2025-10-18 The Republic 60154023
Legal Advertisement NOTICE TO BIDDERS City of Columbus, Indiana #25-18 Marr Rd. &25th St. Pedestrian Signals 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. 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. 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 City Clerk Treasurers Office 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 Euna Procurement, powered by 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 60154023 hspaxlp R: 10/11, 10/18/2025
2025-10-18 The Republic 60153965
Legal Advertisement NOTICE TO BIDDERS City of Columbus, Indiana #25-22 MARR ROAD SIDEWALK 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 60153965 hspaxlp R: 10/11, 10/18/2025
2025-10-18 The Republic 60154006
Legal Advertisement NOTICE TO BIDDERS City of Columbus, Indiana #25-21 27th 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 60154006 hspaxlp R: 10/11, 10/18/2025
2025-10-18 The Republic 60154001
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
2025-10-18 The Republic 60154167
Legal Advertisement STATE OF INDIANA IN THE CIRCUIT COURT SS: BARTHOLOMEW COUNTY ESTATE DOCKET: 03C01-2510-EU-005833 IN THE UNSUPERVISED ESTATE PHILLIP J. MALAN DECEASED NOTICE OF ADMINISTRATION In the Circuit Court of Bartholomew County, Indiana; Notice is hereby given that Timothy J. Malan was on October 8, 2025 appointed Personal Representative of the estate of Phillip J. Malan, deceased, who died on the 19th day of September 2025. All persons who have claims against this estate, whether or not now due, must file the claim in the Office of the clerk of this Court within three (3) months from the date of the first publication of this notice, or within nine (9) months after the decedents death, whichever is earlier, or the claims will be forever barred. Dated at Columbus, Indiana on 10/13/2025. Shari J. Lentz Clerk of the Circuit Court Bartholomew County, Indiana ALAN L. WHITTED ATTORNEY AT LAW 431 WASHINGTON ST. COLUMBUS, IN 47201 (812) 376-6676 ATTORNEY NO. 1635-03 60154167 hspaxlp R: 10/18, 10/25/2025
2025-10-18 The Republic 60154165
Legal Advertisement CAUSE NO. 03D02-2510-EU-005671 NOTICE OF UNSUPERVISED ADMINISTRATION In the Superior Court No. 2 of Bartholomew County, Indiana. Notice is hereby given that Delois D. Wright and Amy Barrier were on October 1, 2025, appointed personal representatives of the estate of Jean N. Murray, deceased, who died on July 27, 2025. All persons who have claims against this estate, whether or not now due, must file the claim in the Office of the Clerk of this Court within three (3) months from the date of the first publication of this notice, or within nine (9) months after the decedent’s death, whichever is earlier, or the claims will be forever barred. Dated at Columbus, Indiana: 10/6/2025 Shari J. Lentz Clerk of the Superior Court No. 2 for Bartholomew County Lora R. Mount (#29715-03) Attorney at Law VOELZ, REED, &MOUNT, LLC 2751 Brentwood Drive Columbus, IN 47203 Telephone (812) 372-1303 60154165 hspaxlp R: 10/18, 10/25/2025
2025-10-18 The Republic 60154177
Legal Advertisement STATE OF INDIANA COUNTY OF BARTHOLOMEW IN THE BARTHOLOMEW COUNTY CIRCUIT COURT CAUSE NO. 03C01-2509-MI-005550 IN RE THE NAME CHANGE OF NOAH ANDREW HOBSON Name of Minor JUSTIN SMITH Petitioner NOTICE OF PUBLICATION Be it hereby known that Justin Smith has petitioned the Bartholomew Courts to formally change the name of Noah Andrew Hobson to Noah Andrew Smith. Said Petition for name change having been filed on the 6th day of October, 2025. The Petition is schedule for hearing in the Bartholomew Circuit Court Court on December 17, 2025 at 8:45a.m. which is more than thirty (30) days after the third notice of publication. Any person has the right to appear at the hearing and to file written objections on or before the hearing date. Shari J. Lentz Clerk of Bartholomew Circuit Court 60154177 hspaxlp R: 10/18, 10/25, 11/1/2025
2025-10-18 The Republic 60154149
Legal Advertisement STATE OF INDIANA IN THE BARTHOLOMEW CIRCUIT COURT SS: COUNTY OF BARTHOLOMEW CAUSE NUMBER: 03C01-2509-JT-005023 IN THE MATTER OF THE TERMINATION OF THE PARENT-CHILD RELATIONSHIP: ZL - DOB 2/24/2018 AND KENNETH AUSTIN (ALLEGED FATHER) ANGEL LEE (MOTHER) D’ANDRE WOODS (ALLEGED FATHER) AND ANY UNKNOWN ALLEGED FATHERS SUMMONS FOR SERVICE BY PUBLICATION &NOTICE OF TERMINATION OF PARENTAL RIGHTS HEARING TO: Kenneth Austin D’Andre Woods and Any Unknown Alleged Father NOTICE IS HEREBY GIVEN to the above noted parent whose whereabouts are unknown, as well as Any Unknown Alleged Fathers, whose whereabouts are also unknown, that the Indiana Department of Child Services has filed a Petition for Involuntary Termination of your Parental Rights, and that an adjudication hearing has been scheduled with the Court. YOU ARE HEREBY COMMANDED to appear before the Judge of the Bartholomew Circuit Court, 234 Washington Street, Columbus, IN 47201 - 812-379-1605 for a(n) Termination Hearing on 12/18/2025 at 1:00 PM and Hearing on Publication on 12/18/2025 at 1:00 PM and to answer the Petition for Termination of your Parental Rights of said child. You are further notified that if the allegations in said petition are true, and/or if you fail to appear at the hearing, the Juvenile Court may terminate your parent-child relationship; and if the Court terminates your parent-child relationship you will lose all parental rights, powers, privileges, immunities, duties and obligations including any rights to custody, control, visitation, or support in said child; and if the Court terminates your parent-child relationship, it will be permanently terminated, and thereafter you may not contest an adoption or other placement of said child. You are entitled to representation by an attorney, provided by the State if applicable, throughout these proceedings to terminate the parent-child relationship. If you have been appointed an attorney in the Child in Need of Services action involving the above-named child(ren), that attorney may not be automatically appointed to represent you in these proceedings. You must appear at the hearing currently scheduled in this matter and request that the Court appoint an attorney to represent you in these proceedings to terminate the parent-child relationship. YOU MUST RESPOND by appearing in person or by an attorney within thirty (30) days after the last publication of this notice, and in the event you fail to do so, adjudication on said petition and termination of your parental rights may be entered against you, in your absence, without further notice. Shari Lentz Clerk Olivia Holm, 37488-41 Attorney, Indiana Department of Child Services 4445 Ray Boll Blvd. Columbus, IN 47203 60154149 hspaxlp R: 10/18, 10/25, 11/1/2025
2025-10-18 The Republic 60154172
LEGAL ADVERTISEMENT Notice is hereby given that the Board of School Trustees of the Bartholomew Community School Corporation, 1200 Central Ave, Columbus, IN 47201, shall receive sealed Request for Proposals for Internet. A 470 has been posted for the Bartholomew Community School Corporation for the purpose of Internet through the federal ERate Program. Please check the following website for the 470 posting www.USAC.org/sl. Reference 470 #260002299. Bids must be submitted in a sealed envelope with a return address, plainly marked on the outside; BID for Catagory2. All bids shall be in compliance with the laws governing such matters and the Board reserves the right to reject any and all bids and to waive any formality in the process. Bid documents are to be submitted by 1:00 p.m. (local time) on December 3rd, 2025: Bartholomew Community School Corporation Attention: Nick Williams 2650 Home Ave Columbus, IN 47201 60154172 hspaxlp R: 10/18, 11/5/2025
2025-10-18 The Republic 60154215
Legal Advertisement LEGAL NOTICE Bartholomew Consolidated School Corporation (1260 N Marr Rd, Columbus IN 47201) is submitting a Notice of Intent to the Indiana Department of Environmental Management of their intent to comply with the requirements of Construction Stormwater General Permit to discharge stormwater from construction activities associated with the C4 Building Expansion at Columbus East High School located at 230 S. Marr Road, Columbus, Indiana 47201. Runoff from the project site will discharge into Clifty Creek. Questions regarding this project should be directed to Brett Boezeman at 812-376-4231. 60154215 hspaxlp R: 10/18/2025

