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