Loading...
HomeMy WebLinkAboutBid Packet2016 PAVING TOTAL BASE BID $4,029,296.96 THIS IS TO BE THE FIRST PAGE OF ENTIRE BID. PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: Street Department 2016 PAVING PROGRAM BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733-2001 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Street Department 2016 PAVING PROGRAM Proposal For: 2016 PAVING PROGRAM City of Carmel Date: March 16, 2016 To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: _Harding Group, Inc. 1.2 Bidder Address: Address: 10151 Hague Road City: Indianapolis State: M Zip:46256 Phone #: ( 317 ) 849-9666_ Fax #: (317 ) 570-5317_ 1.3 Bidder is a/an [mark one]: Individual Partnership X Indiana Corporation; Foreign (Out of State) Corporation; State: Joint Venture Other: 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion 92, dated January 23, 1958.] .1 Corporation Name: Harding Group, Inc. .2 Address: 10151 Hague Road .3 Date registered with State of Indiana: 12-2-1994 .4 Indiana Registered Agent: D. Michael Harding Name: D. Michael Harding Address: 10151 Hague Road, Indianapolis, IN 46256 PART 2 BID PROPOSAL 2.1 Proiect Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described project, including any and all addenda thereto, for the total sum of - Four Million Twenty Nine Thousand Two Hundred Ninety Six Dollars and 96 cent Dollars ($4,029,296.96 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. Project Name: 2016 PAVING PROGRAM Bid Date: March 16, 2016 Substantial Completion Date: August 8, 2016 Final Completion Date: BID TABULATION SHEET TOTAL AMOUNT: $ 4,029,296.96 ITEM # DESCRIPTION UNIT QUANTITY Sub Bid AMOUNT 1 AET or AE 150 TAC GAL 30,000 $ 3.08 $ 92,400.00 2 9.5 Type B Surface TON 45,686 $ 55.72 $ 2,545,623.92 3 IType C Surface TON 500 $ 59.47 $ 29,735.00 4 Badspots cut/removed (Plunge milling 6" depth) Sq. Yd. 1,000 $ 97.50 $ 97,500.00 5 Millin /Perimeter Milling Sq. Yd. 482,903 $ 0.75 $ 362,177.25 6 Blue Reflectors EA. 180 $ 152.00 $ 27,360.00 7 14r Yellow Crosshatch L.F. 43 $ 2.15 $ 92.45 8 8" Solid Yellow L.F. 1,129 $ 1.45 $ 1,637.05 9 4" Solid Yellow & 4" Skip Yellow L.F. 50,274 $ 0.38 $ 19,104.12 10 112" Yellow Crosshatch L.F. 1,204 $ 2.20 $ 2,648.80 11 4" Solid/ Broken White Line L.F. 43,610 $ 0.42 $ 18,316.20 12 24" Yield Line L.F. 0 $ - 13 Shark Teeth EA. 80 $ 26.00 $ 2,080.00 14 Carmel Access Bikeway CAB Inlays EA. 0 $ - 15 6" White Crosswalk L.F. 2,737 $ 1.10 $ 3,010.70 16 24" White Sto bars L.F. 2,100 $ 4.37 $ 9,177.00 17 1 Lane Indicator Arrows EA. 85 $ 83.00 $ 7,055.00 18 "Onl 's" EA. 50 $ 113.00 $ 5,650.00 19 24" White Piano Keys L.F. 190 $ 4.37 $ 830.30 20 1 Roundabout Arrows EA. 6 $ 249.00 $ 1,494.00 21 "School" EA. 0 $ - 22 IWhIte "letters" PED -RING EA. 0 $ 23 B" Solid White Line L.F. 210 $ 1.45 $ 304.50 24 6" Solid White Line L.F. 2,178 $ 0.55 $ 1,197.90 25 8" Yellow Crosshatch L.F. 62 $ 1.45 $ 89.90 26 24" Yellow Crosshatch L.F. 0 $ 27 8" White Crosshatch L.F. 0 $ - 28 112" White Crosshatch L.F. 79 $ 2.20 $ 173.80 29 1 Combination Arrow EA. 6 $ 166.00 $ 996.00 30 4"x2' White Dash L.F. 28 $ 2.00 $ 56.00 31 6"x2' White Dash L.F. 66 $ 2.50 $ 165.00 32 4" White Parkin 'T' L.F. 23 $ 9.15 $ 210.45 33 1 Bike Path Arrow EA. 10 $ 52.00 $ 520.00 34 1 Bike Path Symbol EA. 10 $ 65.00 $ 650.00 35 1 PCCP Patching, Full Depth, Minimum 10", Modified SYS 0 $ - 36 1 Decorative Concrete Border, 18" Width LFT 0 $ - 37 1 PCCP Decorative Paver Base w/Multi-colored Pavers SYS 0 $ - 38 1 Compacted Aggregate Base, #53, 6"Street Panel Base TON 450 $ 42.11 $ 18,949.50 39 1 Loos EA. 12 $ 116.23 $ 1,394.76 40 1 Maintenance of Traffic LS 0 $ - 41 1 Section Comer or Monuments, Undistributed EA. 0 $ - 42 1 Concrete Curb Replacement Roll Curb L.F. 6,000 $ 52.63 $ 315,780.00 43 IChalrbackCurb L.F. 2,000 $ 54.74 $ 109,480.00 44 1 Street Panels Sq. Yd. 1,800 $ 58.95 $ 106,110.00 45 Calcium 1 % per Cu. Yd. $ 10.53 $ - 46 High Earl 1% Cu. Yd. $ 11.58 $ - 47 JADA Ramp EA. 25 $ 631.58 $ 15,789.50 48 4' Wide Sidewalk LFT 200 $ 27.37 $ 5,474.00 49 1 Greater than 4' Wide Sidewalk Sq. Yd. 10 $ 57.89 $ 578.90 50 IArts District Brick Sidewalk Repair Sq. Ft. 6,000 $ 21.70 $ 130,200.00 51 Solid Concrete Island Repair Carmel Dr at Old Meridian Sq. Yd. 284 $ 94.74 $ 26,906.16 52 Grand/ Old Meridian Brick Street Paver in RAB Sq. Yd. 280 244.21 $ 68,378.80 TOTALS $ 4,029,296.96 PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER None DATE PART 4 EXCEPTIONS Instructions To Bidders: 4.1 The Bidder shall fully state each exception taken to the specifications or other Contract Documents in Section 4.3 of this Part. 4.2 Bidder is cautioned that any exception taken by Bidder and deemed by OWNER to be a material qualification or variance from the terms of the Contract Documents may result in this Bid being rejected as non-responsive. 4.3 Exceptions: None PART 5 FINANCIAL STATEMENT Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the project if awarded. PART 6 ADDITIONAL DECLARATIONS 6.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of the work contemplated by the Agreement with respect to hire, tenure, terms, conditions, or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person so discriminated against. PART 7 NON -COLLUSION AFFIDAVIT The individual person(s) executing this Bid proposal, being first duly sworn, depose(s) and state(s) that the Bidder has not directly or indirectly entered into a combination, collusion, undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed herein or to be bid by another person, or (ii) to prevent any person from bidding, or (iii) to induce a person to refrain from Bidding; and furthermore, this Bid proposal is made and submitted without reference to any other bids and without agreement, understanding or combination, either directly or indirectly, with any persons with reference to such bidding in any way or manner. whatsoever. SECTION IV CONTRACTOR'S NON -- COLLUSION AFFIDAVIT The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered Into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to Include anyone to refrain from bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further says that no person or persons, firms, or corporation has, have or will receive directly or Indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. SECTION V OATH AND AFFIRMATION I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY.THAT THE FACTS AND INFORMATION CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT. Dated at Indianapolis this 16th Harding Group, Inc. day of March , 2016 (Name President (17116 of Person Signing) ACKNOWLEDGEMENT STATE OF INDIANA ss COUNTY OF MARION Before me, a Notary Public, personally appeared the above-named Dennis Ward swore that the statements contained In the foregoing document are true and correct. Subscribed and sworn to before me this 16th My Commission Expires: 2-23-2024 County of Residence: MARION day of March 2016 . Notary Public and PART 8 SIGNATURES [Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution of each and every Part of this itemized proposal and declarations document. SIGNATURE MUST BE PP, OPERLYNOTARIZED.] Bidders Name: Written Signature: Printed Name Dermis Ward Title: President Important - Notary Signature and Seal Required in the Space Below STATE OF Indiana COUNTY OF Marion Subscribed and sworn to before me this 16th day of Mar 16 . My commission expires: 2-23-24 (Signed) - Printed: Theresa Blanton Residing in Marion County, State of Indiana EXHIBIT C INSURANCE COVERAGES Worker's Compensation & Disability Employer's Liability: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Bodily Injury by Accident/Disease: Property damage, contractual liability, products -completed operations: General Aggregate Limit (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Policy Limit: Each Occurrence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 $500,000 $250,000 $250,000 $ 50,000 Comprehensive Auto Liability (owned, hired and non -owned) Bodily Single Limit: Injury and property damage: Policy Limit: Umbrella Excess Liability Each occurrence and aggregate: Maximum deductible: $500,000 each accident $500,000 each accident $500,000 $500,000 $ 10,000 HARDGR1 OP ID: NK ,%C— "ffic "` CERTIFICATE OF LIABILITY INSURANCE D Y) I TYPE OF INSURANCE X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FKOCCUR 03/MM/08/22016016 03/ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Witkemper Insurance Group 104 East 10th Street P.O. Box 5 Greensburgg,, IN 47240 CONTNAMEACT Ma Beth Meyer, CIC PHONE E,0:812-663-3500 FAAic Nol: 812-663-3421 ADDRESS: SS: mbme er wi-ins.com INSURER(S) AFFORDING COVERAGE NAIC tl Mary Beth Meyer, CIC INSURERA:The Motorists Insurance Group14621 INSURED Harding Group, Inc. Harding Materials, Inc. Harding Transport, LLC INSURER B:Insurance Company of the West 27847 INSURER C: INSURER D: Mike Harding 10151 Hague Road Indianapolis, IN 46256 INSURER E: rINSURER F: V V V CRN�7 Gal CER I II-ICATE NUMBER' REVISION NUMBER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'NSR LTR A I TYPE OF INSURANCE X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FKOCCUR ADDL SUBR WVDPOLICY NUMBER 33286721 POLICY EFF MMIDD 10/09/2015 POLICY EXP MMLICln, 10/09/2016 LIMITS EACH OCCURRENCE $ 1,000,00 PREMISES Ea occurrence $ 100,00 MED EXP (Any one person) $ 5,00 PERSONAL & ADV INJURY $ 1,000,00 GEN'L AGGREGATE LIMIT APPLIES PER:5-71 POLICY JECT T LOC ROTHER: GENERAL AGGREGATE $ 2,000,00 PRODUCTS -COMP/OP AGG $ 2,000,00 Emp Ben. $ 1,000,00 A AUTOMOBILE X LIABILITY ANY AUTO ALLOWNED SCHEDULED AUTOS AUTOS HIRED AUTOS NON -OWNED AUTOS 332.86721 10/09/2015 10/09/2016 COMBINED SINGLE LIMIT Ea accident $ 1,000,00 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ A B X UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE N / A 33286721 WIN 5031538 00 10/09/2015 10/0912015 10/09/2016 10/09/2016 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 DED I X I RETENTION $ 0. WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY OFFICER/MEMBER EXCLUDED? PROPRIETOR/PARTNER/EXECUTIVE Y /N❑N (Mandatory In NH) ff yes, describe under $ X STATUTE ER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE -EA EMPLOYE $ 1 000 00 . s E.L. DISEASE - POLICY LIMB I $ 1,000,00 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) faC�TIL'IA ATC �a�ea CITYCA1 City of Carmel Indiana City Hall One Civic Square Carmel, IN 46032 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE V 1'SSU-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Re: Harding Group, Inc. . Bond Program To Whom It May Concern: INSURANCE i i } I March 8, 2016 Cincinnati Insurance Company is the surety company for Harding Group., Inc. They are A+, XV rated by A. M, Best. We are confident that you will be satisfied with Harding Group in every phase of execution of their work. Our surety line is a single project limit of $2,000,000 with an overall aggregate limit of $10,000,000, although the surety company would definitely consider larger projects or backlog levels. While our surety commitment is contingent upon the financial wherewithal of Harding Group at the time of the bond request, and contractirovisions that are acceptable to both Harding Group and Cincinnati Insurance Company, we recommend this highly qualified contractor. If we can be of service or should you have any questions, feel free to contact us. Sincerely,_ The Cincinnati Insurance Company Cynthia L. Jenkins Attorney -in -Fact cc: Cincinnati Insurance Company f;'0f%n.-"US0 Your 'turd in 9225 Priority Vijay Vfest Dr. I Shite 100 l Int;ianapofis, IN 46240 0 317.805.7500 1 F 317.805,751 5 1 W mjinsurance.com MJ INSURANCE INTEGRITY • INNOVATION - INTENSITY March 7, 2016 To: Whom It May Concern Re: Harding Group City of Carmel Bond Cincinnati Insurance Company, through MJ Insurance, has issued to Harding Group, Inc bond #B0572398 for Carmel Right of Way ($5,000). This is a continuous and renews on 6/16/16. If we can be of service or should you have any questions, feel free to contact us. Sincerely, Mi INSURANCE, INC. Michael J. Marsella Bond Producer .MJ INSURKINNCE, INC. ...an Assure:: Global Partner EXHIBIT'D AFFIDAVIT J.J. GIRT being first duly sworn, deposes and says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have been employed by HARDING GROUP, INC. (the "Employer") in the position of HUMAN RESOURCES DIRECTOR 3. I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E -Verify program. Documentation of this enrollment and participation is attached and incorporated herein. 5. The Employer does not knowingly employ any unauthorized aliens. 6. To the best of my information and belief, the Employer does not currently employ any unauthorized aliens. 7. FURTHER AFFIANT SAYETH NOT. EXECUTED on the - BT day of MARCH 20 16 Printed: .LJ. GIRT I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and repre ntations are true and correct. Printed: J.J. GIRT ,ve u ri fy-- Welcome User lD Last Login Tient Eligibility Verification A Gill JGIR6,982 06.51 AM - 03/04/2016 for help 3s�vord vuritb,{ Questions is tial Resources a1 vianual Welcome to E -Verify i I � Need Help? Click any Q icon for- more information or contact us at 888-464-4298 or E-Verify@)dhs.gov- E-Verify News View All 1-9 Central and E -Verity websites Enhanced for Mobile Devices 0310 1 120 1 6 On Februar�r 29, oxer websites became mobile responsive! This means th ._. read more Employee Rights and Responsibilities Video Available in 12 Additional Languages! 02/20/2016 To see a dramatic reenactment explaining the rights of employees whe ... read more > Electronic 1-94 Expiration Dates Guidance 0711512015 In May 2013, Customs and Border Protection (CCP) automated Form I --- react more E -Verify Enhancements 00/08/2013 V.e­rif, int Eligibility Verification OMB Control No. 101 Expiration ®ate 08/%1 WARNING - You are about to access a Department of Homeland Security computer system- This computer sy! and data therein are property of the U -S- Government and provided for official U.S. Government information an There is no expectation of privacy when you use this computer systerll_ The use of a password or any other set measure does not establish all expectation of privacy_ By using this system, you consent to the terms set forth notice. You may not process classified national security information on this computer- system- Access to this sy. is restricted to authorized users only. Unauthorized access, use; or modification of this system or of data contai herein, or in transit tolfrom this system, may constitute a violation of section 1030 of title 18 of the U -S_ Code at - other criminal lakes- Anyone who accesses a Federal computer system Witllout authorization or exceeds access authority, or obtains, alters, damages, destroys, or discloses information; or prevents authorized use of inform on the corllpr.tter system; may be subject to penalties, fines or imprisonment_ This computer system and any rel equipment is subject to monitoring for administrative oversight, law enforcement, criminal investigative purpose inquiries into alleged }.vroncgdoinq or misuse, and to ensure proper performance of applicable security features procedures. DHS may conduct monitoring activities Without further notice. By clicking "i agree" below or by using this system, you consent to the terms set forth in this notice. I' Iaree j 1 Paperwork Reduction I MEN6,66 n06 c)f Homeland Security - v , .,.dhs.gov U -S_ Citizenship and immigration SGRIices - Vn.%'1.v.uscis.gov I I Enable Permanent i ooitips Accessibility Down BID BOND City of Carmel Instructions To Bidders Bidders may use this form or other form containing the same material conditions and provisions as approved in advance by OWNER/Obligee. Bidder/Surety must attach a signed, certified and effective dated copy of the Power of Attorney or Attorney -In -Fact establishing the authority of the person(s) signing this Bid Bond on behalf of the Surety. The Surety company executing this bond shall appear on the most current list of "Surety Companies Acceptable on Federal Bonds, " as specified in the U.S. Treasury Department Circular 570, as amended, and be authorized to transact business in the State of Indiana. KNOW ALL MEN BY THESE PRESENTS, that the undersigned "Bidder": Harding Group, Inc. and "Surety": [Name] The Cincinnati Insurance Company [Address] 6200 S. Gilmore Road Fairfield, OH 450T4 -- a corporation chartered and existing under the laws of the State of Ohio and authorized to do business in the State of Indiana, are held and firmly bound unto the City of Carmel, Indiana ("Obligee") in the full and just sum equal to ten percent (10%) of the price stated in the Bid proposal described in Part 2, including accepted alternates, if any, to be paid upon demand of the Obligee, together with interest at the maximum legal rate from date of demand and any attorney fees and court costs incurred by Obligee to enforce this instrument, to which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally and firmly by these presents. Ten percent (10%) of the price stated in the Bid Proposal is $ vx 9-, .70 WHEREAS, the Obligee has solicited Bids for certain work for or in furtherance of construction of improvements described generally as: 2016 PAVING PROGRAM pursuant to plans, specifications and other "Contract Documents" included as parts of and designated by such solicitation; and WHEREAS, the Bidder has submitted to the Obligee a Bid proposal to perform such Work. NOW THEREFORE: The conditions of this obligation are such that if the Bid proposal be accepted, with or without conditions, the Bidder shall within such time thereafter as prescribed by the Contract Documents (i) fulfill all conditions of such award that remain to be fulfilled, (ii) execute an Agreement in accordance with the Bid proposal and in the form and manner required by the Contract Documents, and (iii) thereafter provide all bonds, and other documentation required by the Contract Documents to be delivered to Obligee prior to commencing work on the project, including without limitation a sufficient and satisfactory performance bond and payment bond payable to Obligee, each in an amount of one hundred percent (100%) of the total project Agreement price as awarded and in form and with surety satisfactory to said Obligee, then this obligation to be void; otherwise to be and remain in full force and virtue in law, and the Surety shall, upon failure of the Bidder to comply with any or all of the foregoing requirements within the time specified above and as prescribed by the Contract Documents, immediately pay to the Obligee, upon demand, the amount hereof, in good and lawful money of the United States of America, not as a penalty, but as liquidated damages. IN TESTIMONY THEREOF, the Bidder and Surety have caused this instrument to be duly signed and sealed this 16th day of March , 20 16 This BID Bond shall bind the undersigned Surety whether or not also signed by the Bidder. ` i der" Har Group, Inc. By: Printed: 4F -,00i, whk&, P%Gsl t "Surety" The Cincinnati Insurance Company By:-g�l�`� Printed: Cynthia L. Jenkins, Attorney -in -Fact Countersigned: N/A THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY, a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Michael H. Bill; Edward L. Mournighan; Michael M. Bill; Cynthia L. Jenkins; Cindy H. Stellhorn; Ginger J. Krahn; Sheree Hsieh; Brenda Johnston; Lauran Reynolds; Nicole Ann McKinney; Kimberly E. Kinkead and/or Rebecca A. Virt of Indianapolis, Indiana its true and lawful Attomey(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Forty Million and No/100 Dollars ($40,000,000.00). This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 61, day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attomey-in-Fact to affix the corporate seal; and may with or without cause modify or revoke'any such appointment or_authority._Any such writings so_.executed.by_such_Attomeys-in-_ Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 71 day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney, granted, and the signature of the Secretary ol''Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 10" day of May, 2012. laser. '' THE CINCINNATI INSURANCE COMPANY v ODRPoRATEa SEAL ' OM10 STATE OF OHIO ) ss: Vice President COUNTY OF BUTLER ) On this 10" day of May, 2012, before me came the above-named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said .instrument by the authority and direction of said corporation. ,PR1 A E -SF�� �� `0�3 MARK J. H LLER, Attorney at Law y� NOTARY PUBLIC - STATE OF OHIO y My commission has no expiration "4,�.. date. Section 147.03 O.R.C. 1, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. this 16th day of March, 2016 �pr,u In7.•��'i 3� CORPORATE 3 SEAL onto BN - 1005 (5112) Assistant Secretary City of Carmel, Indiana 3400 W. 131St Street Carmel, IN 46074 MJ INSURANCE RE: 2016 Paving Program To Whom It May Concern: March 11, 2016 We understand that Harding Group, Inc. intends to submit to you its bid for the above -captioned project. This is to advise you that in the event the bid of Harding for this work is accepted, the contract is awarded, and Harding so requests us, we will issue in your favor, Performance and/or Payment bonds. Providing the requested bond is subject to use of a favorable bond form, acceptable contract, and the contractor continuing to satisfy our underwriting requirements. Yours very truly, The Cincinnati Insurraa`nccee Company Cynthia L. Jenkins Attorney -in -Fact Cc: Cincinnati Insurance Company s Yourfiiture in focus. 9225 Priority Way West Dr. I Suite 100 1 Indianapolis, IN 46240 O 317.805.7500 1 F 317.805.7515 1 W mjinsurance.com i i