Legal Advertisement NOTICE TO BIDDERS City of Columbus, Indiana #25-20 10th STREET SHARED USE PATH FTA FLEX FUNDED GRANT Notice is hereby given that bids for the above mentioned project will be publicly unsealed and read aloud, on October 28, 2025, at the meeting of the Board of Public Works and Safety in the Council Chambers of Columbus City Hall. Bids will be accepted only through the electronic bidding system, Euna Procurement, powered by Ion Wave. All responses are due prior to the published closing date and time No mailed, emailed, faxed, hand delivered or late responses will be accepted. To register with Euna Procurement, powered by Ion Wave, view current City of Columbus bid events, submit a bid, view bid tabulations or view plan holders, please visit https://columbusin.ionwave.net/ All Bid Responses shall be properly and completely executed on the forms provided by the City in the Bid Event. As required by Indiana State Board of Accounts, the Contractors Bid For Public Work – Form 96, including Contractors Non-Collusion Affidavit is available at www.in.gov, and by entering Form 96 in the search engine. There shall be a Pre-Bid Conference on October 21, 2025 at 1:00 PM, which will be held at the Columbus City Hall, Conference Room 4, 123 Washington Street, Columbus, IN to review the project and inform bidders of the applicable federal regulations. All prime contractors, subcontractors, and other interested parties are invited to attend. All contractors, subcontractors, and bidders for contracts with the City of Columbus shall be required to complete and submit a notarized Comprehensive Compliance Form (CCF) regarding requirements as to Affirmative Action, Disqualification of Contracts Dealing with the Government of Iran, a Drug Free Workplace, OSHA and IOSHA Regulations, and Employment Eligibility Verification. The Comprehensive Compliance Form encompassing all of the provisions stated above will be available in the Bid Event and be required with each Bid Response. If awarded the contract, said provisions in the CCF will be incorporated into the final contract. Failure to submit the CCF will constitute a material defect in the bid. In addition, a breach of a covenant in the CCF may be considered a material breach of any final contract. The project is funded in part with Federal Transportation Authority flexed funding. The Federal Certifications requirements including Certification and Restrictions on Lobbying, Government Wide Debarment and Suspension (Nonprocurement), and Buy America Certification Steel or Manufactured Products shall be required to be completed and submitted with the bid response. The certifications are found in the specifications under the Federal Clauses and Certifications for FTA Construction Projects section. The project is subject to the Davis Bacon Act and the Copeland Anti-Kickback Act. Wage rates on the project shall not be less than the Federal Wage Scale which includes wages, fringe benefits, and work rules that the U.S. Department of Labor has ruled to be prevailing for a given labor category in a given locality. A copy of the wage determination is included in the specifications. Prospective Bidder should note the successful bidder must meet the following terms and conditions as found in the Federal Clauses and Certifications for FTA Construction Projects section of the project specifications: Access to Records and Reports, Americans with Disabilities Act (ADA), Buy America Requirements, Restrictions on Lobbying, Bond Requirements, Clean Air Act and Federal Water Pollution Control Act, Cargo Preference Requirements, Civil Rights Laws and Regulations, Contract Work Hours and Safety Standards Act, Conformance with its National Architecture, Debarment and Suspension, Davis Bacon Act and Copeland Anti-Kickback Act, Disadvantaged Business Enterprise (DBE), Energy Conservation, Equal Employment Opportunity, Notice to Third Party Participants, Fly America, Federal Tax Liability and Recent Felony Convictions, Incorporation of Federal Transit Administration (FTA) Terms, No Government Obligation to Third Parties, Notification to FTA, Solid Wastes, Program Fraud and False or Fraudulent Statements and Related Acts, Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment, Prompt Payment, Safe Operation of Motor Vehicles, Special DOL EEO Clause, Simplified Acquisition Threshold, Severability, Termination, Trafficking in Persons, Veterans Hiring Preference and Violation and Breach of Contract. In addition, the prospective offeror agrees to comply with any and all applicable requirements issued by the FTA, DOT, DOJ, U.S. GSA, U.S. EEOC, U.C. FCC, Uniform Grant Guidance, 2 CFR 200, and subsequent amendments thereto and any other nondiscrimination state(s) that may apply to the project. A bid bond or certified check in the amount of ten percent (10%) of the bid amount, and made payable to the City of Columbus, Indiana, is required with each Bid Response as guaranty that the terms of the bid will be carried out. Bid Security should be submitted by uploading a clean digital copy to the Bid Response. The apparent low bidder will be required to furnish the original bid bond to the Finance Department in City Hall, within 72 hours of bid opening. All bonds must be secured from a bonding company as listed in the current edition of the U.S. Treasury Department, Circular #570, and authorized to transact business in the State of Indiana. The bid bond must include a power of attorney for the agent signing the bid bond. The Board of Public Works and Safety reserves the right to reject any and all bids. No bidder may withdraw any bid or proposal within a period of thirty (30) days following the date set for receiving bids or proposals. The Board of Public Works and Safety reserves the right to waive informalities and reserves the right to reject and/or cancel any and all bids, solicitations and/or offers in whole or in part as specified in the solicitations when it is not in the best interests of the governmental body as determined by the purchasing agency in accordance with I.C. 5-22-18-2. A one hundred percent (100%) performance and payment bond will be required of the successful bidder. It is intended that actual construction of all work divisions shall be started as soon as practicable, and each bidder shall be prepared to enter promptly into a construction contract, furnish a performance bond, furnish a certificate of insurance, and begin work without delay. Contract documents for this project, prepared and certified by the City Engineer or a designated Consultant, setting forth in detail the drawings, plans and specifications for said division work are available online. Questions must be submitted electronically through Ion Wave so that all project bidders have access to the questions and answers. For this reason, no questions will be answered by email, phone or in person. The City of Columbus exclusively uses Euna Procurement, powered by Ion Wave, for the notification and dissemination of all solicitations. The receipt of solicitations through any other means may result in the receipt of incomplete specifications and/or addendums, which could ultimately render the bid/proposal non-compliant. The City of Columbus accepts no responsibility for the receipt and/or notification of solicitations through any other means. For special accommodations needed by physically challenged individuals planning to attend the bid opening please call 812-376-2570 or TDD 812-375-2720 at least forty-eight (48) hours prior to the meeting. Date October 7, 2025 Attest: Luann Weimer, Clerk Mary K. Ferdon,Mayor Eric A Frey, II, Member Brenda Sullivan, Member John C. Pickett, Member Melanie V. Henderson, Member 60154001 hspaxlp R: 10/11, 10/18/2025

