2025-09-10 The Republic 60152673

0

Legal Advertisement IFB: MDI-SAB-26-B-001 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the Indiana National Guard Headquarters-Northern Region Security Guards at 2002 S. Holt RD. Indianapolis IN, 46241 for the Indiana Army National Guard will be received via email to Alexis Teller, State Contracting Officer at contractingpublicbid@ago.in.gov until 9:00 o’clock AM (Eastern Standard Time) on Wednesday, October 1, 2025. All bids will be read aloud, via conference call 571-616-7941 Conference ID: -581262749 at 10:00 o’clock AM (EDT). Any bid received after the designated 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. The contract for this work shall be awarded or rejected within sixty (60) calendar days from the date of opening bids. Funds are presently available for this acquisition. The State Armory Board 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 complete Contract Documents, in either printed or electronic form, by emailing Security Forces Superintendent JESSICA MEANS at jessica.l.means6.nfg@army.mil. All RFIs and/or product substitution requests must be submitted in writing no later than 4:00pm on September 17, 2025. A Pre-Bid Meeting for this project will be held at Indiana National Guard Headquarters at 2002 S. Holt RD. Indianapolis IN, 46241on Wednesday, September 10, 2025 at 10:00am for all interested bidders. Information on this page can also be found through Access Indiana @ http://www.in.gov/sab/, State Armory Board Indiana National Guard bid posting at agency. Dated this 20th day of August 2025 STATE ARMORY BOARD, acting by and through The Adjutant General, Lawrence Muennich Brigadier General, INARNG 60152673 hspaxlp R: 9/3, 9/10/2025

2025-09-10 The Republic 60152893

0

Legal Advertisement STATE OF INDIANA COUNTY OF BARTHOLOMEW IN THE BARTHOLOMEW COUNTY SUPERIOR COURT 1 CAUSE NO. 03D01-2509-MI-005098 IN RE THE NAME CHANGE OF SANDRA JO HASS Petitioner NOTICE OF PUBLICATION Be it hereby known that Sandra Jo Hass has petitioned the Bartholomew Courts to formally change her name to Sandra Jo Sutton, said Petition for name change having been filed on the 4th day of September, 2025 Shari J. Lentz Clerk of Bartholomew County Courts 60152893 hsapxlp R: 9/10, 9/17, 9/24/2025

20250903 The Republic 60152722

0

Legal Advertisement STATE OF INDIANA COUNTY OF BARTHOLOMEW SS: IN THE SUPERIOR COURT 1 CAUSE NO. 03D01-2508-EU-004882 IN THE UNSUPERVISED ESTATE OF GLORIA JANE STILLABOWER DECEASED NOTICE OF ADMINISTRATION In the Superior Court 1 of Bartholomew County, Indiana: Notice is hereby given that Chris D. Stillabower was on August 27, 2025 appointed Personal Representative of the Estate of Gloria Jane Stillabower, deceased, who died on July 26, 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 on 8/28/2025 Shari J. Lentz Clerk of the Superior Court 1 Bartholomew County, Indiana ALAN L. WHITTED ATTORNEY AT LAW 431 WASHINGTON ST. COLUMBUS, IN 47201 (812) 376-6676 ATTORNEY NO. 1635-03 60152722 hspaxlp R: 9/3, 9/10/2025

20250903 The Republic 60152673

0

Legal Advertisement IFB: MDI-SAB-26-B-001 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the Indiana National Guard Headquarters-Northern Region Security Guards at 2002 S. Holt RD. Indianapolis IN, 46241 for the Indiana Army National Guard will be received via email to Alexis Teller, State Contracting Officer at contractingpublicbid@ago.in.gov until 9:00 o’clock AM (Eastern Standard Time) on Wednesday, October 1, 2025. All bids will be read aloud, via conference call 571-616-7941 Conference ID: -581262749 at 10:00 o’clock AM (EDT). Any bid received after the designated 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. The contract for this work shall be awarded or rejected within sixty (60) calendar days from the date of opening bids. Funds are presently available for this acquisition. The State Armory Board 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 complete Contract Documents, in either printed or electronic form, by emailing Security Forces Superintendent JESSICA MEANS at jessica.l.means6.nfg@army.mil. All RFIs and/or product substitution requests must be submitted in writing no later than 4:00pm on September 17, 2025. A Pre-Bid Meeting for this project will be held at Indiana National Guard Headquarters at 2002 S. Holt RD. Indianapolis IN, 46241on Wednesday, September 10, 2025 at 10:00am for all interested bidders. Information on this page can also be found through Access Indiana @ http://www.in.gov/sab/, State Armory Board Indiana National Guard bid posting at agency. Dated this 20th day of August 2025 STATE ARMORY BOARD, acting by and through The Adjutant General, Lawrence Muennich Brigadier General, INARNG 60152673 hspaxlp R: 9/3, 9/10/2025

20250903 The Republic 60152217

0

Legal Advertisement STATE OF INDIANA COUNTY OF BARTHOLOMEW IN THE BARTHOLOMEW COUNTY SUPERIOR COURT 2 CAUSE NO. 03D02-2508-MI-4630 IN RE THE NAME CHANGE OF SUSAN CATHERINE WALTERS Petitioner NOTICE OF PUBLICATION Be it hereby known that Susan Catherine Walters has petitioned the Bartholomew County Courts to formally change her name from Susan Catherine Walters to Susan Catherine Harpring, said Petition for name change having been filed on August 14, 2025. Any person may contest this name change in writing to the court named above. Shari J. Lentz, Clerk Bartholomew Superior Court 2 60152217 hspaxlp R: 8/20, 8/27, 9/3/2025

20250903 The Republic 60152150

0

Legal Advertisement IFB: MDI-CAIN-25-B-011 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY STATE CONTRACTING, OVER $150,000 Notice is hereby given that bids for the MUSCATATUCK BUILDING 5114 MAINTENANCE AND REPAIR of the Indiana Army National Guard will be received via email by Elysia Justice, Deputy State Contracting Officer at contractingpublicbid@ago.in.gov until 9:00 o’clock AM (Eastern Standard Time) on Wednesday, September 24, 2025. All bids will be read aloud via conference line 317-552-1674, Conference ID: 481 688 516# 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 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 digital complete electronic copies of the contract documents from FPBH – A Gonzalez Company, 72 Henry St, North Vernon, IN 47265; 812-346-2045; Contract documents can be provided by digital download in PDF format, please contact FPBH – A Gonzalez Company for pricing. Partial sets will not be available. Email contact for contract document information, and information for RFI’s and/or product substitution requests is melissa.woodward@gocos.net. Please clearly state the project name and number: MDI-CAIN-25-B-011 on all requests. All RFI’s and/or project substitution request must be submitted in writing by COB September 10th, 2025. A Pre-Bid Meeting for this project will be held at Muscatatuck Bldg. 5101 Large Conference Room, Schoolhouse Drive, Butlerville, IN 46124 at 10:00 AM (Eastern Standard Time) on Wednesday, September 3rd, 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 4th day of August 2025 STATE CONTRACTING, acting by and through The Adjutant General, Lawrence Muennich Brigadier General, INARNG 60152150 hspaxlp R: 8/27, 9/3/2025

20250903 The Republic 60152510

0

Legal Advertisement REQUEST FOR PROPOSALS AND QUALIFICATIONS THE CITY OF COLUMBUS WATER INFRASTRUCTURE PROJECTS INTRODUCTION In accordance with IC 5-23-5, the City of Columbus (the “City”) is issuing this Request for Proposals and Qualifications (the “RFPQ”) seeking proposals and statements of qualifications from qualified offerors for the development and construction of public drinking water infrastructure improvements throughout the City. The public infrastructure to be constructed may include water treatment plant improvements, raw water main construction, water distribution main replacement, elevated water tank construction and/or modifications, booster station construction, and similar infrastructure (all such infrastructure collectively referred to herein as the “Infrastructure” and the development and construction of the Infrastructure being referred to as the “Project”). The Infrastructure to be constructed will be finalized during a scoping period with the selected development team. The City has multiple facilities that potentially need improvements but have limited funds to do so. The ultimate scope, budget, and type of project(s) will be determined during the scoping period, at which time the City will determine the most feasible and important project(s) to approve for construction. The City, in its sole discretion, may select one team or multiple teams to enter into the scoping period and may “mix and match” responding teams with appropriate projects as determined during the scoping period. As part of the required scoping period deliverables, the selected team(s) must provide constructability analysis, budgets, schedules, and other necessary information for the City to determine a priority list of the potential Projects. The City anticipates entering into a public-private partnership agreement with an offeror pursuant to IC 5-23 to provide the work, labor, equipment, and materials to develop and construct the Project within the budgetary and the time limitations required by the City. The selected offeror will be required to obtain a payment bond in an amount not less than one hundred percent (100%) of the final cost of the Project and a performance bond in an amount not less than fifty percent (50%) of the final cost of the Project. For the avoidance of doubt, in the context of this RFPQ, the term “develop” as defined by IC 5-23-2-5.5 shall mean to install and construct the Project Infrastructure, and the term “construct” as defined by IC 5-23-2-4 shall mean the process of building and assembling the Project Infrastructure. RFPQ PROCESS, TIME-LINE AND SCOPING PERIOD The anticipated timeline for selection of a developer and excution of a public-private partnership agreement for the development and constuction of the Project is a follows: Day 1 First publication of notice of the RFPQ in the local newspaper Day 8 Second publication of notice of the RFPQ in the local newspaper Day 15 Deadline to submit proposals by 3:00 p.m. Day 36 Most qualified offeror is selected by City’s committee (the “Committee”) Day 37 Scoping Period with selected offeror begins As long as necessary Scoping period deliverables are assembled by the selected offeror, to include budgets, design, and coordination assistance with the City Upon receiving satisfactory scoping period deliverables Selected offeror notified of recommendation to award public-private agreement 7 days prior to public hearing Notice of public hearing on recommendation to award a public­ private agreement published in local newspaper at least 7 days prior to public hearing and basis for recommendation available for inspection and copying at Columbus City Utilities’ office. 7 days after notice is published Public hearing before the Committee to consider the recommendation to award a public-private agreement to selected offeror and consideration and approval of the BOT agreement. All offerors will be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals; provided, however, offerors shall not contact any City official or employee during the period from the issuance of this RFPQ until the most qualified offeror is notified of selection by Committee. The final scope of the Project is to be determined in the scoping period described in the timeline above (the “Scoping Period”). The Scoping Period is anticipated to be a very intense and fast-paced process, with the goal of construction commencing Spring of 2026. The schedule will ultimately be determined during the Scoping Period, as it will be dependent upon the several milestones coordinated by the City. Accordingly, during the Scoping Period, the selected offeror must be readily available, willingly share information, and actively engage with the City in order to finalize the scope, schedule, and costs of the Project. Proposals shall include the fees that would be charged, if any, for participating in the Scoping Period, as further discussed below. All data, information and materials collected, assembled, prepared, and exchanged during the Scoping Period shall be solely owned by the City, and, by submitting a proposal, offerors release all rights in any such items to the City, and the City may use the information from the proposals and Scoping Period for its use and benefit. As the Scoping Period concludes, the City will request that the selected offeror submit a final and best offer to include pricing to develop and construct the Project and then engage in further negotiations leading to a guaranteed maximum price (“GMP”), time schedule, and schedule of values for the development and construction of the Project. A recommendation to award an agreement to develop and construct the Project to the offeror with a GMP, time schedule, and schedule of values that is advantageous and acceptable to the City may then be made to the Committee. In the alternative, a recommendation may be made to award an agreement to develop and construct a distinct phase of the Project, including a recommendation to award an agreement for different phases of the Project to separate offerors, in which case each of the awarded offerors shall be expected to coordinate their work on the phase awarded to them with any and all other offerors accordingly. The foregoing notwithstanding, the City reserves the right pursuant to IC 5-23-5-8 to terminate this RFPQ process at any time without making a recommendation to award an agreement to any offeror. Pursuant to IC 5-23-5-6, the City will not disclose the contents of proposals received in response to this RFPQ prior to making a recommendation to the Committee regarding the award of agreements, if any. If this RFPQ process is terminated without recommendation for an award as provided for above, then pursuant to IC 5-23-5-12 the City may, at its option, either return proposals to the offerors without disclosing the contents of the proposals, or it may retain the proposals in which case the contents thereof become subject to public disclosure. All of the foregoing decisions by the City may be made at their sole discretion PROPOSAL FORMAT AND CONTENTS; SUBMITTAL Notice is hereby given that Sealed Proposals for Project will be received by the City, until September 10th, 2025, at 3pm, local time. Proposals will only be accepted 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 Ion Wave, view current City of Columbus bid events, submit a proposal, or view plan holders, please visit https://columbusin.ionwave.net/. The Proposals will be publicly unsealed at 1111 McClure Road. Copies of the RFPQ Documents may be examined without charge at https://columbusin.ionwave.net/. 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. Proposals shall not exceed 20 pages in length, and shall include the following: • Letter of Interest and General Information o Provide a cover letter expressing the offeror’s interest in the Project and including the offeror’s general information including name, principal office address, and contact information for a designated point of contact, including telephone number and e-mail address. • Experience o Include a general overview of the offeror’ s organization, including type of organization, company, overview, and an organizational chart. If the proposal is submitted by a team or joint venture, include such information for each member thereof. o Describe the offeror’s experience working on construction projects with local government units in Indiana. Demonstrate the offeror’s experience with projects of similar scope and scale. Include a description of at least three (3) such projects that the offeror has successfully developed and constructed. o Identify key members of the offeror who will work on the Project, including a project manager with the availability, capacity, and experience to manage the Project. o Provide references. Provide the telephone number and e-mail address of a reference contact for each of the projects described above. • Financial Capaci

20250903 The Republic 60152714

0

Legal Advertisement STATE OF INDIANA COUNTY OF BARTHOLOMEW SS: IN THE BARTHOLOMEW CIRCUIT COURT CAUSE NUMBER: 03C01-2507-JT-003836 03C01-2507-JT-003837 IN THE MATTER OF THE TERMINATION OF THE PARENT-CHILD RELATIONSHIP: DB - DOB 1/13/2020 AB - DOB 3/29/2021 AND KAYLA KRISTINE BROWN (BIOLOGICAL MOTHER) BRANDON RAMOS (FATHER) AND ANY UNKNOWN ALLEGED FATHERS SUMMONS FOR SERVICE BY PUBLICATION &NOTICE OF TERMINATION OF PARENTAL RIGHTS HEARING TO: Brandon Ramos 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 11/14/2025 at 9:00 AM and to answer the Petition for Termination of your Parental Rights of said children. 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 children; 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 children. 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 60152714 hspaxlp R: 9/3, 9/10, 9/17/2025

20250903 The Republic 60152585

0

Legal Advertisement STATE OF INDIANA IN THE BARTHOLOMEW CIRCUIT COURT SS: COUNTY OF BARTHOLOMEW CAUSE NUMBER: 03C01-2508-JC-004547 IN RE: THE MATTER OF BK - DOB 7/15/2025 A CHILD ALLEGED TO BE A CHILD IN NEED OF SERVICES AND FATHER UNKNOWN (ALLEGED FATHER) AND ANY UNKNOWN ALLEGED FATHERS SUMMONS FOR SERVICE BY PUBLICATION &NOTICE OF CHILD IN NEED OF SERVICES HEARING TO: Any Unknown Alleged Father 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, 555 First Street, Columbus, IN 47201 – 812-379-1605 for a(n) hearing on 15th day of October, 2025 at 1:15 p.m. 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 J. Lentz Clerk Hallie Roots, 37345-30 Attorney, Indiana Department of Child Services 60152585 hspaxlp R: 8/27, 9/3, 9/10/2025

20250903 The Republic 60152501

0

Legal Advertisement REQUEST FOR PROPOSALS AND QUALIFICATIONS THE CITY OF COLUMBUS SEWER INFRASTRUCTURE PROJECTS INTRODUCTION In accordance with IC 5-23-5, the City of Columbus (the “City”) is issuing this Request for Proposals and Qualifications (the “RFPQ”) seeking proposals and statements of qualifications from qualified offerors for the development and construction of public sewer infrastructure improvements throughout the City. The public infrastructure to be constructed may include wastewater treatment plant improvements, sewer mains, lift station improvements, and similar infrastructure (all such infrastructure collectively referred to herein as the “Infrastructure” and the development and construction of the Infrastructure being referred to as the “Project”). The Infrastructure to be constructed will be finalized during a scoping period with the selected development team. The City has multiple facilities that potentially need improvements but have limited funds to do so. The ultimate scope, budget, and type of project(s) will be determined during the scoping period, at which time the City will determine the most feasible and important project(s) to approve for construction. The City, in its sole discretion, may select one team or multiple teams to enter into the scoping period and may “mix and match” responding teams with appropriate projects as determined during the scoping period. As part of the required scoping period deliverables, the selected team(s) must provide constructability analysis, budgets, schedules, and other necessary information for the City to determine a priority list of the potential Projects. The City anticipates entering into a public-private partnership agreement with an offeror pursuant to IC 5-23 to provide the work, labor, equipment, and materials to develop and construct the Project within the budgetary and the time limitations required by the City. The selected offeror will be required to obtain a payment bond in an amount not less than one hundred percent (100%) of the final cost of the Project and a performance bond in an amount not less than fifty percent (50%) of the final cost of the Project. For the avoidance of doubt, in the context of this RFPQ, the term “develop” as defined by IC 5-23-2-5.5 shall mean to install and construct the Project Infrastructure, and the term “construct” as defined by IC 5-23-2-4 shall mean the process of building and assembling the Project Infrastructure. RFPQ PROCESS, TIMELINE AND SCOPING PERIOD The anticipated timeline for selection of a developer and execution of a public-private partnership agreement for the development and construction of the Project is as follows: Day 1 First publication of notice of the RFPQ in the local newspaper Day 8 Second publication of notice of the RFPQ in the local newspaper Day 15 Deadline to submit proposals by 3:00 p.m. Day 36 Most qualified offeror is selected by City’s committee (the “Committee”) Day 37 Scoping Period with selected offeror begins As long as necessary Scoping period deliverables are assembled by the selected offeror, to include budgets, design, and coordination assistance with the City Upon receiving satisfactory scoping period deliverables Selected offeror notified of recommendation to award public-private agreement. 7 days prior to public hearing Notice of public hearing on recommendation to award a public­ private agreement published in local newspaper at least 7 days prior to public hearing and basis for recommendation available for inspection and copying at Columbus City Utilities’ office. 7 days after notice is published Public hearing before the Committee to consider the recommendation to award a public-private agreement to selected offeror and consideration and approval of the BOT agreement. All offerors will be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals; provided, however, offerors shall not contact any City official or employee during the period from the issuance of this RFPQ until the most qualified offeror is notified of selection by Committee. The final scope of the Project is to be determined in the scoping period described in the timeline above (the “Scoping Period”). The Scoping Period is anticipated to be a very intense and fast-paced process, with the goal of construction commencing Spring of 2026. The schedule will ultimately be determined during the Scoping Period, as it will be dependent upon the several milestones coordinated by the City. Accordingly, during the Scoping Period, the selected offeror must be readily available, willingly share information, and actively engage with the City in order to finalize the scope, schedule, and costs of the Project. Proposals shall include the fees that would be charged, if any, for participating in the Scoping Period, as further discussed below. All data, information and materials collected, assembled, prepared, and exchanged during the Scoping Period shall be solely owned by the City, and, by submitting a proposal, offerors release all rights in any such items to the City, and the City may use the information from the proposals and Scoping Period for its use and benefit. As the Scoping Period concludes, the City will request that the selected offeror submit a final and best offer to include pricing to develop and construct the Project and then engage in further negotiations leading to a guaranteed maximum price (“GMP”), time schedule, and schedule of values for the development and construction of the Project. A recommendation to award an agreement to develop and construct the Project to the offeror with a GMP, time schedule, and schedule of values that is advantageous and acceptable to the City may then be made to the Committee. In the alternative, a recommendation may be made to award an agreement to develop and construct a distinct phase of the Project, including a recommendation to award an agreement for different phases of the Project to separate offerors, in which case each of the awarded offerors shall be expected to coordinate their work on the phase awarded to them with any and all other offerors accordingly. The foregoing notwithstanding, the City reserves the right pursuant to IC 5-23-5-8 to terminate this RFPQ process at any time without making a recommendation to award an agreement to any offeror. Pursuant to IC 5-23-5-6, the City will not disclose the contents of proposals received in response to this RFPQ prior to making a recommendation to the Committee regarding the award of agreements, if any. If this RFPQ process is terminated without recommendation for an award as provided for above, then pursuant to IC 5-23-5-12 the City may, at its option, either return proposals to the offerors without disclosing the contents of the proposals, or it may retain the proposals in which case the contents thereof become subject to public disclosure. All of the foregoing decisions by the City may be made at their sole discretion. PROPOSAL FORMAT AND CONTENTS; SUBMITTAL Notice is hereby given that Sealed Proposals for Project will be received by the City, until September 10th, 2025, at 3pm, local time. Proposals will only be accepted 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 Ion Wave, view current City of Columbus bid events, submit a proposal, or view plan holders, please visit https://columbusin.ionwave.net/. The Proposals will be publicly unsealed at 1111 McClure Road. Copies of the RFPQ Documents may be examined without charge at https://columbusin.ionwave.net/. 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. Proposals shall not exceed 20 pages in length, and shall include the following: • Letter of Interest and General Information o Provide a cover letter expressing the offeror’s interest in the Project and including the offeror’s general information including name, principal office address, and contact information for a designated point of contact, including telephone number and e-mail address. • Experience o Include a general overview of the offeror’ s organization, including type of organization, company, overview, and an organizational chart. If the proposal is submitted by a team or joint venture, include such information for each member thereof. o Describe the offeror’s experience working on construction projects with local government units in Indiana. Demonstrate the offeror’s experience with projects of similar scope and scale. Include a description of at least three (3) such projects that the offeror has successfully developed and constructed. o Identify key members of the offeror who will work on the Project, including a project manager with the availability, capacity, and experience to manage the Project. o Provide references. Provide the telephone number and e-mail address of a reference contact for each of the projects described above. • Financial Capacity o Demonstrate the offeror’s responsibility and financial ability to develop and construct the