Public Notices
- Execution of Second Amendment to Lease HSE Consolidated School Building
- Notice to Sub-Contractors - Pre-Qualification (FCI Renovation)
- Notice to Pre-Qualified Bidders (FCI Renovation)
- Request for Proposals - E-Rate Category 2 Equipment
- Notice To Taxpayers of Additional Appropriations
- 2025: Notice to Taxpayers, Proposed Bus Replacement, Proposed Capital Projects Plan
- ESSER Funds
Execution of Second Amendment to Lease HSE Consolidated School Building
NOTICE OF EXECUTION OF SECOND AMENDMENT TO LEASE BETWEEN THE HAMILTON SOUTHEASTERN CONSOLIDATED SCHOOL BUILDING CORPORATION AND HAMILTON SOUTHEASTERN SCHOOLS, HAMILTON COUNTY, INDIANA, FOR LEASE OF SCHOOL FACILITIES
Pursuant to action taken on May 14, 2025, a Second Amendment to Lease with the Hamilton Southeastern Consolidated School Building Corporation in the form submitted at said meeting was authorized and approved by the Board of School Trustees of the Hamilton Southeastern Schools, Hamilton County, Indiana (the “School Corporation”).
The Second Amendment to Lease in said form was executed on behalf of the School Corporation on May 14, 2025.
Dated this 19th day of May, 2025.
HAMILTON SOUTHEASTERN SCHOOLS,
HAMILTON COUNTY, INDIANA
By: Patrick Mapes, Superintendent
Notice to Sub-Contractors - Pre-Qualification (FCI Renovation)
UPDATED DATES
Notice to Sub-Contractors - Pre-Qualification
Date: January 14, 2025
Re: Renovation of Fall Creek Intermediate
12011 Olio Road
Fishers, IN 46038
The Skillman Corporation Project No. 223730
All first tier subcontractors wishing to bid and contract for this project must be prequalified in order to participate in the bidding process and to be considered for an award of contract. The prequalification process will be administered by the Owner’s Construction Manager as Constructor (CMc), The Skillman Corporation. The following are the Bid Categories under consideration for this project.
1 – General Trades
2 - Masonry
3 - Metal Studs & Drywall
4 - Aluminum Storefont & Glazing
5 - Flooring
6 - Painting
7 - Casework
8 - Food Service
9 - Fire Protection
10 - Plumbing
11 - HVAC
12 - Electrical
In order to prequalify, first tier subcontractors must submit their completed Prequalification Form conforming to the requirements set forth below no later than Feburary 6, 2025. The CMc reserves the right to extend this deadline in its sole discretion. The Prequalification Form is available for pick up by interested first tier subcontractors at The Skillman Corporation’s Office. Prequalification Form will also be available via email, requests shall be sent to Andrew Huehls at ahuehls@skillman.com. Bid documents will be available on or after January 16, 2025.
Prequalification requirements set forth by the CMc and Hamilton Southeastern School Corporation are as follows:
- Performance & Payment Bond from company with a rating of A+ VII, A VII or A- VII by A. M. Best and lawfully authorized to do business in the jurisdiction in which the Project is located.
- Must be able to obtain Insurance in the amount of $3 Million Commercial General Liability; $3 Million Aggregate; $5 Million Umbrella from company with a rating of A+ VII, A VII or A- VII by A. M. Best and lawfully authorized to do business in the jurisdiction in which the Project is located.
- Provide an arbitration and litigation history on all construction contracts in the last 10 years.
- Provide record of safety history to include EMR, DART, TRIR and history of OSHA violations.
- Provide history of contracting with or hiring minority, women, and veteran business enterprises on prior projects and include date of projects.
- Sub-contractors must commit and be able to comply with applicable laws including but not limited to the requirements detailed in the bidding documents and found in applicable public works and contract statutes.
- First tier subcontractors may be found to be unqualified for this project if the CMc, Architect, or Owner determines that: (i) the above requirements have not been satisfied, (ii) a history of non-compliance by the first tier subcontractor that has negatively impacted the schedule, budget, safety or quality of a project, (iii) if the first tier subcontractor’s experience on comparable projects is insufficient, or (iv) the first tier subcontractor’s available manpower is insufficient based on its current workload.
Hamilton Southeastern Schools
Notice to Pre-Qualified Bidders (FCI Renovation)
UPDATED DATES
SECTION 00 02 00 - NOTICE TO PRE-QUALIFIED BIDDERS
NOTICE TO PRE-QUALIFIED TIER 1 BIDDERS
Notice is hereby given that sealed bids will be received for a Public CMc Project under IC 5-32:
By: The Skillman Corporation, Construction Manager
For: Renovation of Fall Creek Intermediate School
At: February 13, 2025
Until: 11:00 AM (local time)
Via: eBid – Electronic Bid Submission
All work for the complete construction of the Project will be under one or more sub-contracts with the Construction Manager based on bids received from pre-qualified tier 1 bidders and on combinations awarded. Award of contracts will be in accordance with Indiana Public Bidding Laws. The Construction Manager will not self-perform any of the work on this project.
Construction shall be in full accordance with the Bidding Documents which are on file with the Owner and Construction Manager and may be examined by prospective bidders at the following locations:
Office of the Construction Manager The Skillman Corporation 3834 S. Emerson Avenue, Building A Indianapolis, IN 46203 |
The Skillman Plan Room
|
Pre-Qualified Bidders, sub-subcontractors and material suppliers must place an order on www.skillmanplanroom.com to be able to download documents electronically or request printed documents. There is no cost for downloading the bidding documents. Bidders desiring printed documents shall pay for the cost of printing, shipping and handling. Reprographic Services are provided by:
Eastern Engineering 9901 Allisonville Road, Fishers, IN 46038, Phone 317-598-0661.
A Pre-Bid Conference will be held on January 28, 2025, 2:00PM (local time), via Microsoft Teams.
Attendance by bidders is optional, but recommended, to clarify or answer questions concerning the Drawings and Project Manual for the Project.
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 214 363 219 72
Passcode: Ln2r4LU9
Dial in by phone
+1 317-762-3960,,444685378# United States, Indianapolis
Find a local number
Phone conference ID: 444 685 378#
The following bid categories are under consideration for this project:
1 – General Trades |
7 – Casework |
2 – Masonry |
8 – Food Service |
3 – Metal Studs & Drywall |
9 – Fire Protection |
4 – Aluminum Storefont & Glazing |
10 – Plumbing |
5 – Flooring |
11 – HVAC |
6 - Painting |
12 – Electrical |
Bid security in the amount of ten percent (10%) of the Bid must accompany each Bid in accordance with the Instructions to Bidders.
The Owner and CMc reserve the right, in their sole discretion unless otherwise prohibited by law, to (i) waive any informalities and irregularities in bids received; (ii) reject any or all bids for a particular bid package; and (iii) award subcontracts to the lowest responsive and responsible bidder, provided that the bid has been submitted in accordance with the requirements of the bidding documents.
Unless otherwise prohibited by law, the Owner and CMc shall have the right to accept alternates in any order or combination, unless otherwise specifically provided in the bidding documents, and to determine the lowest responsive and responsible bidder on the basis of the sum of the base bid and alternates accepted.
The successful Bidders will be required to furnish Dual Obligee Performance and Payment Bonds for one hundred percent (100%) of their Contract amount prior to execution of Contracts.
Subcontractors submitting bids for the performance of Work as specified in this building Project should make such Bids to The Skillman Corporation. Contractors shall enter into a sub-contract with The Skillman Corporation as the Construction Manager CMc for the Owner.
The Owner and the Construction Manager reserve their rights to accept or reject any Bid (or combination of Bids) and to waive any irregularities in bidding. All Bids may be held for a period not to exceed 60 days before awarding contracts.
Bid proposals for the scopes of work outlined in Section 01 12 00 – Multiple Contract Summary must be received on or before the due date and time. Bids are to be submitted via eBid Electronic Bid Submission (refer to Section 00 10 00 – Instruction to Bidders for detailed instructions). eBid will not allow bids to be submitted past the due date and time. Bid proposals from bidders that have not prequalified for the project will not be accepted.
BIDS WILL BE PUBLICLY OPENED AND READ ALOUD AT 11:00 AM EASTERN ON FEBURARY 13, 2025, VIA MICROSOFT TEAMS AT THE LINK BELOW:
Join the meeting now
Meeting ID: 256 843 789 683
Passcode: Xd3ii3qo
Dial in by phone
+1 317-762-3960,,559670842# United States, Indianapolis
Find a local number
Phone conference ID: 559 670 842#
THE SKILLMAN CORPORATION
Request for Proposals - E-Rate Category 2 Equipment
Hamilton Southeastern Schools
Request for Proposals – E-Rate Category 2 Equipment
Hamilton Southeastern Schools (the “Applicant”) is seeking proposals for a project to supply and install network equipment at its eligible locations. Bidders are advised that this project will be contingent upon the successful obtaining of Category 2 E-Rate funding, and the contract agreement between the district and the successful bidder must recognize that contingency.
The Applicant seeks an agreement that allows it to work with the selected vendor to adjust quantities and/or scale back or cancel the project entirely as needed based upon funding availability and/or the best interests of the Applicant.
Project Scope
The Applicant seeks eligible equipment as outlined in Appendix A. Equipment shall be new, factorysealed equipment currently available from the manufacturer; the Applicant will not accept proposals of used, remanufactured, refurbished, “B stock,” returns, open-box, discontinued, “gray market,” or equipment in any other condition other than new and factory-sealed with all original manufacturer warranties. No installation services are needed.
Questions
Any questions related to the technical aspects of this document should be directed to Tom Kouns, Director of Infrastructure Technologies, at tkouns@hse.k12.in.us, no later than 2:00pm on December 20th, 2024, and any requested site visits should be completed by that date. Answers to any written questions or any additional information, revisions, or clarifications to the RFP will be provided in the form of an addendum to be posted with the FCC Form 470 on the Universal Service (E-Rate) website. It is the sole responsibility of the Service Provider to check for any addenda that may be issued.
Response Format
Responses should include the following, if applicable:
- Applicable items should include all related software and hardware components that enable the functionality of the equipment (including any necessary mounting brackets, software licenses, multi-year licenses, and basic maintenance).
- If applicable, vendor is to specify all fees, shipping charges, taxes, surcharges and contingency fees for eligible equipment.
- If applicable, vendor is to specify the manufacturer’s warranty provided as an integral part of an eligible component without separately identifiable cost.
- Any ongoing subscription pricing must be listed separately.
Your response must include the following information:
- Line-item pricing for each item listed in Appendix A. Any discounting applied to your proposal must be reflected at the line-item level.
- In the case of proposed equivalent products, a thorough technical description of how each product from the manufacturer being bid meets each of the required functionalities of the product listed herein.
- Information outlining your company’s certifications and connections regarding the manufacturer’s equipment being bid, and length of time your company has provided equipment from the manufacturer being bid.
- Two (2) reference sites where your company has performed a similar installation of the equipment being bid, including business name, contact name and contact information. It is preferable that at least one reference should be for a school corporation or library system within 90 miles of the Applicant.
- Your E-Rate SPIN Number. (You must have a current SPAC form on file with USAC.)
The Applicant’s review of information will be primarily focused on the substance of the details provided in response to the requirements herein including but not limited to technical details, pricing and terms, experience, references, and adherence to the response format provided. Per E-rate rules, the cost of eligible goods and services will be the most heavily weighted evaluation factor.
Proposals must be prepared with specificity with regard to the equipment and/or services listed herein. Bids merely listing a general menu of equipment and/or services available from a vendor, bids appearing to be automatically generated without specificity in relation to the requirements of this RFP, and bids missing substantial information but inviting the applicant to contact the bidder to refine the bid and/or discuss specifics will not be considered valid bid responses and will be disqualified from consideration. This includes any SPAM and/or robotic responses. For more information, please review the USAC E-Rate News Brief of February 15, 2024.
Proposal Delivery
The Applicant reserves the right to reject each and every bid, and to waive informalities, irregularities, and errors in the bidding to the extent permitted by law. This includes the right to extend the date and time for receipt of bids. In the event that a responsible bid is not received or if it is determined that the low bid received is too high, the bid received will be rejected and the project will be cancelled or re-bid.
Hamilton Southeastern Schools will receive sealed bids at the Hamilton Southeastern Administration Building, 13485 Cumberland Road, Fishers, IN 46038 until 2:00pm EST on January 3rd, 2025, at which time they will be publicly opened and read aloud. Envelopes containing bids shall be plainly marked “Bids – E-Rate Category 2.” Bids received after the designated time will be returned unopened.
Bidders must submit a hard copy of their bid and any required forms, AND an electronic version of the bid response (including any required forms) on a USB flash drive in a sealed envelope, with their firm’s name and address clearly indicated on the envelope. An electronic copy of the proposal should also be sent to Tom Kouns at tkouns@hse.k12.in.us. Note that FAXED bids are not acceptable and will be rejected as non-responsive.
APPENDIX A
Below is a reference of the type of equipment and capacities (or their equivalent) to be supplied. Bidders should price separately and clearly indicate any ineligible costs for all services and equipment associated with this RFP. Applicant reserves right to adjust quantities of any item if necessary. For any part numbers that have been updated or replaced by the manufacturer, bidders should offer the most similar current part. For proposed equipment that is equivalent to items referenced below, bidder must show compatibility with Aruba Mobility Wireless Controller.
Part No. | Description | Qty. |
---|---|---|
Q8N49A | HPE Aruba AP-ANT-22 Dual Band 2/4dBi Omni RPSMA Low Profile 2-pk Omni Antenna | 15 |
Q9G69A | HPE Aruba AP-MNT-MP10-B Campus AP mount bracket kit (10-pack) type B; suspended ceiling rail | 50 |
R1C72A | HPE Aruba AP-MNT-MP10-E Campus AP mount bracket kit (10-pack) type E: wall-box | 3 |
JW053A | HPE Aruba AP-270-MNT-V2 Outdoor AP Short Arm Pole/Wall Mounting Bracket | 3 |
R6W11A | HPE Aruba AP-270-MNT-H3 Outdoor AP Hanging Dual-Tilt Pole/Wall Mounting Bracket | 7 |
H01TME | HPE ANW FC 1Y NBD Exch AP-605H SVC [for S0B65A] | 5 |
R7J28A | HPE Aruba AP-635 (US) Tri-radio 2x2 802.11ax Wi-Fi 6E Internal Antennas Campus AP | 480 |
R4H03A | HPE Aruba AP-518 (US) Dual Radio 4x4/2x2 Wi-Fi 6 6xRPSMA Connectors Hardened AP | 5 |
R4H18A | HPE Aruba AP-575 (US) 802.11ax 2x2/4x4 Dual Radio Integrated Omni Antennas Outdoor AP | 3 |
R4H23A | HPE Aruba AP-577 (US) Dual Radio 2x2/4x4 802.11ax Integrated Directional Ant Outdoor AP | 7 |
R7J39A | HPE Aruba AP-655 (US) Tri-radio 4x4 802.11ax Wi-Fi 6E Internal Antennas Campus AP | 40 |
S0B65A | HPE Aruba AP-605HR (US) 2-Radio 3-Band Wi-Fi 6E 2x2 1+4 ETH PSE USB Remote AP Bundle | 10 |
S0J42A | HPE Aruba AP-600H-MNT1 Single-gang Wall-box Mount Kit | 5 |
S0J43A | HPE Aruba AP-600H-MNT2 Double-gang Wall-box Mount Kit (waiting) | 5 |
Notice To Taxpayers of Additional Appropriations
NOTICE TO TAXPAYERS OF ADDITIONAL APPROPRIATIONS
Notice is hereby given the taxpayers of Hamilton Southeastern Schools, Hamilton County, Indiana that the proper legal officers will consider the following additional appropriations in excess of the budget for the current year at their regular meeting place at
Hamilton Southeastern Schools, 13485 Cumberland Road, Fishers, IN 46038 at 6:00pm., on the 11th day of December 2024.
Taxpayers appearing at the meeting shall have a right to be heard on the additional appropriation(s).
Timothy Brown, CFO
November 20, 2024
2025: Notice to Taxpayers, Proposed Bus Replacement, Proposed Capital Projects Plan
ESSER Funds
What is ESSER Funding?
The purpose of Elementary and Secondary School Emergency Relief (ESSER) Funds in general is to award subgrants to local educational agencies (LEAs) to address the impact that COVID-19 has had, and continues to have, on elementary and secondary schools. The ESSER Funds are part of the third stimulus and emergency COVID relief funding stream authorized as part of the American Rescue Plan (ARP). Of the total amount allocated to an LEA from the State’s ARP ESSER III award, the LEA must reserve at least 20 percent of funds to address learning loss through the implementation of evidence-based interventions and ensure that those interventions respond to students’ social, emotional, and academic needs and address the disproportionate impact of COVID-19 on underrepresented student subgroups. Remaining LEA funds may be used for a wide range of activities to address needs arising from the coronavirus pandemic.
How much funding will Hamilton Southeastern Schools receive?
ESSER III is a third stimulus and emergency COVID relief funding stream authorized as part of the American Rescue Plan (ARP) Act that was enacted in March 2021. While all public school districts are eligible for ESSER III funding, the allocation formula is equitably based on the district's share of Title 1 allocation. HSE received $2,948,752.50 for ESSER III funding that will be available through a reimbursement process for expenses paid by the Corporation. ESSER III funds must be encumbered (meaning all approved activities have occurred) by 9/30/2024. The last date for liquidation and final reimbursement is 12/15/2024.