ments and Specifications.
Bids shall be properly
and completely executed
on a State Board of Ac-
counts Form 96 (Revised
2013). Each Bid shall be
accompanied by the
Contractor's Bid Attach-
ment (included with the
Contract Specifications) to
Form 96, a Financial
Statement (completely
filled out and signed) and
a bid security in the form
of an acceptable certified
check payable to the CITY
or an acceptable Bidder's
bond, in an amount of not
less than 5% of the total
bid price, in accordance
with the Contract Specifi-
cations.
The Contract will be
awarded in accordance
with the provisions of IC
5-16-13 for public works
projects awarded after
June 30, 2015. Pursuant
to IC 5-16-13-7, the provi-
sions of the law are incor-
porated by reference and
Contractor agrees that
pursuant to IC 5-16-13-8,
the public work project will
not be structured other
than in the Contractor tier
structure required by law.
Contractor shall further
be required to comply with
the provisions of IC
5-16-13-13; 14 in all re-
spects including but not
limited to document pres-
ervation and availability for
inspection.
A conditional or quali-
fied bid will not be ac-
cepted. Award will be
made to the low, respon-
sive, responsible bidder,
including but not limited to,
the provisions and defini-
tions referenced in IC
5-16-13 and IC 5-16-14.
In accordance with IC
22-5-1.7-11.1, Contractors
entering into a contract
with the CITY will be re-
quired to enroll in and ver-
ify the work eligibility sta-
tus of all newly hired em-
ployees through the
E-Verify program. In ac-
cordance with IC
5-22-16.5, Contractors en-
tering into a contract with
the CITY will be required
to provide an Indiana Iran
Investment Certification. In
accordance with IC
36-1-12-24, Contractors
and Subcontractors shall
be required to drug test its
employees when the cost
of the Public Works proj-
ect is greater than
$150,000.00. Additionally,
Contractor will be required
to execute an Affidavit
certifying compliance with
the law in the form in-
cluded in the Bid Docu-
ments and Specifications.
The CITY reserves the
right to waive any infor-
malities or minor defects
in bids or bidding proce-
dure, or to reject any and
all bids, or to accept the
bid from the lowest most
responsible and respon-
sive bidder as exclusively
determined by the CITY.
Any bid may be withdrawn
by written request prior to
the above scheduled time
for the opening of bids or
authorized postponement
thereof. No Bidder may
withdraw a bid within 60
days after the actual date
of the opening thereof.
Should there be reasons
why the contract cannot
be awarded within the
specified period, the time
may be extended by mu-
tual agreement between
the CITY and the Bidder
determined by the CITY to
be the lowest most re-
sponsible and responsive.
Submission of a signed
Bid by the Bidder consti-
tutes acknowledgment of
and acceptance of all the
documents and terms and
conditions of the
Contractual-Legal Re-
quirements and Technical
Sections in the Bid Docu-
ments and Specifications.
The Contractor to
whom the work is
awarded will be required
to furnish an acceptable
Performance and Pay-
ment Bond each 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 fi-
nal payment.
The Contractor to
whom the work is
awarded will be required
to purchase and maintain
insurance coverage as
described in the Bid Docu-
ments on an "occurrence
basis" and in accordance
with the insurance require-
ments and hold harmless
provisions of the City of
Franklin as identified in the
Bid Documents and Speci-
fications. Additionally, all
Contractors (including Tier
Contractors) shall be re-
quired to comply with IC
5-16-13-9 through 12. A
copy of the proposed Con-
tract is included in the Bid
Documents and Specifica-
tions.
Copies of the Bid Docu-
ments and Specifications
will be available from Re-
pro Graphix Inc., Cripe &
the Department of Plann-
ing and Engineering at 70
East Monroe Street Frank-
lin, Indiana 46131 no later
than 12:00 pm (local time)
on Wednesday, January
9, 2026. Copies of the Bid
Documents may be re-
quested by electronic mail
upon written request to
www.reprographix.com/eplanroom , shoersten@
crip.biz or to the City Engi-
neer at mmcelroy
@franklin.in.gov. A
Pre-Bid Conference will be
held on Friday, January
23, 2026, 10:00 AM at
Franklin City Hall, 70 E.
Monroe St., Franklin, IN
for this project; however,
questions may be directed
to the City Engineer and
responses to each ques-
tion received will be pro-
vided to all plan holders of
record prior to the bid
opening date and time.

CITY OF FRANKLIN,
INDIANA
APPROVED:
Matt A. McElroy, P.E.,
City Engineer
60156608 hspaxlp
(J) 01-09-16-2026



Return to previous page.