2025-09-13 The Republic 60152814

0

Legal Advertisement NOTICE TO BIDDERS City of Columbus, Indiana #25-13 Columbus City Hall Accessibility Improvements Notice is hereby given that bids for the above mentioned project will be publicly unsealed and read aloud, on September 23, 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 lon 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 lon 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. The Owner may make such investigations as deemed necessary to determine the ability of the Bidder to perform the work and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the Agreement and to complete the work contemplated therein. There shall be a Pre-Bid Conference on September 17, 2025, at 11:00 a.m., 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, small, minority or women owned enterprises 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. 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 and must be in full force and effect throughout the term of the Construction Contract plus a period of twelve (12) months from the date of substantial completion. 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 lon 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 lon 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. Wage rates on the project shall not be less than the Federal wage scale published by the U.S. Department of Labor. A copy is included in the specifications. A conditional or qualified Bid will not be accepted. Award will be made to the low, responsive, responsible bidder. The low, responsive, responsible bidder must be not be debarred, suspended, or otherwise excluded from or ineligible for participation in federally assisted programs under Executive Order 12549. Prior to contract award, prime contractors are to be actively registered or seeking registration with SAM.gov to determine eligibility/debarment status. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the project throughout. Each Bidder is responsible for inspecting the Project site(s) and for reading and being thoroughly familiar with the Contract Documents and Specifications. The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from any obligation with respect to its Bid. Bidders on this, work shall be required to comply with the provisions of the President’s Executive Order No. 11246, as amended. The Bidders shall also comply with the requirements of 41 CFR Part 60 - 4 entitled Construction Contractors -Affirmative Action Requirements. The Bidders attention is also called to the “Minority/Women Business Participation” requirements contained in the Project Specifications. The city will solicit bids from MBE/WBE firms to encourage participation on its projects but encourages contractors to use these firms as well. The Contractor must meet guidelines and practices established by the Department of Housing and Urban Development and appropriate Federal regulations including: 1) Executive Order 11246, 2) Section 3 of the Housing and Community Development Act of 1968, as amended, 3) Certification of Non-Segregated Facilities, 4) Uniform Grant Guidance or 2 CFR 200, 5) Title VI of the Civil Rights Act of 1964, 6) Section 504, Rehabilitation Act of 1973, 7) Age Discrimination Act of 1975, 8) Executive Order 12138, 9) Conflict of Interest Clause, 10) Retention and Custodial Requirements for Records Clause, 11) Contractors and Subcontractors Certifications, and others that may be appropriate or necessary. In addition, the Contract Division procurement is subject to the Federal Regulations contained in the Uniform Grant Guidance or 2 CFR 200 and the State of Indiana requirements contained in IC-36-1-9 and IC-36-1-12. Any contract(s) awarded under this Notice for Bids are expected to be funded in part by a grant from the Department of Housing and Urban Development, as administered by the City of Columbus through its Entitlement Program. Neither the United States nor any of its departments, agencies or employees is or will be a party to this Notice or Bids or any resulting contract. For special accommodations needed by physically challenged individuals planning to attend the pre bid or the bid opening please call 812-376-2570 or TDD 812-375-2720 at least forty-eight (48) hours prior to the meeting. Date September 2, 2025 Attest: Luann Welmer, Clerk Mary K. Ferdon, Mayor Eric A Frey, II, Member Brenda Sullivan, Member John C. Pickett, Member Melanie V. Henderson, Member 60152814 hspaxlp R: 9/6, 9/13/2025

2025-09-13 The Republic 60153041

0

Legal Advertisement NOTICE TO BIDDERS City of Columbus, Indiana #25-11 2025 Asphalt Overlay Project Notice is hereby given that bids for the above mentioned project will be publicly unsealed and read aloud, on September 30, 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 lon 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 lon 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, furnisha 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 lon 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 lon 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 September 9, 2025 Attest: Luann Welmer, Clerk Eric A Frey, II, Member Brenda Sullivan, Member John C. Pickett, Member Melanie V. Henderson, Member 60153041 hspaxlp R: 9/13, 9/20/2025

2025-09-13 The Republic 60153024

0

Legal Advertisement NOTICE TO BIDDERS City of Columbus, Indiana #25-11 2025 Asphalt Overlay Project Notice is hereby given that bids for the above mentioned project will be publicly unsealed and read aloud, on September 30, 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 lon 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 lon 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, furnisha 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 lon 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 lon 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 September 9, 2025 Attest: Luann Welmer, Clerk Eric A Frey, II, Member Brenda Sullivan, Member John C. Pickett, Member Melanie V. Henderson, Member 60153024 hspaxlp R: 9/13, 9/20/2025

2025-09-13 The Republic 60153046

0

Legal Advertisement NOTICE OF ADMINISTRATION STATE OF INDIANA IN THE BARTHOLOMEW SUPERIOR COURT SS: COUNTY OF BARTHOLOMEW CASE NO. 03D01-2509-EU-005151 IN THE MATTER OF THE ESTATE OF WILLIAM ROGER TUCKER, DECEASED In the Superior Court 1 of Bartholomew County, Indiana. Notice is hereby given that Janet L. Tucker, on September 8 2025 was appointed Personal Representative of the estate of William Roger Tucker, deceased, who died on May 23, 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, 9/10/2025 Shari J. Lentz CLERK OF THE SUPERIOR COURT 1 BARTHOLOMEW COUNTY, INDIANA Attorney: Jason H. Guthrie Thomasson, Guthrie, Schuh-Ogle &Happel, P.C. 50 Washington Street, Suite 3A P. O. Box 2086 Columbus, IN 47202-2086 Telephone (812) 372-5785 60153046 hspaxlp R: 9/13, 9/20/2025

2025-09-13 The Republic 60152837

0

Looking for pictures/videos of starting pitchers of Columbus North HS baseball from ‘78 &‘79. Please call (812) 664-8381

2025-09-13 The Republic 60153079

0

Legal Advertisement HANNA’S WRECKER SERVICE INC 4540 E STATE ST COLUMBUS, IN 47201 THE FOLLOWING WILL BE SOLD FOR CHARGES 9:00 AM OCTOBER 3, 2025 2007 BUI 5GADV33137D149015 2507.00 2003 CHE 1G1JH12F137163992 2452.00 PUBLIC DISCLOSURE: THE AUCTION COMPANY AND THE AUCTIONEER RESERVE THE RIGHT TO BID 60153079 hspaxlp R: 9/13/2025

2025-09-13 The Republic 60152813

0

Legal Advertisement STATE OF INDIANA IN THE SUPERIOR COURT 2 SS: COUNTY OF BARTHOLOMEW CAUSE NO. 03D02-2508-EU-004937 IN THE MATTER OF THE ESTATE OF MARY ELLEN CLARK, Deceased, SHERI CHUPP, Personal Representative. NOTICE OF ADMINISTRATION Cause No. 03D02-2508-EU-004937 In the Superior Court 2, Bartholomew County, Indiana. Notice is hereby given that, on August 28, 2025, Sheri Chupp was appointed personal representative of the Estate of Mary Ellen Clark, who died on May 16, 2024. 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 9/2/2025. Shari J. Lentz Clerk of the Superior Court 2 Bartholomew County, Indiana Ann C. Coriden ANN CORIDEN LAW, LLC 445 5th St., Suite 110 Columbus, Indiana 47201 812-375-9850 60152813 hspaxlp R: 9/6, 9/13/2025

2025-09-13 The Republic 60153044

0

Legal Advertisement CAUSE NO. 03D01-2509-EU-005145 NOTICE OF UNSUPERVISED ADMINISTRATION In the Superior Court No. 1 of Bartholomew County, Indiana. Notice is hereby given that Jackson County Bank was on the 8th day of September, 2025, appointed personal representative of the estate of Alan B. Conrad, deceased, who died on July 29, 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: 9/9/2025 Shari J. Lentz Clerk of the Superior Court No. 1 for Bartholomew County Blake C. Reed Attorney at Law VOELZ, REED, &MOUNT, LLC 2751 Brentwood Drive Columbus, IN 47203 Telephone (812) 372-1303 60153044 hspaxlp R: 9/13, 9/20/2025

2025-09-13 The Republic 60152666

0

Legal Advertisement STATE OF INDIANA COUNTY OF BARTHOLOMEW IN THE BARTHOLOMEW COUNTY SUPERIOR COURT 1 CAUSE NO. 03D01-2508-MI-004848 IN RE THE NAME CHANGE OF SKYLAR ROBERT ANDERSON Petitioner NOTICE OF PUBLICATION Be it hereby known that Skylar Robert Anderson has petitioned the Bartholomew County Courts to formally change his name from Skylar Robert Anderson to Skylar Robert Romine, said Petition for name change having been filed on August 25, 2025. Any person may contest this name change in writing to the court named above. Shari J. Lentz, Clerk Bartholomew Superior Court 1 60152666 hspaxlp R: 8/30, 9/6, 9/13/2025

2025-09-13 The Republic 60152676

0

Legal Advertisement STATE OF INDIANA COUNTY OF BARTHOLOMEW IN THE BARTHOLOMEW COUNTY SUPERIOR COURT 2 CAUSE NO. 03D02-2508-MI-004931 IN RE THE NAME CHANGE OF GREGORY SCOTT FOLEY Petitioner NOTICE OF PUBLICATION Be it hereby known that Gregory Scott Foley has petitioned the Bartholomew County Courts to formally change his name from Gregory Scott Marnell Foley to Gregory Scott Foley, said Petition for name change having been filed on August 27, 2025. Any person may contest this name change in writing to the court named above. Shari J. Lentz, Clerk Bartholomew Superior Court 2 60152676 hspaxlp R: 8/30, 9/6, 9/13/2025