The Press-Dispatch

July 1, 2020

The Press-Dispatch

Issue link: http://www.ifoldsflip.com/i/1265327

Contents of this Issue

Navigation

Page 8 of 20

A-8 Wednesday, July 1, 2020 The Press-Dispatch An at-a-glance look at products and services offered by local businesses. BUSINESS SATURDAY, JULY 11 • 10am EDT Auction pick-up available! KALEB CLARIDGE AU11700062 Follow on Auctionzip.com • ID# 46613 • ousands of coins and jewelry pieces! No auction is too big or too small. Claridge Auction can do it all! CALL TODAY TO SCHEDULE YOUR AUCTION! No Buyer's Premium. At the Auction Barn: 2667 E. CR 400 S., Winslow AUCTION JEWELRY, COIN & CURRENCY Family-Owned Business FREE ESTIMATES! 812-582-2646 WE ALSO DO: • TRENCHING and DRAINS • DIRT and ROCK HAULING • SITE PREP and CLEARING Septic tank pumping & inStallation R E F E R R A L P R O G R A M Pay It Forward *Closing must take place by 12/30/2020. Charity must be a registered 501(c)(3) Know someone looking to buy or sell, even if it's you? $500 donation for a charity or school of your choice for every referral that results in a closing! * Call Jessica Mason 812-582-0246 Specializing in: • Real Estate • Personal Property Estates • Farm & Equipment Auctions 812-598-3936 Call today to schedule your auction Auction pickups available Lic. #AU10800006 PERSONAL PROPERTY AUCTION July 9 • 3:30 p.m. CDT • 114 E. SR 68, Lynnville Furniture, Antiques, Collectibles, Pottery, Tools and More. Real Estate Auction is July 23 812-354-4771 Quality Work • Affordable Prices NOW ACCEPTING Like us on Facebook "From roof to foundation, WE'VE GOT YOU COVERED!" WET basement? f o u n d a t i o n C R ACK S ? BOWING walls? LLC Free Es mates WARRANTIES Local Contractor lan-contech.com Fix it – Permanently. Call 812-481-2756 or Toll Free: 855-481-7100 RHODES' TAX SERVICE 1360 N. Crestview Rd., Petersburg, Indiana 47567 PREPARATION Federal & State Call Mary Rhodes 812-354-8123 812-354-4255 or TAX ROBLING Tax Service, LLC 303 N. 12th St., Petersburg 812-354-9673 Carol Robling, Jim Robling, Holly Garland-Blake HOME IMPROVEMENT AUCTION AND REAL ESTATE JUNK Vehicles CALL TODAY! 812-630-1665 Buying State Farm, Home Office, Bloomington, IL Dale Grinstead State Farm Agent 211 W. Morton Oakland City, IN Bus: 812-749-6155 dale.grinstead.bylw@statefarm.com dack.mathis.uy0i@statefarm.com 812-354-6119 • 812-354-4541 Visit us online at www.getreeservice.com tree trimming tree removal stump removal storm Damage specialist Financing Available for Homeowners fully licensed & insured GE trEE sErvicE SENIOR DISCOUNTS LOW PRICE GUARANTEE We'll beat any competitor's advertised price! 812-582-0313 GROOMER GROOMING & BATHING Also available for dog walking! 5630 N. State Road 57, Petersburg MISCELLANIOUS TAX PREPARATION LIST YOUR BUSINESS HERE. CALL 812-354-8500 OR EMAIL classifieds@ pressdispatch.net TODAY! CLASSIFIED LEGAL NOTICE OF PLANNED IMPROVEMENT–SR 65 OVER BRANCH OF HARDIN CREEK–DES. 1700166 e Indiana Department of Transportation (INDOT) and the Federal Highway Administration (FHWA) intend to proceed with a bridge rehabilitation project (Des. 1700166) for the bridge carrying SR 65 over a Branch of Hardin Creek in Pike County, Indiana. e need for this project is due to the deteriorated condition of the existing structure (Bridge No. 065-63- 06288 B; NBI No. 023290) carrying SR 65 over Branch of Hardin Creek. e existing structure is a single-span, prestressed concrete box beam bridge measuring 36 feet long and 30.5 feet wide. e existing superstructure and substructure exhibit moderate structural deterioration. A beam in the superstructure has two holes through the bottom exposing the interior of the beam. In addition, minor timber deterioration has occurred in the substructure at the northwest corner. e approximate existing right-of-way is 20 feet north and 20 feet south of the centerline throughout the project area. e bridge has no historic significance and is not on or eligible for inclusion on the National Register of Historic Places. e replacement structure will be a single-span, reinforced concrete box culvert. e new bridge span will be 22 feet long with an out-to-out width of 39 feet. Limits of full depth pavement replacement as well as surface milling and resurfacing of paved approaches will be approximately 73 feet east and 86 feet west from the existing structure. is will be completed in order to transition the proposed structure to the existing profile grade. Regrading of the ditches and shoulder widening will be completed north and south of SR 65 to accommodate the proposed guardrail. is is a project of independent utility and no related projects can be identified which would be affected by the replacement of this small structure. e project termini are approximately 170 feet east and 160 feet west from the center of the existing bridge. ese termini are considered logical because they provide an adequate distance to complete the bridge replacement and associated work. It is anticipated that the proposed project will require acquisition of approximately 0.57 acre of new permanent right-of-way. No displacements are associated with this project. Approximately 0.03 acre of wetlands will be impacted by the project for construction access. e estimated cost for the design, right-of-way acquisition, and construction is approximately $760,000. e maintenance of traffic (MOT) for the project will require the closure of SR 65 with a detour. A state route detour utilizing SR 56, US 41, and SR 64 will be in place. e Federal Highway Administration (FHWA) and the INDOT have agreed this project falls within the guidelines of a Categorical Exclusion (CE) 2. All interested parties are hereby notified of the availability of the environmental document for inspection and the preliminary design plans for viewing at the following website https://www.in.gov/indot/4060. htm. Persons with limited internet access may request project information be mailed. Please contact Kate Williams, HNTB Corporation, 111 Monument Circle, Suite 1200, Indianapolis, IN 46204, 317-917-5332 or klwilliams@HNTB.com. In accordance with the "Americans with Disabilities Act", if you have a disability for which INDOT needs to provide accessibility to the above documents such as interpreters or readers, please contact Kate Williams, HNTB Corporation, 111 Monument Circle, Suite 1200, Indianapolis, IN 46204, 317-917-5332 or klwilliams@ HNTB.com. All interested persons may request a public hearing, or express their concerns, by submitting comments to the attention of Kate Williams, HNTB Corporation, 111 Monument Circle, Suite 1200, Indianapolis, IN 46204, 317-917-5332 or klwilliams@HNTB.com OR Troy Arnold, INDOT, 3650 S US Highway 41, Vincennes, IN 47591, 812-895-7348 or tarnold1@indot.in.gov on or before July 6, 2020. If a hearing is determined to be in the best interest of the public, additional notification will be prepared and the public notified. Otherwise, any comments or materials received will be considered in the decision-making process. is notice is published in compliance with: 1) Code of Federal Regulations, Title 23, Section 771 (CFR 771.111(h)(1) states: "Each State must have procedures approved by the FHWA to carry out a public involvement/public hearing program." 2) 23 CFR 450.210(a)(1)(ix) stating: "Provide for the periodic review of the effectiveness of the public involvement process to ensure that the process provide full and open access to all interested parties and revise the process, as appropriate."; and 3) e INDOT Public Involvement Policies and Procedures approved by the FHWA on August 16, 2012. (June 24, July 1, 2020) hspaxlp LEGALS LEGALS REQUEST FOR STATEMENT OF QUALIFICATIONS TOWN OF WINSLOW WINSLOW COMMUNITY CENTER STUDY DESCRIPTION OF THE PROJECT e Town of Winslow, Pike County, Indiana, is applying for a Planning Grant through the Indiana Office of Community and Rural Affairs to undertake a Community Facility Plan. e study will include the professional services of an engineer/architect to prepare a feasibility study for Winslow Community Center, located at 411 E. Porter Street, Winslow, IN 47598. In order to assure compliance with the Indiana Office of Community and Rural Affairs (IOCRA) and related requirements regarding competitive negotiation of planning services, the Town of Winslow is seeking Statements of Qualifications. Description of Services Needed/Elements of the Plan Required Items Cover Page; Table of Contents; Executive Summary (2-4 pages); High-quality, colored and captioned maps, photographs, and/or drawings that illustrate the critical elements of the study; Concise narratives with minimal use of professional jargon; Citation of all sources used in both the footnote and the reference page; Studies must be in color, have page numbers, and be free from unusual formatting. A. Executive Summary 1. Purpose of the study 2. Scope of the study 3. Process to develop study, including public input via hearings, surveys, etc. 4. Study summary in 2-4 pages 5. Outline of key goals, strategies and desired outcomes B. General Background Provide a brief overview of the demographic, economic and educational profile of the target area including but not limited to: 1. Key population features 2. Economic base 3. Key anchor institutions in the community/ county C. Public Facility Feasibility Committee (PFFC) Provide a summary of the PFFC. is should include: 1. List of the members of the committee and the entity they represent 2. Outline of the committee's work in developing the plan including a listing of meetings, summaries of public hearing, and a discussion of how consensus was reached for the plan 3. Describe role of the PFFC which includes, but is not limited to: a. Serving as liaison between the area, OCRA, partners, funders b. Engaging in studying key data indicators related to the facility c. Actively involved in developing, with active public input, the Public Facility Feasibility Study for the targeted area D. Existing Conditions Describe the current state of the existing facility. Specifically, provide information on the following: 1. Current physical conditions a. Current photos and details of the facility b. Adjacent buildings/traffic patterns c. Interior and exterior structural issues d. Architectural e. Building materials and finishes f. Mechanical (HVAC), Electrical, Plumbing g. Floor plans, if applicable h. Known environmental/site hazards i. ADA Accessibility issues 2. Historical significance of the facility, if applicable 3. Socioeconomic factors in the target area that could affect (positively or negatively) use of the facility 4. Physical assets and resources that could be used to support the facility 5. Results of demand aggregation surveys 6. Service gaps and needs existing in the target area 7. Financial status of any existing facility E. Need for Facility 1. Health, sanitation, security 2. Aging infrastructure 3. Reasonable growth F. Public Facility Vision and Key Goals 1. Vision of the future state and use of the facility. e vision must: a. Be future focused (5 to 10 years) and take into consideration foreseeable needs of the community b. Identify how the facility will be used with an emphasis on community development c. Include possibilities for programming involving the facility that will help to engage the service area d. Address the service gaps and needs identified in the previous section 2. Key goals, along with measurable strategies linked to each goal, that will help sustain the facility and expand access to/outreach of the facility G. Public Facility Implementation Options 1. Prioritized outline of at least three (3) implementation options that include: a. Description of how current assets can be leveraged to implement each option b. Renderings and recommended improvements i. Design – Structural, Architectural ii. Mechanical iii. Other recommendations iv. Site elevation drawings c. Site/land acquisition issues for locations i. Access/egress issues d. Five year pro-forma for operations e. Maps, pictures, or illustrations f. Projected number of users g. Cost and benefit estimates h. Implementation timeline i. List of funding sources both private and public j. List of possible partnerships k. Environmental impacts l. Land requirements m. Potential construction problems n. Sustainability considerations 2. For Community Centers a. Provide information on the types of programming that the community center will offer b. List of potential pro bono clients that will use the facility H. Action Items 1. Operationalize at least one of the facilities implementation options from this plan that was developed by the PFFC and fully supported by the appropriate governing body. 2. Research, obtain and earmark funding for the project via appropriation, additional grant application submissions, debt financing, etc. I. Appendices Type of Contract e Town of Winslow will execute a fixed fee type contract for this project that is contingent on final commitment of planning grant funding and authorization to incur costs. All services will be billed in accordance with the terms and conditions of the grant agreement. Federal Requirements Prospective organizations should note that the successful bidder must meet the following terms and conditions: 24 CFR Part 85.36. Title VI Civil Rights Act of 1964. Conflict of Interest (24 CFR 570). Access to Records. Executive Order 11246 – Equal Employment Opportunity. Executive Order 12138 – Women Business Enterprise Policy. Architectural Barrier Act of 1968. Age Discrimination Act of 1975. Section 3 Clause – Housing and Urban Development Act of 1968. Section 504 Rehabilitation Act of 1973. Retention and Custodial Requirements (24 CFR Part 85.42). Executive Order 11063. Affirmative Action Program/Plan. Davis Bacon and Related Acts. e Indiana Office of Community and Rural Affairs has a 10% MBE/WBE goal for all projects funded with Community Development Block Grant funds. Statement of Qualifications e Statement of Qualifications must include sufficient information regarding qualifications and determine that the engineer/architect is qualified and experienced in Community Facility Projects. Do not include a proposed fee with the proposal, as this is a qualification based selection process. e proposal should include the following: A description of expertise, experience and resources directly relevant and available for the proposed project. A list of similar projects previously completed. A list of references. Resumes of professional staff members that will work on the project. Name of person to be in charge of this project. Description of scope of services as per Description of Services Needed. A project time line. is proposal shall also provide the following information: name, title, address and telephone number of individuals with authority to negotiate and bind the proposer contractually, and who may be contacted during the period of proposal evaluation. Award of Contract Proposal Evaluation criteria shall include: 1. Specialized experience or technical expertise of the organization and its personnel in connection with the scope of services to be provided and complexity of the project. (Rating 1-5; Weight 10= Possible 50 points) 2. Past record of performance on contracts, including quality of work, timelines and cost control. (Rating 1-5; Weight 10= Possible 50 points) 3. Capacity of the organization to perform the work within time limitations, taking into consideration the current planned workload of the firm. (Rating 1-5; Weight 10= Possible 50 points) 4. Familiarity of the organization with this type of project or problems applicable to the project. (Rating 1-5; Weight 10= Possible 50 points) * For a total of __200__ points possible. A committee will evaluate all of the applicant firms' "Statements of Qualifications" and select the most qualified firm based on the above Proposal Evaluation Criteria and subsequent interviews of select firms, subject to negotiation of a fair and reasonable price. If you are interested in providing the required services, please note that five (5) copies of the proposal, clearly marked on the outside "Winslow Community Center Planning Grant QBS" must be submitted no later than 4:00 P.M. (Eastern) on August 3, 2020 to Stacy McCandless, Clerk-Treasurer, Town of Winslow, PO Box 69, 300 N Main Street, Winslow, IN 47598-5417. Each "Statement of Qualification" will be reviewed for completeness and clarity according to the above criteria. e Committee shall interview two or more of the submitting firms. e Town of Winslow may or may not negotiate the fee schedule with one or more offerers, and reserves the right to reject any and all proposals. e Town of Winslow is an Equal Opportunity Employer. Consultants desiring additional information or clarification regarding Request for Qualifications may contact Stacy McCandless, Winslow Clerk-Treasurer, at (812)789-2207 or Jenny Matheis at Indiana 15 Regional Planning Commission, at (812) 367-8455. (July 1, 2020) hspaxlp

Articles in this issue

Links on this page

Archives of this issue

view archives of The Press-Dispatch - July 1, 2020