Loading...
HomeMy WebLinkAboutBid PacketJ Roundabout Improvements 136th Street and Carey Road Project No. 16 -ENG -26 Carey Road and Hawthorne Drive Project No. 16 -ENG -09 Total Base Bid .......................................$ 1,471,824.33 NG1,1 11100 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. 0 Project: Roundabout Improvements 136th Street and Carey Road Roundabout Improvements Carey Road and Hawthorne Drive Proposal For Construction of : Part ]a: 1361h Street and Carey Road Intersection Reconstruction to a Single Lane Roundabout. - Part Ib: 130 Street and Keystone Parkway Signal Metering Installation Part 2: Carey Road and Hawthorne Drive Intersection Reconstruction to a Single Lane Roundabout Date: A rjust 17, 2016 To: City of Carmel, Indiana, Board of Public Works and Safety 7 t L� I BID -1 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: E & B Paving, Inc. 1.2 Bidder Address: Street Address: 17042 Middletem Avemi City: Noblesville State: -Indiana aria Zip: 46060 Phone: (317) 773-4132 Fax: (317) 773-4137 1.3 Bidder is a/an [mark one] Individual Partnership M Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Oilier 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 #2, dated January 23, 1958.] 1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: ° IP V-11, PART 2 BID PROPOSAL 2.1 Base 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 Work and Project, including any and all addenda thereto, for the Unit Prices applicable to the Contract Items as stated in Part 3 hereof, which Unit Prices, when multiplied by estimated unit quantities for such Contract Items, total cm 1411ion, Fbur Hzmdred seymty� TIPamnd, Eight Rzered TIwerity Fbur and Mirty-Muree Mars ($ 1,471,824.33 ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price and further acknowledges that the unit quantities listed in Part 3 of this Proposal are estimates solely for the purpose of Bid evaluation and Contract award, and are not to be construed as exact or binding. The Bidder further understands that all Work which may result on the Contract shall be compensated for on a Unit Price basis and that the OWNER and ENGINEER cannot and do not guarantee the amount or quantity of any item of Work to be performed or furnished under the Contract. _ BID -3 n: SEAL PART 3 CONTRACT ITEMS AND UNIT PRICES Part 1a: 136'" Street & Carey Road Intersection Reconstruction Contract Item No. Description Estimated Unit Quantity Unit Price Item Total 0001 CONSTRUCTION ENGINEERING 1.00 LS $ 9,500.00 $ 9,500.00 0002 INSPECTION HOLE, GREATER THAN 3 FT 2.00 EACH $ 625.00 $ 1,250.00 . 0003 INSPECTION HOLE, 3 FT DEPTH OR LESS 2.00 EACH $ 300.00 $ 600.00 0004 MOBILIZATION AND DEMOBILIZATION 1.00 LS $ 33,131.07 $ 33,131.07 0005 CLEARING RIGHT OF WAY 1.00 LS $ 19,000.00 $ 19,000.00 0006 HOUSES AND BUILDINGS, REMOVE 1.00 LS $ 14,000.00 $ 14,000.00 0007 EXCAVATION, COMMON 1,555.00 CYS $ 49.00 $ 76,195.00 0008 TEMPORARY INLET PROTECTION 14.00 EACH $ 85.00 $ 1,190.00 0009 TEMPORARY MULCH 3.00 TON $ 1,000.00 $ 3,000.00 0010 TEMPORARY SILT FENCE 470.00 LFT $ 3.00 $ 1,410.00 0011 NO 2 STONE 100.00 TON $ 24.00 $ 2,400.00 0012 TEMPORARY GEOTEXTILE 235.00 SYS $ 3.00 $ 705.00 0013 TEMPORARY SEED MIXTURE 130.00 LBS $ 4.00 $ 520.00 0014 SUBGRADE TREATMENT, TYPE IB or IC 2,783.00 SYS $ 25.50 $ 70,966.50 0015 STRUCTURAL BACKFILL, TYPE 1 147.00 CYS $ 48.00 $ 7,056.00 0016 STRUCTURAL BACKFILL, TYPE 3 84.00 CYS $ 48.00 . $ 4,032.00 0017 COMPACTED AGGREGATE, NO. 53 257.00 TON $ 32.00 $ 8,224.00 0018 WIDENING WITH PCC BASE, 6 IN 10.00 SYS $ 60.00 $ 600.00 0019 MILLING, ASPHALT, 1 1/2 IN 321.00 SYS $ 10.00 $ 3,210.00 0020 HMA, SURFACE, TYPE B, 9.5 mm 37.00 TON $ . 100.00 $ 3,700.00 0021 HMA, SURFACE, TYPE C, 9.5 mm 158.00 TON $ 113.00 $ 17,854.00 0022 HMA, INTERMEDIATE, TYPE B, 19.0 mtn 31.00 TON $ 90.00 $ 2,790.00 0023 HMA, INTERMEDIATE, TYPE C, 19.0 Imm 554.00 TON $ 60.00 $ 33,240.00 0024 HMA, BASE, TYPE C, 25.0 mm 720.00 TON $ 60.00 $ 43,200.00 0025 JOINT ADHESIVE, SURFACE 436.00 LFT $ 0.10 $ 43.60 0026 JOINT ADHESIVE, INTERMEDIATE 392.00 LFT $ 0.15 $ 58.80 0027 LIQUID ASPHALT SEALANT 436.00 LFT $ 0.20 $ 87.20 0028 ASPHALT FOR TACK COAT 4.00 TON $ 350.00 $ 1,400.00 0029 DECORATIVE CONCRETE PAVEMENT, TRUCK 361.00 SYS $ 60.00 $ 21,660.00 0030 SIDEWALK, CONCRETE, 4 IN 8.00 SYS $ 42.00 $ 336.00 0031 CURB RAMP, CONCRETE 24.00 SYS $ 140.00 $ 3,360.00 0032 DETECTABLE WARNING SURFACES 5.00 SYS $ 90.00 $ 450.00 0033 HAND RAIL, PEDESTRIAN 58.00 LFT $ 308.00 $ 17,864.00 0034 STRAIGHT CONCRETE CURB 108.00 LFT $ 35.00 $ 3,780.00 0035 CENTER CURB, TYPE D, CONCRETE 15.00 LFT $ 90.00 $ 1,350.00 0036 CURB AND GUTTER CONCRETE TYPE R 975.00 LFT $ 18.00 $ 17,550.00 0037 IMODIFIED ROLL CURB 607.00 LFT $ 24.00 $ 14,568.00 0038 PCCP FOR APPROACHES, 6 IN 104.00 SYS $ 43.00 $ 4,472.00 0039 MAILBOX ASSEMBLY, SINGLE, RESET 1.00 EACH $ 175.00 $ 175.00 0040 GEOTEXTILES 16.00 SYS $ 4.00 $ 64.00 0041 RIPRAP, REVETMENT 8.00 TON $ 80.00 $ 640.00 0042 MOBILIZATION AND DEMOBILIZATION FOR SEEDING 2.00 EACH $ 250.00 $ 500.00 0043 TOPSOIL 163.00 CYS $ 50.00 $ 8,150.00 - -I"", 0044 SODDING, NURSERY 1,953.00 SYS $ 3.25 $ 6,347.25 0045 IRRIGATION CONTROLLER BOX 1.00 EACH $ 1,000.00 $ 1,000.00 0046 FIELD OFFICE, B 4.00 MOS $ 2,100.00 $ 8,400.00 0047 PIPE END SECTION, PRECAST CONCRETE, 15 IN 1.00 EACH $ 785.00 $ 785.00 0048 JPIPE, CLASS III RCP, CIRCULAR 15 IN 16.00 LFT $ 50.00 $ 800.00 0049 PIPE, CLASS III RCP, CIRCULAR 12 IN 501.00 LFT $ 36.00 $ 18,036.00 0050 CONCRETE ANCHOR, 12 IN 1.00 EACH $ 800.00 $ 800.00 0051 MANHOLE, J10 1.00 EACH $ 4,800.00 $ 4,800.00 0052 STORMWATER BMP, 15 1.00 EACH $ 14,000.00 $ 14,000.00 0053 INLET, A2 1.00 EACH $ 1,750.00 $ 1,750.00 0054 INLET, J10 4.00 EACH $ 2,100.00 $ 8,400.00 0055 INLET, M10 2.00 EACH $ 2,100.00 $ 4,200.00 0056 MANHOLE, C4 1.00 EACH $ 2,800.00 $ 2,800.00 0057 MANHOLE, C2 1.00 EACH $ 2,900.00 $ 2,900.00 0058 MANHOLE, C10 3.00 EACH $ 3,100.00 $ 9,300.00 0059 AGGREGATE FOR DRAINAGE FILL 15.00 CYS $ 47.00 $ 705.00 0060 MODULAR BLOCK WAIL ERECTION 383.00 SFT $ 29.00 $ 11,107.00 0061 MODULAR BLOCK WALL WITH GROUND REINFORCEMENT 383.00 SFT $ 23.00 $ 8,809.00 0062 CONSTRUCTION SIGN, C 2.00 EACH $ 280.00 $ 560.00 0063 ROAD CLOSURE SIGN ASSEMBLY 10.00 EACH $ 170.00 $ 1,700.00 0064 DETOUR ROUTE MARKER ASSEMBLY, MULTIPLE lROIJTFS 1.00 EACH $ 387.00 $ 387.00 0065 DETOUR ROUTE MARKER ASSEMBLY 31.00 EACH $ 129.00 $ 3,999.00 0066 CONSTRUCTION SIGN, A 7.00 EACH $ 195.00 $ 1,365.00 0067 CONSTRUCTION SIGN, B 33.00 EACH $ 105.00 $ 3,465.00 0068 MAINTAINING TRAFFIC 1.00 LS $ 11,945.68 $ 11,945.68 0069 BARRICADE, III -A 168.00 LFT $ 10.00 $ 1,680.00 0070 BARRICADE, III -B 72.00 LFT $ 11.00 $ 792.00 0071 DECORATIVE STREET SIGN ASSEMBLY, DIRECTIONAL, INSTALLED 3.00 EACH $ 2,337.00 $ 7,011.00 0072 SIGN POST, SQUARE, TYPE 2, REINFORCED ANCHOR BASF 151.00 LFT $ 19.00 $ 2,869.00 0073 SIGN, SHEET, WITH LEGEND 0.080" 83.00 SFT $ 17.10 $ 1,419.30 0074 SIGN, SHEET, WITH LEGEND 0.100 IN 12.00 SFT $ 19.00 $ 228.00 0075 TRAFFIC SIGNAL AND EQUIPMENT, REMOVE AND RALVAGE 1.00 EACH $ 1,465.00 $ 1,465.00 0076 CONDUIT, STEEL, GALVANIZED, 2 I 92.00 LFT $ 26.50 $ 2,438.00 0077 CONDUIT, PVC, 4 IN, SCHEDULE 80 136.00 LFT $ 20.80 $ 2,828.80 0078 CONDUIT, PVC, 4 IN., SCHEDULE 80 WITH 3-1.25 IN 136.00 LFT $ 35.00 $ 4,760.00 0079 HANDHOLE, LIGHTING 2.00 EACH $ 745.00 $ 1,490.00 0080 LUMINAIRE, LED, 152 WATT 4.00 EACH $ 3,702.00 $ 14,808.00 0081 LIGHTING FOUNDATION, CONCRETE, WITH GROUNDING, 30 IN X 96 IN 4.00 EACH $ 1,057.00 $ 4,228.00 0082 LIGHT POLE, 30 FT E.M.H., 8 FT MAST ARM, DECO WRAPBASE 4.00 EACH $ 3,997.00 $ 15,988.00 0083 SERVICE POINT, II 1.00 EACH $ 7,014.00 $ 7,014.00 0084 CABLE, POLE CIRCUIT THWN, NO 10 COPPER, 590.00 LFT $ 0.65 $ 383.50 0085 CONNECTOR KIT, UNFUSED 4.00 EACH $ 36.90 $ 147.60 0086 CONNECTOR KIT, FUSED 4.00 EACH $ 39.60 $ 158.40 0087 MULTIPLE COMPRESSIO1 ,.V� WATERPRO FF \� .; �i�5- 10.00 EACH $ 11.20 $ 112.00 0088 INSULATION LINK, NOIy WgTERPROOFED .'; n % 11.00 EACH $ 8.60 $ 94.60 0089 INSULATION LINK, WATERP?,O 8.00 EACH Is 11.30 Is 90.40, 0090 CABLE -DUCT MARKER 4.00 EACH $ 184.00 $ 736.00 0091 WIRE, NO 10 COPPER, 1/C 3,280.00 LFT $ 0.65 $ 2,132.00 0092 TRANSVERSE MARKING THERMOPLASTIC CROSSWALK, WHITE 24 IN 70.00 LFT $ 10.00 $ 700.00 0093 LINE, THERMOPLASTIC, SOLID, WHITE, 4 IN 156.00 LFT $ 1.35 $ 210.60 0094 TRANSVERSE MARKING, THERMOPLASTIC, YIELD, WHITE, 24 IN (SHARKS TEETH) 48.00 LFT $ 26.00 $ 1,248.00 0095 LINE, THERMOPLASTIC, DOTTED, WHITE, 8 IN (2 FT LINE, 2 FT GAP) 49.00 LFT $ 6.00 $ 294.00 0096 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN 904.00 LFT $ 1.35 $ 1,220.40 0097 SNOWPLOWABLE RAISED PAVEMENT MARKER 15.00 EACH $ 40.00 $ 600.00 0098 2 IN. HDPE SDR 11 FORCE MAIN 251.00 LFT $ 38.00 $ 9,538.00 0099 2 IN. CONNECTION FO ip111Xkllfilll// 2.00 EACH $ 300.00 $ 600.00 0100} �� p / HYDRANT ASSEM) R>R I1i?Cy AND ADJUST TO GRA 4(1 • ; �% 2.00 EACH $ 1,000.00 $ 2,000.00 0101 ITDRTSTVALVeOqAAIA3.00 EACH $ 85.00 $ 255.00 CA, Part 1a To al $ 672,182.70 Submitted By: im. Signature: ECJyns, Area Mmager ///1111111�� Part Ib: 1361 Street and Keystone Parkway Signal Metering Installation Contract Item No. Description Estimated Quantity Unit Unit Price Item Total 1001 MOBILIZATION AND DEMOBILIZATION 1.00 LS $ 8,183.18 $ 8,183.18 1002 ANCHOR PLATE FOR SIGN MOUTING TO TRAFFIC BARRIER, DRILL AND EPDXY 1.00 EACH $ 305.00 $ 305.00 1003 CONTROLLER, RESET TIMING 1.00 LS $ 6,552.00 $ 6,552.00 1004 MAINTAINING TRAFFIC 1.00 LS $ 5,541.07 $ 5,541.07 1005 SIGN POST, SQUARE, TYPE 1, REINFORCED ANC14OR BASE 70.00 LFT $ 20.00 $ 1,400.00 1006 SIGN, SHEET, WITH LEGEND 0.080" 20.00 SFT $ 17.90 $ 358.00 1007 HANDHOLE, SIGNAL, TYPE 1 2.00 EACH $ 1,572.00 $ 3,144.00 1008 CONDUIT, STEEL, GALVANIZED, 2 IN 140.00 LFT $ 26.50 $ 3,710.00 1009 SIGNAL PEDESTAL FOUNDATION, A 1.00 EACH $ 893.00 $ 893.00 1010 SIGNAL POLE, PEDESTAL, 4FT 1.00 EACH $ 2,678.00 $ 2,678.00 1011 SIGNAL POLE, PEDESTAL, 15 FT 4.00 EACH $ 3,190.00 $ 12,760.00 1012 RECEIVER PROCESSOR 1.00 EACH $ 7,196.00 $ 7,196.00 1013 WIRELESS MAGNETOMETER DETECTOR 12.00 EACH $ 789.00 $ 9,468.00 1014 WIRELESS REPEATER 2.00 EACH $ 2,397.00 $ 4,794.00 1015 TRAFFIC SIGNAL HEAD, 3 SECTION, 12 IN, LED (RED, IRFD. AMBER) 4.00 EACH $ 1,416.00 $ 5,664.00 1016 SIGNAL SERVICE 1.00 EACH $ 1,667.00 $ 1,667.00 1017 SIGNAL CABLE, SERVICE, COPPER. 3C/8GA 15.00 LFT $ 1.70 $ 25.50 1018 SIGNAL CABLE, CONTROL, COPPER 7C/14GA 314.00 LFT $ 2.10 $ 659.40 1019 CONTROLLER CABINET FOUNDATION, PI 1.00 EACH $ 1,536.00 $ 1,536.00 1020 LIGHTING FOUNDATION, CONCRETE, WITH GROUND, 30 IN X 30 IN X 96 IN 4.00 EACH $ 1,057.00 $ 4,228.00 1021 TRANSVERSE MARKING MULTI- COMPONENT, 36.00 LFT Is 50.00 $ 1,800.00 1022 1 HMA PATCHING, TYPE D (UNDISTRIBUTED) 45.00 TON 1 $ 125.001$ 5,625.00 Part lb Total = $ 88,187.15 Submitted By: E & Signature. E. , Area Mmiager Part 1c: Landscaping at 136th Street and Carey Road Roundabout Contract Item No. Description Estimated Quantity Unit Unit Price Item Total 1100 EVERGREEN SHRUB, NO.3 CONTAINER 16.00 EACH $ 42.00 $ 672.00 1101 DECIDIOUS SHRUB, NO.3 CONTAINER 15.00 EACH $ 41.00 $ 615.00 1102 ORNAMENTAL GRASS, NO l CONTAINER 48.00 EACH $ 18.00 $ 864.00 1103 PERENNIAL, PLUG CONTAINER 129.00 EACH $ 4.50 $ 580.50 1104 IRRIGATION SYSTEM 1.00 LS $ 11,593.41 $ 11,593.41 1105 MASONRY WALL 45.00 LFT $ 392.67 $ 17,670.15 1106 DECORATIVE CONCRETE %\1111 Il!// 101.00 SYS $ 111.82 $ 11,293.82 1108 SODDING, NURSERY ��� Q� �1 ///� -100.00 SYS $ 0.01 $ (1.00) 1109 DECIDIOUS SHRUB, NO.\ Q➢dTAINER 14.00 EACH $ 45.00 $ 630.00 1110 HARDWOOD MULCH _; 8.00 CYS $ 75.00 $ 600.00 1111 TREE AND SHRUBS SOIL -MD, 31.00 CYS $ 100.00 $ 3,100.00 Part 2 a: Carey Road and Hawthorne Drive Intersection Reconstruction Part1 e Total = $ 47,617.88 Submitted By: E Signature: Area Mmager Contract Item No. Description Estimated n1inntitv Unit Unit Price Item Total 2001 CONSTRUCTION ENGINEERING 1.0 LS $ 9,200.00 $ 9,200.00 2002 MOBILIZATION AND DEMOBILIZATION 1.0 LS $ 26,133.48 $ 26,133.48 2003 CLEARING RIGHT OF WAY 1.0 LS $ 16,000.00 $ 16,000.00 2004 HEADWALL, REMOVE 1.0 EACH $ 350.00 $ 350.00 2005 EXCAVATION, COMMON 554.0 CYS $ 90.00 $ 49,860.00 2006 BORROW 440.0 CYS $ 1.00 $ 440.00 2007 SEDIMENT, REMOVE 5.0 CYS $ 55.00 $ 275.00 2008 TEMPORARY CHECK DAM 12.0 TON $ 65.00 $ 780.00 2009 TEMPORARY INLET PROTECTION 8.0 EACH $ 85.00 $ 680.00 2010 INLET FILTERS 8.0 EACH $ 350.00 $ 2,800.00 2011 TEMPORARY MULCH 0.6 TON $ 1,250.00 $ 750.00 2012 TEMPORARY SILT FENCE 1,152.0 LFT $ 1.50 $ 1,728.00 2013 NO.2 STONE 100.0 TON $ 25.00 $ 2,500.00 2014 TEMPORARY SEED MIXTURE 70.0 LBS $ 7.00 $ 490.00 2015 SUBGRADE TREATMENT, TYPE IC 3,564.0 SYS $ 20.00 $ 71,280.00 2016 STRUCTURE BACKFILL, TYPE 1 104.1 CYS $ 50.00 $ 5,205.00 2017 COMPACTED AGGREGATE NO. 53 75.0 TON $ 35.00 $ 2,625.00 2018 HMA, SURFACE, TYPE'C', 9.5mm 225.0 TON $ 83.00 $ 18,675.00 2019 HMA, INTERMEDIATE, TYPE'C', 375.0 TON $ 60.00 $ 22,500.00 2020 HMA, BASE, TYPE'C', 25.Omm 1,027.0 TON $ 50.00 $ 51,350.00 2021 HMA, INTERMEDIATE, TYPE'C', OG, 19.Omm 419.0 TON $ 60.00 $ 25,140.00 2022 JOINT ADHESIVE, SURFACE 1,486.0 LFT $ 0.10 $ 148.60 2023 JOINT ADHESIVE, INTERMEDIATE 1,486.0 LFT $ 0.15 $ 222.90 2024 LIQUID ASPHALT SEALANT 1,486.0 LFT $ 0.20 $ 297.20 2025 ASPHALT FOR TACK COAT 2.7 TON $ 350.00 $ 945.00 2026 DECORATIVE CONCRETE PAVEMENT, TRUCK APRON, 7 IN - 192.2 SYS $ 45.00 $ 8,649.00 2027 SIDEWALK, CONCRETE {4 IN.} 245.0 SYS $ 37.00 $ 9,065.00 2028 CURB RAMP, CONCRETE 175.0 SYS $ 122.00 $ 21,350.00 2029 JillDETECTABLE WEARING SURFACE 27.0 SYS $ 90.00 $ 2,430.00 2030 CURB, CONCRETE 138.0 LFT $ 30.00 $ 4,140.00 2031 CURB, TURNOUT 6.5 LFT $ 80.00' $ 520.00 2032 COMBINED CURB & GUTTER, CONCRETE, TYPE H 1,094.0 LFT $ 14.00 $ 15,316.00 2033 COMBINED CURB & GUTTER, CONCRETE, TYPE III 243.0 LFT $ 40.50 $ 9,841.50 2034 ROLLED CURB & GUTTER, CONCRETE, MODIFIED 482.0 LFT $ 15.00 $ 7,230.00 2035 RIPRAP, REVETMENT 4.2 TON $ 95.00 $ 399.00 2036 GEOTEXTILES 5.6 SYS $ 15.00 $ 84.00 2037 MOB. & DEMOB. FOR SEEDING 2.0 EACH $ 250.00 $ 500.00 2038 WATER 4.1 kGAL $ 1.00 $ 4.10 2039 SODDING 1,135.2 SYS $ 3.50 $ 3,973.20 2949 AIDE TVDC Ae 11 CIRC Anf 6IN 73 0 LFLFT$ - •D $ - 2041 PIPE, RCP, CIRCULAR, 12 IN. 292.0 LFT $ 37.00 $ 10,804.00 2042 PIPE END SECTION, DIAMETER 12 IN. 1.0 EACH $ 750.00 $ 750.00 2943 49A CSS $ - $ - 2944 554.2 SYS $ - $ - 2045 INLET, J10 4.0 EACH $ 2,100.00 $ 8,400.00 2046 INLET, M10 2.0 EACH $ 2,100.00 $ 4,200.00 2047 MANHOLE, C4 3.0 EACH $ 3,100.00 $ 9,300.00 2048 CASTING, ADJUST TO GRADE - UNDISTRIBUTED 5.0 EACH $ 365.00 $ 1,825.00 2049 MAINTAINING TRAFFIC 1.0 LS $ 5,000.00 $ 5,000.00 2050 SIGN POST, SQUARE TYPE 1 REINFORCED ANCHOR 169.0 LFT $ 19.70 $ 3,329.30 2051 DECORATIVE STREET SIGNS, INSTALLED 4.0 EACH $ 2,314.00 $ 9,256.00 2052 SIGN, SHEET, WITH LEGEND, 0.080 IN. 49.2 SFT $ 17.30 $ 851.16 2053 SIGN, SHEET, WITH LEGEND, 0.100 IN. 75.0 SFT $ 19.00 $ 1,425.00 2054 CONDUIT, STEEL, GALVANIZED, 2 IN. 205.5 LFT $ 22.50 $ 4,623.75 2055 CONDUIT, PVC 4 IN. SCHEDULE 80 338.5 LFT $ 20.80 $ 7,040.80 2056 CONDUIT, PVC 4 IN. SCHEDULE 80 WITH 3-1.25 IN. 338.5 LFT $ 34.40 $ 11,644.40 2057 4-1 C NO. 4 Cu CONDUCTOR IN PLASTIC DUCT 502.5 LFT $ 11.50 $ 5,778.75 2058 LIGHT POLE, ORNAMENTAL 30 FT. E.M.H., 8 FT. MAST ARM, DECO WRAP BASE 8.0 EACH $ 3,997.00 $ 31,976.00 2059 LIGHTING FOUNDATION, CONCRETE, W f GROUNDING, 30 IN. X 96 IN. 8.0 EACH $ 1,057.00 $ 8,456.00 2060 LUMINAIRE, LED, 152 WATT 8.0 EACH $ 3,702.00 $ 29,616.00 2061 HANDHOLE, STREET LIGHTING 1.0 EACH $ 745.00 $ 745.00 2062 SERVICE POINT, 11, METERED 1.0 EACH $ 7,014.00 S 7,014.00 2063 IRRIGATION CONTROLLER BOX 1.0 EACH $ 1,000.00 $ 1,000.00 2064 TRANSVERSE MARKING, THERMOPLASTIC, CROSSW?XJ W1h1aR/�4 IN. 192.0 LFT $ 10.00 $ 1,920.00 2065 LINT, 614W.1'0, 9djjD, WHITE, 4 IN. 1,359.0 LFT $ 1.35 $ 1,834.65 2066 LI1�fE, THV-RMOPLASTIC; D, WHITE, 8 IN. 56.0 LFT $ 6.00 $ 336.00 2067 TRANSVERSE MARKING, THERMOPLASTIC, YIELD LINE, WHITE, 24 IN. 64.0 LFT $ 26.00 $ 1,664.00 2068 LINE, THERMOPLASTIC, SOLID WHITE, 6 IN. 100.0 LFT $ 2.55 $ 255.00 2069 LINE, THERMOPLASTIC, SOLID, YELLOW, 4 IN. 1,243.0 LFT $ 1.35 $ 1,678.05 2070 LINE, THERMOPLASTIC, SOLID YELLOW, 8 IN. 208.0 LFT $ 3.40 $ 707.20 2071 SNOWPLOWABLE RAISED PVMT MARKING (BLUE) 2.0 EACH $ 70.00 $ 140.00 2072 CENTERCURB, TYPE D, CONCRETE 13.6 SYS $ 132.00 $ 1,795.20 2073 HYDRANT ASSEMBLY, REMOVE/REPLACE AND ADJUST TO GRADE 2.0 EACH $ 1,000.00 $ 2,000.00 - 2074 ADJUST VALVE TO GRADE 4.0 EACH $ 85.00 $ 340.00 2075 RECTANGULAR RAPID FLASHER BEACON W f PUSH BUTTON ACTIVATION 4.0 EACH $ 9,585.00 $ 38,340.00 2076 CABLE, POLE CIRCUIT, THWN, NO. 10, COPPER, STRANDED, 1 fC 400.0 LFT $ 0.65 $ 260.00 2077 CONNECTOR KIT, UNFUSED 4.0 EACH $ 36.90 $ 147.60 2078 CONNECTOR KIT, FUSED 4.0 EACH $ 39.60 $ 158.40 2079 MULTIPLE COMPRESSION FITTING, NON- WATERPROOFED 18.0 EACH $ 11.20 $ 201.60 2080 INSULATION LIN ED 8.0 EACH $ 8.60 $ 68.80 2081 INSULATION L!�XtERPROOI % 8.0 EACH $ 11.30 $ 90.40 2082 MILLING, ASP1fALT 412.0 SYS $ 10.00 $ 4,120.00 ZSFAL //0011111100 Part 2b: Landscaping at Carey Road and Hawthorne Drive Roundabout Part 2 Total = $ 612,969.04 Submitted By: E B/Wft,-Rr. i Sl- E. : -Area Mffk-gpx Contract Item No. Description Estimated Quantity Unit Unit Price Item Total 2100 ORNAMENTAL TREE, 8 FT. HEIGHT 2.00 EACH $375.00 $ 750.00 2101 EVERGREEN SHRUB, NO.3 CONTAINER 23.00 EACH $44.00 $ 1,012.00 2102 DECIDIOUS SHRUB, NO.3 CONTAINER 26.00 EACH $47.00 $ 1,222.00 2103 ORNAMENTAL GRASS, NO 1 CONTAINER 86.00 EACH $17.50 $ 1,505.00 2104 PERENNIAL, NO. I CONTAINER 487.00 EACH $18.25 $ 8,887.75 2105 IRRIGATION SYSTEM 1.00 LS $8,490.64 $ 8,490.64 2106 MASONRY WALL 31.00 LFT $459.67 $ 14,249.77 2107 DECIDIOUS SHRUB, NO. 1 CONTAINER 50.00 EACH $24.00 $ 1,200.00 2108 PERENNIAL, PLUG CONTAINER 186.00 EACH $3.90 $ 725.40 2109 HARDWOOD MULCH 27.00 CVS $75.00 $ 2,025.00 2110 TREE AND SOIL PLANTING MIX 1 108.00 CYS $100.00 $ 10,800.00 Part 2b Total = $ 50,867.56 Submitted By: E �gnature: PAY/� iE.ales, Area I�nacs n� PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER 1 2 BID -12 DATE 8-12-16 8-15-16 PART 5 EXCEPTIONS Instructions To Bidders: 5.1 The Bidder shall fully state each exception taken to the Specifications or other Contract Documents in Section 5.3 of this Part. 5.2 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. 5.3 Exceptions: N/A i� \\\\0 N G, LU BID -13 Part of State Form 52414 (R2 12-13) / Form 96 (Revised 2013) E & B Paving, Inc. (Contractor) 17042 Middletown Avenue Noblesville, IN 46060 (Address) FOR PUBLIC WORKS PROJECTS OF \�\. Ir M�a�t.��=u=u. &: to , & Hawthorm rrive Filed August 17, 2016 Action taken NE ETFT- CONTRACTOR'S BfD FOR PUBUC WORK - FORM 96 Stale Form 52414 (R2 / 2-13) / Form 96 (Revised 2013) Prescribed by State Board of Accounts l6,G PART (To be completed for all bids. Please type or print) Date (month, day, year):_ AumsL 17, 2016 1. Governmental Unit (Owner) -Board of public Works & Safety, City of Carrrrl, I)a[triltal Co., Tir3iapa 2. County: Imniltcn 3. Bidder (Firm): E & B Paving, Inc. Address: 17042 Middletown Avenue City/State/ZlPcode: Noblesville, IN 46060 ZZ W 4. Telephone Number: (317) 773-4132 5. Agent of Bidder (if applicable): Tcny N. Evans �ii�/. .. w Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete Roundabout Igxove ats 136th SL. & Carey Rd. project No. 16-IlW,26 the public works project of Roxibbout Irazovamnts ley Rd & H%&horne Drive project Nb 16-Eq3- 09 (Governmental Unit) in accordance with plans and specifications prepared by _Struct1ret0iT1t, In c. and dated August 2016 for the sum of - ** Attached Ite zed p3M23W $_ **Sae AttacInd Itettized F roppEal The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5-16-8-2). 1 hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. ACCEPTANCE The above bid is accepted this day of , subject to the following conditions: Contracting Authority Members: PART II (For projects of $950,000 or more — /C 36-9-92-4) Governmental Unit: Bard of Public Works & Safety, City of Can -el, Hitd1torl Co., Trr9iana Bidder (Firm) E & B Paving, Inc. /Z� Date (month, day, year): NgLlst 17, 2016 4u These statements to be submitted under oath by each bidder with and as a part of hislid. p Attach additional pages for each section as needed. — ��/'�L SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for t /1.... ....•....�\"�\\`\\ date of the current bid? p he period of one (1) year pn/cir�Y�hg11�� Contract Amount 14,707,590.00 Class of Work Road Reconstruction L,ompietion Date 2015 Name and Address of Owner INDOT R-31614- SR 37 15,920,300.00 Road Reconstruction 2015 INDOT R-30362 US 41 6,381,300.00 Road Reconstruction 2015 INDOT R-30185 SR 1 7,576,000.00 1 Road Reconstruction 1 2015 INDOT R-348581-69 What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner 142,865,879.00 Road Reconstruction 2016 INDOT IR -35600 US 31 INDOT IR -33739 1-69 Section 4 99,554,800.00 Road Reconstruction 2016 68,068,000.00 Road Reconstruction 2017 169S t* 5 Have you ever failed to complete any work awarded to you? No If so, where and why? List references from private firms for which you have performed work. Beazer Homes - Richard Henderson Thompson Development - Chris Werth Pulte Homes - Matt Lohmeyer Pepper Construction - Paul Riehle Gradex, Inc. - Jason Dapp SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) Per Plans, Specifications and Accepted Construction Practices 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. List Provided upon request \\\1lo111 111, =W If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. Yes, List Provided upon request 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. E & R Paving, Inc. has over 1,000 pieces of equipment. List provided upon request. 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. Yes SECTION III CONTRACTOR'S FINANCIAL STATEMENT lN G, M/�i,,///� q. r .... 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 the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. 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 Noblesville, IN this 17th day of t 2016 E & B Paving, Inc. (Name of Organization) Viae President 0& (Title of Person Signing) SEAL ACKNOWLEDGEMENT STATE OF Indiana I100\\ ) ss COUNTY OF Hamilton Before me, a Notary Public, personally appeared the above-named '1my N. Evans and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this 17th day of AUgust 2016 My Commission Expires:. 6/05/2024 County of Residence: Madison No ary "ubk ,,uERYM O10:1�� .�� WOW "Imim1=4 PART 6 FINANCIAL STATEMENT 6.1 Attachment of Bidder's financial statement is mandatory. An Bid submitted without Y 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 Work/Project if awarded. Information on Bidder's company and financial statement shall be consistent with the information requested on the State Board of Accounts Forms #96a and #102, entitled "Standard Questionnaires and Financial Statement for Bidders". General Form No. 96-a. Prescribed by the State Board of Accounts of Indiana. Revised 1949. Standard Questionnaires and Financial Statement for Bidders Prescribed by THE STATE BOARD OF ACCOUNTS OF INDIANA For use in investigating and determining the qualifications of bidders on public construction when the aggregate cost of any such work or improvement will be Five Thousand Dollars or more. These statements to be submitted under oath by each bidder with and as a part of his bid, as provided by Chapter 306, page 1248, Acts of 1947 Submitted to _ Burd of public lv a & Safety, City of Cal , Hamiltm Octmty, Irf3iana By E & B Paving, Inc. Address: 286 W. 300 N. Anderson, IN 46012 Date Submitted: A rgzt 17, 2016 Filed \\�111111111/%�77� Submitted by X .\�\�\\e'pAv�N(�'/i�'�. Y E & B Paving, Inc. { , P ,a` n, -•'' ,• �i Principal Office at 286 W. 300 N., Anderson, IN 46012 { ";°.Pa ipZZ ••• TO { gT=mawai S� q EXPERIENCE QUESTIONNAIRE The signatory of this questionnaire quarantees the truth and accuracy of all statements and of all answer •• \� interrogatories hereinafter made. �p/77��,/II 1 How many years has your organization been in business as a general contractor under your present business name? I I I 48 years 2 How many years experience in Asphalt Resurfacing construction work has your organization had: (a) As a general contractor _48 years (b) As a sub -contractor _ 48 years 3 What projects has your organization completed? CONTRACT AMT. CLASS OF WORK WHEN COMPLETED NAME AND ADDRESS OF OWNER $14,707,590.00 Road Reconstruction 2015 INDOT R-31614 SR 37 $15,920,300.00 Road Reconstruction 2015 INDOT R-30362 US 41 $6,381,300.00 Road Reconstruction 2015 INDOT R-30185 SR 1 $7,576,000.00 Road Reconstruction 2015 INDOT R-348581-69 3-A What projects has your organization now in process of construction? 4 Have you ever failed to complete any work awarded to you? No If so,where and why? 5 Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? No , If so, state name of individual, other oganization and readon therefor: 6 Has any officer or partnet of your organization ever failed to complete a construction contract handles in his own name? No , If so, state name of individual, name of owner and reaspn therefor: 7 In what other lines of business are you financially interested? _ None CONTRACT AMT. CLASS OF WORK MEN TO BE COMPLETED NAME AND ADDRESS OF OWNER' $142,865,879.00 Road Reconstruction 2016 INDOT IR -35600 US 31 $99,554,800.00 Road Reconstruction 2016 INDOT IR -33739 1-69 Section 4 $68,068,000.00 Road Reconstruction 2017 1-69 Section 5 4 Have you ever failed to complete any work awarded to you? No If so,where and why? 5 Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? No , If so, state name of individual, other oganization and readon therefor: 6 Has any officer or partnet of your organization ever failed to complete a construction contract handles in his own name? No , If so, state name of individual, name of owner and reaspn therefor: 7 In what other lines of business are you financially interested? _ None UIWPd'S 033 Eti •u!uJpy'R O33 uosJapuaH analS ;w6U11 '8 u!wpy LZ •saJd aoln suen3 Auol ;w61N IR uluaPV Eb "SaJd ao!n J9113 uyof uo!simadnS s3 ;uaplsaJd AJngJalueO AJJel Alloedeo;eqm ul i{JoM;o adAl pue apnllu6eVq eouauadxa uollonJlsuoo;o SJeaA 80140 Jo uol;!sod luasaJd aweN s,lenpinlpul 4uollezlue6Jo JnoA;o slenpinlpul ledloulJd ayl;o eouauadxa uollonJ;suoo ayl s! legm £ L Alunoo unnoJg poJuad w!N-pJoMoe18 Aluno0 ejeMela0 ase8 aAlasa�l J!bl woss!JO Alunoo uolbullunH Aluno0 y6JngJapueA uo!lelny;o pJeog o0 ysegeM A;uno0 ualld Aluno0 ysegeM uollelny;o pJeoB puellua){ A;uno0 uoslpelN A;uno0 uouelN AllJoylny lJodJ!y leul6aH alllns!nol Aluno0 uo;llweH Aluno0 lueJ0 4JalaJ noA op wogm of pue uagm 'os ll sq), ZluauJwano0 •s -n ayl Jol 4iom Aue pawJo;aJd Jana noA aneH Z l JallanW pea - IslQ sauuaouln lOaNI J 31MI l pele -;SIG alJodel lOONI ueaJdS uoser - Isla auAeM 'Id lOaNl peJuo0 aonJe - 0 all!nspJo;nneJO lOGNI uew6o-1 I;ar -;s10 JnowAaS lOCINI - P80H Ilol euelpul ua6ed puB1108 - PC P199uaaJ010(IN1 6J9;aJ noA op wogm of pue �JOM powiopad noA aney sluawlJedaa Jo sneeing alelS legm Jo.1 l l pueJJe0 w!p - uo!Jeyq poJuad w!N-pJoMoe18 leaN w!p - uoll!weH wwo0 - IleysJeW uewJaH P3 - s119M Jal;alsoH AoJl - uol6u!lunH Jall!A eJel - JaouadS wwo0 - !wellq uew)JeH II!8 - valid IIolS uyor - y6Jngl9puen wwo0 - uolln3 u!e0 pal - pJeMoH JaAow al6uy - aJemelaa wwo0 - uold11 a;!yM aney -;ueJ0 puelado0 aor - X000ueH Aa1!M aop - AJuaH Jase-1 i on40 - uoslpeyl 6Ja;aJ noA op wogm of pue �JOM paLwoped noA aney sallunoo legm iod p l uo!JeIN Jalsayoo�l Auegly 911!nsuen3 plal}Jalsa40 sllodeuelpul Ayl 'uosJapuaH lawJe0 m9d eupuexaly pooMuaaJO sJaysld Pla!blsaM owo� oyl uol6u!woole uol6u!lunH uMollJok auAeM -Id uo;alpuad A;!0 SBE) all!nsalgoN alounIN elo6ud uol�ueJd uosJapuy LJalej noA op wogm o; pue i{JOM pewJo}Jad noA aney saIVO leyM Joj \11111 flll//, //c .Z1- 3 1 S I M 'Iii Ja};eyoS aupole�{-6u!�onJl uopela0 f ua6ulJJaMS �! of suol n o uo sa sNolJapaJd We - oul s,�louapaJd ysn8 JalAl-uollonJ;suoO Jawnl JaAawyol lleW-sawoH allnd ylJaM s!Jy0 - Iuawdolan94 uosdwoyl = i �VES = uguo0 Aase0-dJo0 uoolo0 spJemP3 pJeyo!�{-uo!lonJlsuoO AeJO N sawep JlMuna 6leJ0-suoS 6ul�unr, -H-AA uosJapuaH Peyo!d-sawoH Jazeag 4JalaJ noA op woyM of pue '�JOM pawJoped noA aney slenpinlpul Jo suolleJodioo legm Jof ////IIII111O PLAN AND EQUIPMENT QUESTIONNAIRE The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories herein made In what manner have you inspected this proposed ►work? Explain in detail. Personal visual inspection 2 Explain your plan or layout for performing the proposed work. as per plans and specifications i 3 The work, if awarded to you, will have the personal supervision of whom? `6 Do you intend to do the grading on the proposed work with your own forces? Ab If so, give type of equipment to be used? '7 If you intend to sublet the grading or perform it through an agent, state amount of sub -contract or agents's contract, and, if known, the name and address of sub -contractor or agent, amount and type of his equipment and financial responsibility 10 What equipment do you own that is available for the proposed work? List st pruvicled l;pm reqLjest 11 What equipment do you intend to purchase for use on the proposed work, should the contract be awarded to you? QUANTITY I ITEM I DESCRIPTION, SIZE, CAPACITY, ETC. JAPPROXIMATE COST 12 How and when will you pay for the equipment to be purchased? 13 Do you propose to rent any equipment for this work? for renting If so, state type, quantity and reasons 14 Have you made contracts or received firm offers for all materials within prices used in preparing your proposal? If not give names of dealers or manufacturers Dated at Anderson, IN this 22nd day of June, 2016 \\\\\\1111111////// E & B Paving, Inc. \��QP�J1(Vt?,, .�//�i���/ II tName of Organization \\ �, • /� By ' J. Sarah M. Shuler, Sec/Treasurer =LJJ- A- (Title of Person Signing) SE State of Indiana } } SS: County of Madison Sarah M. Shuter being duly sworn, deposes and says that she is Secretary/Treasurer of the above E & B Paving, Inc. and that the answers to the questions in the foregoing questionnaires and all statements therein contained are true and correct. Subscribed and sworn before me this 22nd day of June. 2016 Anne M. Dellinger, Notary My Commission expires February 23, 2018*.STA. OFFICIAL SEAL ANNE DELLINGER w's,• NOTARY PUBLIC - INDIANA MADISON COUNTY 6MY COMM. EXPIRES FEB. 23, 2018 X816 Contractor's Financial Statement Submitted By E & B Paving, Inc. with principle office at 286 W. 300 N., Anderson, IN 46012 To Condition at close of business — —ja 5/31/2016 ASSETS 1. Cash: (a) on hand S —0— . (b) in bank _78,741_ Q Elsewhere S — 0 2. Notes receivable (a) Due within 90 days ---------------------------- — --------------------------------- (b) Due after 90 days --- — ----------- — -------------- — --- ------- — — ---------------- (c) Past due ------------------- — ------- — ------------------------ — ------------------- — Accounts receivable from completed contracts, enclusive of claims not approved for payment --- 4. Sums earned on uncompleted contracts as shown by engineer's or architect's estimate (a) Amount receivable after deducting retainage ----------------------------------- (b) Relainage to date, due upon completion of contracts - — -- — ---------------- 5. Accounts receivable from sources other than construction contracts - -------------- — — ------------- — --- 6. Deposits for bids or other guarantees: (a) Recoverable within 90 days ------------- — -- — ----------- — (b) Recoverable after 90 days ----------------------------------- 7. Interest accrued on loans, securities, etc ---- — — -- — — ---------------------------- — ------- — -- — — — - — ----- 8. Real Estate: (a) Used for business purposes ----------------------- — ------------------------ — -- (b) Not used for business purposes - — — -- — ------- — -------- — ----- — -------- — -- 9. Stocks and bonds: (a) Listed - Present market value ----- — ---- — ------------- — ------------------------ (b) Unlisted - present value ------------------------- — — ---- — --- — -- — --------------- 10. Materials in stock not included in Item #4 (a) For uncompleted contracts (present value) (b) Other materials (present value) 11. Equipment, book value ------ — ----- 12. Furniture and fixtures, book value 13. Other assets ----------------- — — ------ CONTINGENT LIABILITIES 1. Liability on notes receivable, discounted or sold --------------- 2. Liability on accounts receivable, pledged, assigned or sold 3. Liability on bondsman -- — - — ----- — ----------------------------------- 4. Liability as guarantor on contracts or on accounts of others 5. Other contingent liabilities ---- — ------ — -------------- — ------ — - — -- Total Assets Total Liabilities Total contingent liabilities I N X'--rp jph A CQ ft, — /Ji .* A3�6-partters A— tEAL Ejndivicr�al Dollars Ce LIABILTIES 1. Notes payable: (a) To banks regular — -- — ------ — ------- — ------------- (b) To banks for certified checks ---- — — ------------ (c) To others for equipment obilgations (d) To others exclusive of equipment obilgations 2. Accounts payable: (a) Not past due -- — ------ — ---------- — -- (b) Past due --- — -- — — — — — ---- — ----- — ----------------- 3. Real estate encumbrances - — -- — — ------ — -- — ---- — -- — --------- — ------------- — 4. Other liabilities -------- — -------- — — ------ — -------- — -- — -------- — - — -- — ------------- 5. Reserves --------------- — — -------- — -------------------------- — — --- — — --------------- 6. Capital stock paid up: (a) Common ------------- — -------------------------------- (b) Common ------------- — -- — — ------------ — — — — -- — -- (c) Preferred ---------- — — ---- — — ------------------------- (d) Preferred ----------------- — ---------------- — ---- — — -- 7. Surplus (net worth) ----- — ---------------------------------------------- — --- ---------- CONTINGENT LIABILITIES 1. Liability on notes receivable, discounted or sold --------------- 2. Liability on accounts receivable, pledged, assigned or sold 3. Liability on bondsman -- — - — ----- — ----------------------------------- 4. Liability as guarantor on contracts or on accounts of others 5. Other contingent liabilities ---- — ------ — -------------- — ------ — - — -- Total Assets Total Liabilities Total contingent liabilities I N X'--rp jph A CQ ft, — /Ji .* A3�6-partters A— tEAL Ejndivicr�al Dollars Ce DETAILS RELATIVE TO ASSETS (a) on hand $ q Cash (b) Deposited in banks named below $ ( c) elsewhere - (state where) $ NAME OF BANK LOCATION DEPOSIT IN NAME OF AMOUNT (a) due within 90 days $ 2 * Notes Receivable (b) due after 90 days $ ( c) past due $ DATE OF RECEIVABLE FROM: NAME 8 ADDRESS J FOR WHAT I MATURITY HOW SECURED AMOUNT Have any of the above been discounted or sold? If so, state amount, to whom and reason 3* (Accounts receivable from completed contracts of claims not approved for payment. OF Have any of the above been assigned, sold or pledged? If so, state amount, to whom and reason .... $ Sums earned on uncompleted contracts, as shown by engineer's or architects estimate: 4* (a) Amount receivable after deducting retainage .............................................. $ (b) Retainage to date due upon completion of contract ..................................... $ DESIGNATION OF CONTRACT ANDNAME AND AMOUNT OF AMOUNT AMOUNT RETAINAGE AMOUNT ADDRESS OF OWNER CONTRACT EARNED RECEIVED WHEN DUE AMOUNT EXCLUSIVE OF RETA NAGE Have any of the above been sold, assigned or pledged? if so, state amount, to whom and reason ' List separtely each item amounting to 10 per cent or more of the total and combine the remainder. 8 DETAILS RELATIVE TO ASSETS (Continued) 5* Accounts receivable not from construction contracts ............................................ s RECEIVABLE FROM: NAME 8 ADDRESS FOR WHAT I WHEN DUE AMOUNT Whatamount, if any, is past due............................................................................................................ $ 6 Deposits with bids or otherwise guarantees................................................................ $ DEPOSITED WITH: NAME AND ADDRESS FOR WHAT WHEN RECOVERABLE AMOUNT RECEIVABLE 7 Interest accrued on loans, securities, etc................................................................. s ON WHAT ACCRUED TO BE PAID WHEN AMOUNT RECEIVABLE Real estate { (a) Used for business purposes........................................................ $ Book Value { (b) Not used for business purposes ................................................... S IMPROVEMENTS TOTAL BOOK DESIGNATION OF CONTRACT AND NAME AND ru+TURE of IMPROVEMENTS I BOOK VALUE VALUE List separtely each item amounting to 10 per cent or more of the total and combine the remainder. 9 (a) Listed - present market value ........................................................ ........ $ STOCKS AND BONDS: (b) Unlisted - present value ......... ........................................................ $ LAST INT OR PAR PRESENT DESCRIPTION ISSUING COMPANY DIV PAID VALUE MARKET QUANTITY AMOUNT I VALUE WHO HAS POSSESSION AMOUNT IF ANY ARE PLEDGED OR IN ESCROW, STATE FOR WHOM AND REASON PLEDGED OR IN 10 MATERIALS IN STOCK AND NOT INCLUDED IN ITEM #4. ASSETS - (a) For use on uncompleted contracts (present values) ............................... .............. ... .......................... S (b) Other materials (present values) ............ ............ ........... .............. .. ............ ... ... .. .... $ DESCRIPTION OF MATERIAL QUANTITY PRESENT VALUE FOR UNCOMPLETED OTHER CONTRACTS MATERIALS I Are there any liens against the above? If so, state total amount ........................................$ 'If two or more items are lumped above, give the sum of their ages. 10 DETAILS RELATIVE TO ASSETS (Continued) 1 Furniture and fixtures at book value................................................................... $ 13 (Other assets ........................................... ................. $ 2 (a) Not past due .......................................................... $ ACCOUNTS PAYABLE (b) Past due................................................................ $ TO WHOM: NAME AND ADDRESS I FOR WHAT I DATE PAYABLE AMOUNT 3 (Real estate encumbrances (See Item 8, Assets)................................................................................ $ AOther �} TOTAL ASSETS DETAILS RELATIVE TO LIABILITIES ((a) To banks, regular........................................................ $ 1 NOTES PAYABLE { (b) To banks for certified checks ......................................... {( c) To others for equipment obligations ............................ 5 Reserves...................................................................................................... { (d) To others exclusive of equipment obligations ..................... TO WHOM: NAME AND ADDRESS WHAT SECURITY I WHEN DUE AMOUNT 2 (a) Not past due .......................................................... $ ACCOUNTS PAYABLE (b) Past due................................................................ $ TO WHOM: NAME AND ADDRESS I FOR WHAT I DATE PAYABLE AMOUNT 3 (Real estate encumbrances (See Item 8, Assets)................................................................................ $ AOther �} liabilities.................................................................................................... $ DESCRIPTION AMOUNT 5 Reserves...................................................................................................... 5 INTEREST INSURANCE BLDGNS 8 FIXI PLANT DEPR. TAXES BAD DEBT $ s $ s s $ NQ Capital Stock aid up {(a) Common............................................................... $ �\qfi6 {(b) Preferred............................................................... _ � 1 7 Surplus............................................................................................................. 5 i, ill If a corporation answer this: Amount for which incorporated......................................................................... $350,000.00 Capital paid in cash........................................................................................... $350,000.00 When incorporated............................................................................................ 9/26/1967 Inwhat state.................................................................................................... Indiana Names and titles of all persons having authority to execute and receipt estimate vouchers and to conduct other business for the corporation, including its officers, the signatures of whom are legally binding. Larry C miterhary - Prasidmt ,�� p PV Nta iii 'limy Evans - Vice Prrsida-it Nsrk Jones — Atm Ir ' Sarah Rnzter - reta>y Treasu= =_ S El�L • Do you have necessary "certificate of authority" to transact corporate business in this state, under the termg:,of \� Chapter 215, Acts of 1929, and acts amendatory thereto?.................................................................... •'''�� �� Il/e,,,'I IWO\\\\ If a co -partnership answer this: Dateof organization............................................................................................................................... State whether co -partnership is general, limited or association....................................................................... Give the names, addresses and proportinal intersts of all parties: Name Address Share 12 The name of the partnership firm which the above partners are operating is Give names and titles of all persons having authority to execute and receipt estimate vouchers and to conduct other business for the partnership, the signatures of whom are legally binding. The undersigned herby declares that the foregoing is a true statement of the financial condition of the individual. co -partnership or corporation herein first named, as of the date herein first given: that this statement is for the express purpose of inducing the party to whom \\' \o\ITII II I I i////// it is submitted to award the submitter a contract: and that any depository, vendor or other agency herein named is hereby authorized to supply \� �X `r G, �N /�// such party with any information to verify this statement. Note: A co -partnership must give firm name and signatures of all partners, A corporation must give full corporate name, signature of official and affix corporate seal. STATE OF COUNTY OF Affidavit for Individual Uj Sarah M. Shuter, Sec/Treasurer til BEING DULY SWORN, DEPOSES AND SAYS THAT THE FOREGOING FINANCIAL STATEMENT, TAKEN FROM HIS BOOKS, IS A TRUE AND ACCURATE STATEMENT OF HIS FINANCIAL CONDITION AS OF THE DATE THEREOF AND THAT THE ANSWERS TO THE FOREGOING INTERROGATORIES ARE TRUE. STATE OF COUNTY OF SUBSCRIBED AND SWORN BEFORE ME THIS DAY OF Notary Public (Applicant must sign here) Affidavit for Co -Partnership BEING DULY SWORN, DEPOSES AND SAYS THAT HE IS A MEMBER OF THE FIRM OF THAT HE IS FAMILIAR 1MTH THE BOOKS OF THE SAID FIRM SHOWING ITS FINANCIAL CONDITION; THAT THE FOREGOING FINANCIAL STATEMENT TAKEN FROM THE BOOKS OF THE SAID FIRM, IS A TRUE AND ACCURATE STATEMENT OF THE FINANCIAL CONDITION OF THE SAID FIRM AS OF THE DATE THEREOF AND THAT THE ANSWERS TOTHE FOREGOING INTERROGATORIES ARE TRUE. SUBSCRIBED AND SWORN BEFORE ME THIS DAY OF Notary Public (Member of firm must sign here) Affidavit for Corporation STATE OF INDIANA COUNTY OF MADISON ��\\\\-\1\NIG, 11V, Sarah M Shuter BEING DULY SWORN, DEPOSES AND SAYS THAT SHE IcSECRETARY ITaweS MR OF \\//yyQ��V • • • • • • ///// E a w A.V1tJ y W THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE FOREGOING STATEMENT;THAT HE IS FAMILIAR WITH THE BOOKS OF THE SAID CORPORATION SHOWING ITS FINANCIAL CONDITION; THAT THE FOREGOING FINANCIAL STATEMENT, TAKEN FROM THE BOOKS OF SAID CORPORATION, W IS A TRUE AND ACCURATE STATEMENT OF THE FINANCIAL CONDITION OF THE SAID FIRM 5 OF THE DATE THEREOF AND THAT THE ANSWERS TO THE i FOREGOING INTERROGATORIES ARE TRUE. /\ rt r ,�'/1 t '/ ........ SUBSCRIBED e \\\\\\\ SUBSCRIBED AND SWORN BEFORE ME THISL \\\\\ 22ND DAY OF June, 2016///IIIIII,� n (Officer must sign here) M -iii ) Anne M. Dellinger - e STA- OFFICIAL SEAL ANNE DELLINGER „r. NOTARY PUBLIC - INDIANA MADISON COUNTY My COMM. EXPIRES FEB. 23r 201I i laic --- - -_. PART 7 ADDITI®NAL DECLARATI®NS 7.1 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 discriminated against. 7.2 The Bidder certifies that he/she has thoroughly examined the site of the Project/Work and informed himself/herself fully regarding all conditions under which he/she will be obligated to operate and that in any way affect the Work, and knows, understands and accepts the existing conditions. The Bidder further certifies that he/she has thoroughly reviewed the Contract Documents, including all Addenda, and has had the opportunity to m ask questions and obtain interpretations or clarifications concerning Contract Documents. PART 8 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. PART 9 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 PROPERLYNOTARIZED .J Bidders Name: E & B Paving, Inc.JUNG, JIV, \� Written Signature: Printed Name: 'my N. Gans - Title: Viae President Important - Notary Signature and Seal Required in the Space Below STATE OF Indiana SS: COUNTY OF Hmniltm Subscribed and sworn to before me this 17th day of August , tQ 2016. ti My commission expires: 6/05/2024 (Signe Printed: April N. Ryan Residing in Madison County, State of Indiana fII� ►1 „I :1'1' ' 1 1, 1.Y 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 OWEBIObligee. Bidder/Surety must attach a signed, certified and effective dated copy of the Power of Attorney or Attorney lh Fact establishing the authority of the persons) 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 amendeel and be authorized to transact business in the State of Indiana KNOW ALL MEN BY THESE PRESENTS, that the undersigned "Bidder": E & B Paving, Inc. and "Surety": [Name] Continental Casualty Company [Address] 333 S. Wabash Ave. Chicago, IL 60604 , a corporation chartered and existing under the laws of the State of IL , 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 (I M) of the price stated in the Bid Proposal is $ 147,182.43 'WHEREAS, the Obligee has solicited Bids for certain work for or in furtherance of construction of improvements described generally as: Roundabout Improvements 136th Street and Carey Road, Project No. 16 -ENG -26 Roundabout Improvements Road and Hawthorne Drive, Project No. 16 -ENG -09 pursuant to plans, specifications and other "Contrast 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%x) 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 17th day o£ August , 2016 This BM Bond shall bind the undersigned ,Surety whether or not also signed by the Bidder. "Bidder" E & B Paving, Inc. By: Printed: Tmv N. Evans Vim President SEAL 49 S=tf'Continental Casualty Company By: Printed:Terry R. Hurst Attorney -in -Fact Countersigned: N/A (;oFkPcfAare 1- SEAL,),CA = DATE: August 17, 2016 TO: City of Carmel, Indiana RE: CONTRACTOR: E & B Paving, Inc. BID DATE: August 17, 2016 PROJECT' Roundabout Improvements 136th Street and Carey Road, Project No. 16 -ENG -26 -Roundabout Improvements Road and Hawthorne Drive, Project No. 16 -ENG -09 The purpose of this letter is to advise that should the captioned contractor be the successful bidder, and enter Into a contract for the described work, Continental Casualty Company I will provide appropriate Performance and Payment Bonds, subject to the terms and conditions of the bid E & B Pavinq, Inc. Continental Casualty Company By: t Terry R. Hurst Attorney-in-factio� POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Liana M. Shelton, Robert M. Rutigliano, Eric M. Wahlstrom, Brian T. Morton, Terry R. Hurst, Individually of Indianapolis, IN, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 8th day of February, 2016. AS 1 r,ORPGRATF i SEAL 1697 ,voF Continental Casualty Company ,alb National Fire Insurance Company of Hartford a'� �Nco�arEo A American Ca lty Company of Re ding, Pennsylvania JULY 11, M 1902 * �/ Paul T. Bruflat Ace President State of South Dakota, County of Minnehaha, ss: On this 8th day of February, 2016, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. J. MOHR i1 -'U— SOUTH DAKOTA My Commission Expires June 23, 2021 J. Mohr V Notary Public CERTIFICATE I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 17th day of August, 2016. cAS A4Ty coRPORArkt SEAL 'r 1697 Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania 1 f ---) - "., - Q D. Bult Assistant Secretary Authorizing Sy -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty 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 by unanimous written consent dated the 25'h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National Fire Insurance Company of Hartford. 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 by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. 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 by unanimous written consent dated the 25'h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " 147orld-Class Solutions at a Local Level"' April 5, 2016 To Whom It May Concern: This letter will certify that E&B Paving, Inc. is duly registered to use the E -Verify system and certifies that E&B Paving, Inc. does not knowingly employ or contract with unauthorized alien workers. Following is the pertinent information for E&B Paving, Inc, E&B Paving, Inc 286 W 300 N Anderson, IN 46012 E -Verify Company ID #: 426977 EEO Officer: Chuck Siegel Corporate Human Resources Manager/EEO Officer Phone: 765.374.0350 Fax: 765.643.0699 Email: chuck.siegel@ebpaving.com This letter meets the requirements for certifying to general contractors E&B Paving's compliance with Indiana Senate Act 590 (SEA 950). To obtain a complete copy of E&B's E -Verify Memorandum of Understanding (MOU), please contact our EEO Officer and one will be promptly provided. Respectfully, L' ry Canterbury, Presid t \\"OXIJ I I I I11////7i/ my •,, = W AN EQUAL OPPORTUNITY EMPLOYER ------------------------------- r 286 W. 300 N. • Anderson, IN 46012 I PHONE: 765.643.5358 • FAx:765.643.0699 I f www.ebpaving.com ■ s o • y-� MITnP' Company ID Number: 426977 THE E -VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and E&B Paving, Inc. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E -Verify). This MOU explains certain features of the E -Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E -Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E - Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses. Authority for the E -Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E -Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor with the FAR E -Verify clause") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems .that may arise during the Employer's participation in the E -Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E -Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E -Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E -Verify program or such other persons or entities who may be authorized by SSA as governed Page 1 of 141 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify ven Company ID Number: 426977 Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non - match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E -Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E -Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E -Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E -Verify program as a condition of continued use of E -Verify. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: - If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E -Verify at 888-464-4218. • If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The photocopy must be of sufficient quality to allow for verification of the photo Page 3 of 14 1 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.govlE-Verify Company ID Number: 426977 uses the E -Verify system for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non -match, the Employer is required to take affirmative steps (see Article M.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non -match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility .status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non -match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E -Verify at 1-888-464-4218 or OSC at 1-800- 255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E -Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound . "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration - related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA, or Title VII may also lead to the termination of its participation in E - Page 5 of 14 1 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify - Ve r I- ry ��y Company ID number: 426977 whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E -Verify as a Federal contractor with the FAR E -Verify clause, the Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time of enrollment in the system and after the date and selecting which employees will be verified in E -Verify or within 30 days of an employee's assignment to the contract, whichever date is later. d. Employers that are already enrolled in E -Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR E -Verify clause: Employers enrolled in E -Verify for 90 days or more at the time of a contract award must use E -Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E -Verify as other than a Federal contractor with the FAR E -Verify clause, must update E -Verify to indicate that they are a Federal contractor with the FAR E - Verify clause within 30 days after assignment to the contract. If the Employer is enrolled in E - Verify for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E -Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor with the FAR E -Verify clause in E -Verify must initiate verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. e. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E -Verify clause that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E -Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article ILD, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties. f, Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E -Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E - Verify verification of all existing employees within 180 days after the election. g. Form 1-9 procedures for existing employees of Federal contractors with the FAR E - Verify clause: Federal contractors with the FAR E -Verify clause may choose to complete new Forms 1-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E -Verify clause may also update previously completed Forms 1-9 to initiate E -Verify verification of existing employees who are not completely exempt as long as "that Form 1-9 is complete (including the SSN), complies with Page 7 of 14 1 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E.Verify -V(a r WFV t!I¢a / ` + ` VSA Company ID Number: 426977 determines that more than 10 days is necessary. The Employer agrees to check the E -Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the E -Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 2. If the Employer finds a photo non -match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non -match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. The Employer must review the tentative nonconfirmation with the employee in private. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non -match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within 8 Federal Government workdays. 5. If the employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E - Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will send a copy of the employee's Form 1-551 or Form 1-766 to DHS for review by; • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (paid for at employer expense). 7. If the Employer determines that there is a photo non -match when comparing the photocopied List B document described in Article II.C.5 with the image generated in E -Verify, the Employer must forward the employee's documentation to DHS using one of the means described in the preceding paragraph, and allow DHS to resolve the case. Page 9 of 14 1 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 426977 D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E -Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E -Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E -Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whosesignatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. Page 11 of 14 1 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify - V im. r I fy Company ID dumber: 426977 North American Industry Classification Systems Code: 237 Administrator: Number of Employees: �00 to 499 Number of Sites Verified for: kre..you verifying far more than 1 site? If yes, please provide the number of sites verified for 2 each State: INDIANA I site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems - Nam ' e: roblems: Name: Phillip Dockter Tele plione Number: (765) 374 - 0350 E-mail Address: phil.dockternebpaving.com Name: Lori Hughes Telephone Number: (765) 643 - 5358 E-mail Address: lorLbughes@ebpavi.ng.com Name: Gayle Behm Telephone Number: (765) 374 - 0352 E-mail Address: gayle.behmL@,ebpaving.com Name: Sarah Shuter Telephone Number: (765) 374 - 0342 E-mail Address: sarah.shuter@ebpaving.com Fax Number: (765) 643 -0699 Fax Number: (765) 643 - 0699 Fax Number: (765) 643 - 0699 Fax Number: (765) 643 - 0699 Page 13 of 141 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.g6v1E-Verify_ 2/10/2015 IMI Mail -RE: Points on Contact on MOU �I''t in Nat6l"Lc' ls, 111Ce Sarah Shuter <sarah.shuter@ebpaving.com> Group c f Companies ESE: Points on Connect on MMU 1 message E-VerifyEmployerAgent <E-VerifyEmployerAgent@uscis.dhs.gov> Wed, Jan 21, 2015 at 2:22 PM To: Sarah Shuter <sarah.shuter@ebpaving.com> Good Afternoon, Thank you for contacting the E -Verify Team. We are happy to address your questions or concerns. The information on the E -Verify Memorandum Of Understanding (MOU) cannot be altered from the information that was entered during the enrollment process. To provide proof of enrollment, you may print a copy of your `company information' page with the updated data and attach it to the original MOU. We hope this information has been helpful to you. If you need additional assistance, please call E -Verify at 888-464-4218 or email us at E-VerifyEmployerAgent@dhs.gov <mailtc:E-Verify@dhS.gov> You may speak to a representative Monday—Friday from 8:00 am to 5:00 pm Local Time. Thank you for allowing us to serve you! Cordially, The E -Verify Team MDS From: Sarah Shuter(mailto:sarah.shuter@ebpaving.com] Sent: Friday, January 16, 2015 7:19 AM To: E-VerifyEmployerAgent Subject: Points on Contact on MOU Hello, have edited the Points of Contact in our Company Information area. I had to remove two users that have retired. However, when I view my MOU, those users are both still listed. Does it take a certain amount of time to regenerate this MOU? 1 have also deleted their user accounts. Thanks, Sarah Shuter httpsJ/mail.google.com/mail/u/0/?ui=2&ik=.aadf6gbcfe&view=pt&search=inbox&th=14b0df305f118ed2&sirnl=14bU305f118ed2 1/2 WRITTEN CONSENT TO RESOLUTION OF THE SOLE SHAREHOLDER AND DIRECTORS OF E & B PAVING, INC. The undersigned, being the sole shareholder and the director of E & B Paving, Inc., an Indiana Corporation ("Corporation"), hereby consent to the following action to be taken by the Corporation in lieu of the annual meeting of the Shareholder and Directors of the Corporation; RESOLVED, that the following persons are nominated and elected to serve as directors of the Corporation until their successors are duly elected and qualify; Earl Brinker and Larry Canterbury, RESOLVED, that the following persons are nominated and elected to serve in the following capacities until their successors are duly elected and qualify; President Larry Canterbury Vice -President John Eller Vice -President Tony Evans Vice -President Michael Collard Vice -President Brad Dreibelbis Secretary/Treasurer Sarah M. Shuter RESOLVED, in order to promptly and efficiently conduct the business of the Corporation, it is necessary to enter into certain contracts to provide paving products including, but not limited to, aggregate and asphalt and such other surface and paving products and related services; RESOLVED, it is necessary that certain officers and employees of the Corporation be empowered to execute such agreements on behalf of the Corporation, including contracts, performance, payment and maintenance bonds, bids and related documents; RESOLVED, the following named officers and/or employees of the Corporation are hereby authorized and directed individually and without any other officer attesting thereto to execute, acknowledge and deliver bids, contracts and bonds for and on behalf of the Corporation and to take such related action not inconsistent with resolution, and not substantially adverse to the Corporation, and their signature shall be conclusively evidenced by the execution of such contract documents and bonds; provided however, that such authority of such officers and/or employees on behalf of the Corporation shall be limited to the extent set forth below as follows: NA1@'1<E EXTENT OF LIII"'JY')(�T><Ol�l Larry Canterbury without limitation Earl Brinker without limitation Sarah M. Shuter without limitation John Eller $10,000,000 Tonv Evans $10,000,000 Brad Dreibelbis S10,000,000 Spencer B. Coe $10,000,000 David F. Hardin $5,000,000 Kenneth "I. Spellman $5,000,000 Todd Hoops $3,000,000 Chad Hartwick 53,000,000 David Heyde $2,000,000 ,lames Sonntag $2,000,000 Michael Collard 55,000.000 Douglas .lump 52,000,000 Gregg Koppelmann $2,000,000 Mark Jones $2,000,000 Steve Varner 52,000,000 Kip Chandler $2,000,000 Nick Chapman $2,000,000 Cam Paddock $2,000,000 Thane Knox $2,000.000 RESOLVED, that any and all acts and proceedings of the Directors and Officers of the Corporation occurring since the last meeting of the Shareholders and Directors be and they hereby are ratified, confirmed and approved. RESOLVED, that this written consent be executed in multiple counterparts; RESOLVED, that this written consent be in lieu of any annual meeting of the Shareholder and Directors of the Corporation and shall be filed in the minute book of the Corporation in place of any minutes of any such annual meetings. Dated this 27th day of April, 2016. SOLE SHAREHOLDER IRVING MAT. RIALS, INC. BY: . C Earl Brinker, President INDIANAPOLIS, IN I: & B PAVING INC TO January 8, 2016 ANDERSON, IN who has filed with the Department a Contractor's Statement of Experience and Financial Condition as required under Indiana Code 8-23-10, is hereby qualified to bid at any Department of Transportation letting in Classes of Work and within the amount and other limitation of each classification as listed below, for such period as the uncompleted work on hand from all sources does not exceed the Aggregate amount. Classification references by name or symbol are in accordance with the definitions in the Contractor's Statement of Experience and Financial Condition. This certificate supersedes any certificate previously issued, but is subject to revision or revocation according to the law, if and when changes in the financial condition of the contracting firm or other facts justify such revision or revocation. Valid February 1, 2016 Thni January 31, 2017 AGGREGATE....................................................................................................................................... $UNLIMITED 0085 CLHAN/SEAL. CRACKS/JOINTS: PCCP/HMA PVMT.............................................................................. S50,000,000 0194 PAVEMENT SEALING MICROSURFACING................................................... ...... ............... I................... $50,000,000 0230 PVMTGRVING SCARIFICATION RUMBLE STRIPS.............................................................................. $50,000,000 0284 RECYCLING CONCRETE PAVL'•MEN'I..................................................................................................... $50,000,000 0286 RECYCLING ASPHALT PAVEMENT....................................................................................................... $50,000,000 0288 PAVEMENT SEALING: SLURRY, FOG AND CHIP................................................................................. $50,000,000 0289 SEALING PARKING LOTS AND DRIVEWAYS ....................................................................................... $50,000,000 0290 SEWER AND PIPE. CLEANING AND LINING.......................................................................................... $5,000,000 A(A) CONCRE-1.17 PAVEMENT, GENERAL— ...................................................................................................SUNLIMTTED A(B) CONCRETE PAVEMENT, LIMITED.........................................................................................................$UNLIMITED B(A) ASPI IALT PAVING: CERTHMA PLANT.................................................................................................$UNLIMITED C(A) HEAVY GRADINC..................................--................................................................................................. $75,000,000 C(B) LIGHT GRADING........................................................................................................................................ $75,000,000 D(A) HWY OR RR BRIDGES OVER WATER.................................................................................................... $75,000,000 D(B) I IWY OR RR BRIDGES OVER IIIGI IWAYS............................................................................................. $75,000,000 D(C) HWY BRIDGES RE -0 PROTECTION OF RR-1.11ACKS............................................................................. $75,000,000 E(E) SMALL STRUCTURES AND DRAINAGE T17:MS.................................................................................... $50,000,000 F(F) SURFACE MASONRY AND MISC CONCRETE...................................................................................... $50,000,000 E(Q) CONCRETE PAVEMENT REPAIRS.......................................................................................................... $50,000,000 E(R) ROAD MILLING .......................................................................................................................................... $50,000,000 E(T) DEMOLITION.............................................................................................................................................. $50,000,000 vk,— ti M-��A PREQUALIFICATION ENGINEER Stale Form 20508 (R31 5-05) ��f.OMMISSIONER