20250903 The Republic 60152343

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 the Clerk of the Circuit Court of Bartholomew County, Indiana, in Cause No. 03C01-2503-MF-001244wherein KeyBank National Association was Plaintiff, and Centra Credit Union, Unknown Occupants, The Unknown heirs devisees, legatees, beneficiaries of William Vire, and their unknown creditors; and, the unknown executor, administrator, or personal representative of the estate of William Vire and Billie Jo Banuelos, as possible heir to the estate of William Robert Vire were Defendants, requiring me to make the sum as provided for in said Decree, with interest and cost, I will expose at public online sale to the highest bidder on the 7th day of October, 2025, at the hour of 10:00 a.m., with a closing time of 11:00 a.m., or as soon thereafter as is possible, at www.zeusauction.com, the fee simple of the whole body of Real Estate in Bartholomew County, Indiana. Commencing 50 feet North of the Southwest corner of Block “C” in Graham and Tompkins’ Addition to the City of Columbus, as recorded in Plat Book “B”, page 44, in the Office of the Recorder of Bartholomew County, Indiana; thence East parallel with the South line of said Block “C” 150 feet to the East line of said block; thence North 50 feet thence West parallel with the South line of said Block “C” 150 feet to the West line of said block; thence South 50 feet to the place of beginning. More commonly known as: 1507 Lafayette Avenue, Columbus, IN 47201 Parcel No. 03-95-24- 120-007.300-005 Together with rents, issues, income, and profits thereof, said sale will be made without relief from valuation or appraisement laws. “Subject to all liens, encumbrances and easements of record not otherwise extinguished in the proceedings known as Cause 03C01-2503-MF-001244 in the Circuit Court of the County of Bartholomew, Indiana.” Attorney for Plaintiff: Nicholas M. Smith ATTORNEY NO. 31800-15 MDK Legal P.O. Box 165028 Columbus OH 43216-5028 Chris Lane Sheriff of Bartholomew County COLUMBUS Township 1507 Lafayette Avenue Street Address The Sheriff’s Department does not warrant the accuracy of the street address published herein. 60152343 hspaxlp (R) 08-27 - 09-03-10-2025

20250903 The Republic 60152093

0

Legal Advertisement IFB: MDI-MUTC-25-B-003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the MUSCATATUCK PAVING for the Indiana Army National Guard will be received via email to Tinisha White, State Contracting Officer at contractingpublicbid@ago.in.gov until 12:00 o’clock PM (Eastern Daylight Savings Time) on Wednesday, 24, Sep. 2025. All bids will be read aloud, via conference line 317-552-1674, Conference ID: 939488135# at 1:00 o’clock PM (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. All bidders must be Certified Contractors, hold a Valid Certificate of Qualification 1611.01 and 1611.02 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. 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 will need to be directed to Mick Barger the Project Manager at Camp Atterbury micky.j.barger.nfg@army.mil 812-526-1163 ext. 61163. All RFI’s and/or product substitution requests must be submitted in writing no later than COB Wednesday, 10, Sep. 2025. A Pre-Bid Meeting for this project will be held at Muscatatuck Urban Training Complex Bldg. 5101 4230 East Administrative Drive, Butlerville, IN 47223 at 1:00 PM (Eastern Daylight Savings Time) on Wednesday 3, Sep. 2025, 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 11th Day of August 2025 STATE ARMORY BOARD, acting by and through The Adjutant General, Lawrence Muennich Brigadier General, INARNG 60152093 hspaxlp R: 8/27, 9/3/2025

20250903 The Republic 60152095

0

Legal Advertisement IFB: MDI-CAIN-25-B-015 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the CAMP ATTERBURY BUILDINGS 218, 219, 318, 319 HVAC REPAIR at 232 EGGLESTONG STREET, EDINBURGH, IN 46124 for the Indiana Army National Guard will be received via email to Tish White, Deputy Contracting Officer at contractingpublicbid@ago.in.gov until 1:00 o’clock p.m. (Eastern Daylight Savings Time) on Wednesday, September 24, 2025. All bids will be read aloud, via conference call 1-317-552-1674 Conference ID: 560437721# at 2:00 o’clock p.m. (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. All bidders must be Certified Contractors, hold a Valid Certificate of Qualification 1711.02 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 for buildings and product specifications at DPW office BLDG 232 at Camp Atterbury, or by emailing requests to David Strope, david.j.strope. nfg@army.mil or call (317) 697-5914. All RFI’s and/or product substitution requests must be submitted in writing no later than COB Wednesday, September 10, 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 08:30 AM (Eastern Standard Time) on Wednesday, September 3, 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 11th day of August 2025 STATE CONTRACTING, acting by and through The Adjutant General, Larry Muennich Brigadier General, INARNG 60152095 hspaxlp R: 8/27, 7/3/2025

2025-09-06 The Republic 60152894

0

Legal Advertisement Public Notice of Construction Activity BHI is submitting a Notice of Intent to the Indiana Department of Environmental Management of our intent to comply with the requirements of Construction Stormwater General Permit to discharge stormwater from construction activities associated with the BHI Columbus Phase 2 project located at the NEC of Rocky Ford Road and Talley Road in Columbus, IN. Run-off from the project site will discharge to Sloan Branch. Please direct questions to Kimley-Horn at 317-218-9560. 60152894 hspaxlp R: 9/6/2025

2025-09-06 The Republic 60152883

0

Legal Advertisement LEGAL NOTICE OF EVIDENTIARY HEARING INDIANA UTILITY REGULATORY COMMISSION CAUSE NO. 46256 VERIFIED APPLICATION OF GRANDVIEW LOT OWNERS ASSOCIATION, INC. FOR APPROVAL OF THE EXPANSION OF ITS TERRITORIAL AUTHORITY IN CERTAIN RURAL AREAS OF BARTHOLOMEW COUNTY CURRENTLY SERVED BY A SEPTIC SYSTEM; FOR APPROVAL OF RATES, CHARGES, TARIFFS AND REGULATIONS FOR SERVICE WITHIN THE EXPANDED TERRITORY. Notice is hereby given that the Indiana Utility Regulatory Commission will conduct a public Evidentiary Hearing in the above-captioned Cause in Room 222 of the PNC Center, 101 W. Washington Street, Indianapolis, Indiana, commencing at 9:00 AM on October 7, 2025. This hearing is open to the public. If an accommodation is required to allow an individual with a disability to participate, please contact the Office of the Executive Secretary of the IURC at 317.232.2701 or TDD 317. 232.8556 at least 48 hours in advance. INDIANA UTILITY REGULATORY COMMISSION OFFICE OF THE EXECUTIVE SECRETARY 317.232.2701 BY: IURC – Sean Gorman, ALJ DATE: September 3, 2025 60152883 hspaxlp R: 9/6/2025

2025-09-06 The Republic 60152837

0

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

2025-09-06 The Republic 60152816

0

Legal Advertisement LEGAL NOTICE OF FIELD HEARING INDIANA UTILITY REGULATORY COMMISSION CAUSE NO. 46269 IN THE MATTER OF THE PETITION OF SOUTHWESTERN BARTHOLOMEW WATER CORPORATION OF COLUMBUS, INDIANA, FOR APPROVAL OF (1) THE ISSUANCE OF LONG TERM BONDS, NOTES OR OTHER EVIDENCE OF INDEBTEDNESS, (2) FOR AUTHORITY TO ENCUMBER ITS FRANCHISE, WORKS AND SYSTEM IN CONNECTION WITH SUCH BORROWING, (3) FOR A CERTIFICATE OF AUTHORITY TO ISSUE LONG TERM DEBT, (4) FOR AUTHORITY TO INCREASE ITS RATES AND CHARGES FOR WATER SERVICE, (5) FOR APPROVAL OF A NEW SCHEDULE OF RATES AND CHARGES FOR WATER SERVICE Notice is hereby given that the Indiana Utility Regulatory Commission will conduct a public Field Hearing in the above-captioned Cause in the Cal Brand Meeting Room at Columbus City Hall, 123 Washington Street, Columbus, IN 47201, commencing at 6:00 PM on September 17, 2025. This hearing is open to the public. If an accommodation is required to allow an individual with a disability to participate, please contact the Office of the Executive Secretary of the IURC at 317.232.2701 or TDD 317. 232.8556 at least 48 hours in advance. INDIANA UTILITY REGULATORY COMMISSION OFFICE OF THE EXECUTIVE SECRETARY 317.232.2701 BY: IURC – Sean Gorman, ALJ DATE: September 2, 2025 60152816 hspaxlp R: 9/6/2025

2025-09-06 The Republic 60152843

0

2024 Annual Financial Report

2025-09-06 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

2025-09-06 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