2025-10-15 The Republic 60152229

0

Legal Advertisement ATTENTION: Did you work at Dolly Madison in Columbus, IN? We would like to speak with anyone who worked at this site between 1975 to 2000. Please contact our offices at (212) 558-5738. 60152229 hspaxlp R: 8/20 - 11/5/2025

2025-10-15 The Republic 60152221

0

Legal Advertisement ATTENTION: Did you work at Cummins Engine in Columbus, IN? We would like to speak with anyone who worked at this site between 1975 to 1990. Please contact our offices at (212) 558-5738. 60152221 hspaxlp R:8/20 - 11/5/2025

2025-10-15 The Republic 60153769

0

Legal Advertisement NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY STATE CONTRACTING, OVER $150,000 Notice is hereby given that bids for the CAMP ATTERBURY BLDG 520 Renovation of the Indiana Army National Guard will be received via email by, Tinisha White, State Contract Officer at contractingpublicbid@ago.in.gov until 9:00 o’clock AM (Eastern Standard Time) on Wednesday, Nov 5th, 2025. All bids will be read aloud via conference line 317-552-1674 Conference ID: 233449542 # at 10:00 o’clock AM (EDT). Any bid received after the designated received time, for any reason, will not be read. Proposals shall be submitted on the proper bid form and delivered via email to include the name and address of the bidder, all as described in the Instruction to Bidders, which accompanies the specification. A Bid Bond made payable to the Adjutant General’s Office, State of Indiana, must be enclosed with the bid. Said bond shall be in the minimum amount of five (5%) percent of the maximum bid including all additive alternate bids. All bidders must be Certified Contractors, hold a Valid Certificate of Qualification 1542.04 from the Certificate Board, Room 467, Indiana Government Center, 402 West Washington Street, Indianapolis, Indiana, at the time of bid opening. Certification with the Department of Transportation does not meet the above-mentioned requirement for pre-qualification. The bidder must be qualified in the classification of the prime contract. The contract for this work shall be awarded or rejected within sixty (60) calendar days from the date of opening bids. This project is dependent on government funding. Camp Atterbury reserves the right to reject any and all bids. Note: Contracts resulting from this solicitation will be required to conform to I.C. 4-13-18 (Contractor’s Employee Drug Testing). Note: In accordance with I.C. 4-13-16.5-2, the following goals are established for this construction: MBE 7%, WBE 5% and IVBE 3%. Contractors interested in bidding and/or reviewing this project may obtain blueprints for buildings and product specifications at DPW office BLDG 232 at Camp Atterbury, or by emailing requests to Dave Newlin, david.b.newlin.nfg@army or call 812-526-1499 ext. 62060. All RFI’s and/or product substitution requests must be submitted in writing by Wednesday, Oct 22, 2025. A Pre-Bid Meeting for this project will be held at Camp Atterbury Bldg. 232 Small Conference Room Eggleston St, Edinburgh, IN 46124 at 9:00 AM (Eastern Standard Time) on Wednesday, Oct 15th, 2025, for all interested bidders. Information on this page can also be found through Access Indiana at http://www.in.gov /sab/, State Armory Board Indiana National Guard bid posting at agency. A valid Government issued ID will be required to enter Camp Atterbury. Dated this 1st Day of Oct 2025 STATE CONTRACTING, acting by and through The Adjutant General, Lawrence Muennich Brigadier General, INARNG 60153769 hspaxlp R: 10/8, 10/15/2025

2025-10-11 The Republic 60153732

0

Legal Advertisement NOTICE OF UNSUPERVISED ADMINISTRATION IN THE BARTHOLOMEW SUPERIOR COURT 1 In Re: the Estate of Robert W. Haddad Sr., Deceased. Cause No. 03D01-2509-EU-005523 Notice is hereby given that Bank of America, N.A. was, on the 25th day of September, 2025, appointed personal representative of the Estate of Robert W. Haddad Sr., Deceased, who died on the 3rd day of August, 2025. The personal representative is authorized to administer the estate without court supervision. 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, on September 25, 2025 Shari J. Lentz Clerk of the Superior Court 1, Bartholomew County John Olivieri Barnes &Thornburg LLP 11 S. Meridian St. Indianapolis, IN 46204, Attorneys 60153732 hspaxlp R: 10/4, 10/11/2025

2025-10-11 The Republic 60153947

0

Legal Advertising STATE OF INDIANA COUNTY OF BARTHOLOMEW SS: IN THE BARTHOLOMEW CIRCUIT COURT CAUSE NUMBER: 03C01-2508-JC-004741 IN THE MATTER OF: XL - DOB 11/9/2020 A Child ALLEGED TO BE A Child IN NEED OF SERVICES AND CHAD LITTRELL (LEGAL FATHER) SUMMONS FOR SERVICE BY PUBLICATION &NOTICE OF child IN NEED OF SERVICES HEARING TO: Chad Littrell NOTICE IS HEREBY GIVEN to the above noted parent whose whereabouts are unknown, that the Indiana Department of Child Services has filed its Verified Petition Alleging the child to be in Need of Services, in accordance with I.C. 31-34-9-3, 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) Initial/Fact Finding Hearing on 12/2/2025 at 2:00 PM. At said hearing, the Court will consider the Petition and evidence thereon and will render its decision as to whether the above named minor child is child in need of services and shall enter adjudication accordingly. Your failure to appear after lawful notice will be deemed as your default and waiver to be present at said hearing. UPON ENTRY OF SAID ADJUDICATION, A DISPOSITIONAL HEARING will be held in which the Court will consider (1) Alternatives for the care, treatment, or rehabilitation for the child; (2) The necessity, nature, and extent of your participation in the program of care, treatment, or rehabilitation for the child; and (3) Your financial responsibility for any services provided for the parent, guardian or custodian of the child including child support. 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, an adjudication on said petition, judgment by default may be entered against you, or the court may proceed in your absence, without further notice. Shari Lentz Shari Lentz Clerk Hallie Roots, 37345-30 Attorney, Indiana Department of Child Services 60153947 hspaxlp R:10/11, 10/18, 10/25/2025

2025-10-11 The Republic 60153514

0

Legal Advertisement TO THE OWNERS OF THE WITHIN DESCRIBED REAL ESTATE AND ALL INTERESTED PARTIES NOTICE OF SHERIFF’S SALE By virtue of a certified copy of a decree to me directed from then Clerk of Circuit Court of Bartholomew County, Indiana, in Cause Number 03C01-2305-MF-002374, wherein Centra Credit Union, was Plaintiff, and Richard D. Forrest was Defendant, requiring me to make the sum as provided for in said Decree with interest and cost, I will expose at public sale to the highest bidder, on the 4th day of November, 2025, at the hour of 10 am or as soon thereafter as is possible at www.zeusauction.com, the fee simple of the whole body of Real Estate at 5628 Denois St., Columbus, IN 47203, Bartholomew County, Indiana, and more particularly described as follows: Lot Numbered Thirty (30) in Wehmeier’s First Addition to the Town of Bethel Village as recorded in Plat Book “E”, Page 5, in the Office of the More commonly known as: 5628 Denois St., Columbus, IN 47203 Parcel # 03-85-12-230-000.200-020 Together with rents, issues, income, and profits thereof, said sale will be made without relief from valuation of appraisement laws. Chris Lane Sheriff of Bartholomew County Wayne Township 5628 Denois St., Columbus, IN 47203 SHERIFF FILE NO. The Sheriff’s Department does not warrant the accuracy of the street address published herein. Plaintiff Attorney Attorney No. IN Bar#18326-82 IN Bar # 23999-74 Septtimous Taylor Septtimous Taylor, II 4830 Towne Square Court Owensboro, KY 42301 THE LAW FIRM OF SEPTTIMOUS TAYLOR MAY BE CONSIDERED A DEBT COLLECTOR UNDER FEDERAL LAW. THIS IS AN ATTEMPT TO COLLECT A DEBT, AND ANY INFORMATION OBTAINED WILL BE USED FOR THAT PURPOSE. 60153514 hspaxlp R: 9/27, 10/4, 10/11/2025

2025-10-11 The Republic 60154023

0

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 Contractor’s Bid For Public Work - Form 96, including Contractor’s 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 Treasurer’s 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

2025-10-11 The Republic 60153965

0

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 Contractor’s Bid For Public Work - Form 96, including Contractor’s 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

2025-10-11 The Republic 60154006

0

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 Contractor’s Bid For Public Work - Form 96, including Contractor’s 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

2025-10-11 The Republic 60154001

0

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 Contractor’s Bid For Public Work - Form 96, including Contractor’s 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