Loading...
HomeMy WebLinkAboutMorphey ConstructionC©CX. Complete the following information and place as the cover page to your bid packet. Insert all documents into an envelope with project name and your company name clearly marked on the outside. Seal teenvelope. The prices indicated on this sheet shall be read aloud during the bid opening and shall match the prices indicated in Part 2 of the Bidders Itemized Proposal and Declarations. Company® Morphey Construction, Inc. Project Name: Project #16 -SW -08(2) Small Structure Replacement: Culvert 43 — Hoover Road over Clay Creek Culvert 85 -111th Street over U.N.T. of Carmel Creek Date Submitted: August 16y 2017 Base Bid Amount® 1 6(.6, 600, G� BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Small Structure Replacements of Culverts 43 & 85 Project Number: 16 -SW -08(02) Proposal For Construction of : The replacement of the existing small structure 43 over Clay Creek on Hoover Road located 455 feet north of Braeburn Drive. And The replacement of the existing small structure 85 over U.N.T. of Carmel Creek on 111' Street located 100 feet west of Echo Crest Drive W. Date: August 16, 2017 To: City of Carmel, Indiana, Board of Public Works and Safety 1.1 Bidder Name: Morphey Construction, Inc. 1.2 Bidder Address: Street Address: 1499 N. Sherman Dr. City: Indpls State: IN Zip: 46201 Phone:(317)356-9259 Fax:(317)356-9253 1.3 Bidder is a/an [mark one] Individual Partnership XX Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion 92, dated January 23, 1958.] . l Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID -2 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: Base Bid:_TC-i �(u�.£�xt� rOusA�a A+�D �ltOaS Dollars ($ Ef G0, Ooo. cv --). 2.2 General The Bidder acknowledges that evaluation of the lowest Bid shall be based on the total of the Base and selected Alternate Bids if applicable. The Bidder acknowledges that the Owner reserves the right to award the Contract for the Base Bid alone, for the Base Bid plus selected Alternate Bids if applicable The Bidder 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 PAIN 3 CONTRACT ITEMS AND UNIT PRICES Itemized Proposal Project 16 -SW -08(02) Small Structure Replacements of Culverts 43 & 85 Item # Item Quantity Unit Unit Cost Total Cost 1 Construction Engineering 1 LS 2 Mobilization / Demobilization 1 LS 3 Clearing Right of Way 1 LS 4 Common Excavation 510 CYS 5 B Borrow 64 CYS 6 Temporary Seeding 232 LBS 7 Temporary Mulch 2 TON 8 Temporary Inlet Protection 4 EACH 9 Temporary Check Dam 10 TON 10 Silt Fence 780 LFT 11 Dewatering 1 LS 12 Structural Backfill, Type 2 1509 CYS 13 Compacted Aggregate, No. 53, Base 606 TON 14 HMA Widening, Type B 17 TON 15 Milling, Transition 322 SYS 16 HMA Surface, Type B 163 TON 17 HMA Intermediate, Type B 210 TON 18 HMA Base, Type B 296 TON 19 Asphalt for Tack Coat 2980 SYS 20 Curb and Gutter, Concrete, Type II 525 LFT 21 HMA For Approaches, Type B 44 TON 22 Handrail 132 LFT 23 Guardrail Transition, TGB 2 EACH 24 Guardrail End Treatment, Type OS 1 EACH 25 Guardrail Terminal End Section 4 EACH 26 W -Beam Guardrail 263 LFT 27 Guardrail, Remove 185 LFT 28 Revetment Riprap 281 TON 29 Uniform Riprap 83 TON 30 Geotextiles 603 SYS 31 Sodding 281 SYS 32 Mulched Seeding, U 2050 SYS 33 Erosion Control Blankets 2050 1 SYS 34 Structure, Reinforced Concrete Box, 13'x5' 43 LFT 35 Structure, Reinforced Concrete Box, 18'x6' 47 LFT 36 Pipe, RCP, 12" 121 LFT BID -4 Itemized Proposal Project 16 -SW -08(02) Small Structure Replacements of Culverts 43 & 85 Item # Item Quantity Unit Unit Cost Total Cost 37 Pipe, RCP, 15" 160 LFT 38 Pipe, RCP, 18" 22 LFT 39 1 Pipe, RCP, 24" 106 LFT 40 Inlet, E7 2 EACH 41 Inlet, J10 1 EACH 42 Manhole, J8 1 EACH 43 Pipe end section, Diameter 12" 2 EACH 44 Pipe end section, Diameter 18" 1 EACH 45 Pipe end section, Diameter 24" 1 EACH 46 Adjust Casting to Grade 1 EACH 47 Adjust Water Valve to Grade 2 EACH 48 Maintaining Traffic 1 LS 49 Construction Sign, A 6 EACH 50 Construction Sign, B 4 EACH 51 Construction Sign, C 6 EACH 52 Road Closure Sign Assembly 10 EACH 53 Detour Route Marker Assembly 26 EACH 54 Barricade, III -A 120 LFT 55 Barricade, III -B 84 LFT 56 Sign post, square, type 1, reinforced anchor base 23 LFT 57 Sign, sheet, relocate 2 EACH 58 Line, Paint, Solid, White, 4" 435 LFT 59 Line, Paint, Solid, Yellow, 4" 960 LFT 60 Transverse Marking, Paint, Stop Line, White, 24" 16 LFT Total BID -5 INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 1 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -SW -08(02) CONTRACTOR: Morphey Construction Inc. +------------------------------------------------------------------------------+ ILINEI ITEM I APPROX. 1 UNIT PRICE I BID AMOUNT 1 1 NO 1 DESCRIPTION I QUANTITY }---------------- I ---------------I I I I AND UNITS 1 DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I I I I I 1lConstruction Engineerin 1 1.000 1 9,000.00 I 9,000.00 1 I Ig ILS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 2►Mobilization / Demobili 1 1.000 1 43,000.00 I 43,000.00 1 1 lzation ILS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 3lClearing Right of Way 1 1.000 1 30,011.40 1 30,011.40 I 1 1 ILS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 41Common Excavation 1 510.000 1 55.00 I 28,050.00 I 1 1 ICYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 51B Borrow 1 64.000 1 55.00 1 3,520.00 1 1 1 ICYS I I I I I ------------------------------------+ I I I I I I I I I 6lTemporary Seeding 1 232.000 1 1.40 I 324.80 I 1 1 ILBS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 71Temporary Mulch 1 2.000 1 600.00 1 1,200.00 1 1 ►TON I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 8►Temporary Inlet Protect 1 4.000 I 150.00 ( 600.00 1 1 lion (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 91Temporary Check Dam 1 10.000 I 279.75 I 2,797.50 I 1 1 ITON I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 101Silt Fence 1 780.000 I 2.00 ► 1,560.00 I 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 111Dewatering 1 1.000 1 20,000.00 1 20,000.00 1 1 1 ILS I I I I I +------------------------------------------------------------------------------+ INDIANA DEPARTMENT OF TRANSPORTATION SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -SW -08(02) CONTRACTOR: Morphey Construction Inc. PAGE: 2 +------------------------------------------------------------------------------+ ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I NO ( DESCRIPTION I QUANTITY }---------------- I ---------------I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I I I I 1 121Structural Backfill, Ty 1 1,509.000 1 57.00 1 86,013.00 I 1 ►pe 2 ICYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 13ICompacted Aggregate, No 1 606.000 1 35.00 1 21,210.00 I I 1. 53, Base ITON I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 14IHMA Widening, Type B 1 17.000 1 133.00 ( 2,261.00 1 1 1 ►TON I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 151Milling, Transition I 322.000 1 25.00 1 8,050.00 1 1 1 ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 16IHMA Surface, Type B 1 163.000 I 55.00 ( 8,965.00 1 I ITON I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 17IHMA Intermediate, Type 1 210.000 1 49.00 1 10,290.00 1 IB ►TON I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 18IHMA Base, Type B 1 296.000 1 48.00 1 14,208.00 I 1 1 ITON I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 19IAsphalt for Tack Coat 1 2,980.000 1 0.01 I 29.80 1 1 ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 20ICurb and Gutter, Concre 1 525.000 I 46.00 1 24,150.00 I 1 Ite, Type II ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 21IHMA For Approaches, Typ I 44.000 1 100.00 1 4,400.00 I 1 le B ITON I I i I I +------------------------------------------------------------------------------+ I I I I I I I I I 22IHandrail 1 132.000 1 179.00 1 23,628.00 1 1 I ILFT I I I I I +------------------------------------------------------------------------------+ INDIANA DEPARTMENT OF TRANSPORTATION PAGE: 3 SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -SW -08(02) CONTRACTOR: Morphey Construction Inc. +------------------------------------------------------------------------------+ ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY I ---------------- I --------------- I I I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I 23IGuardrail Transition, T 1 2.000 1 I I I I 2,659.00 1 5,318.00 1 1 IGB (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I 241Guardrail End Treatment 1 1.000 1 I I I I 2,651.00 1 2,651.00 1 1 1, Type OS (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I 251Guardrail Terminal End 1 4.000 1 I I I I 141.00 1 564.00 1 1 ►Section (EACH I I I I I --------------------------------------------+ I I I I I 261W -Beam Guardrail 1 263.000 1 I I I I 19.50 1 5,128.50 1 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I 1 271Guardrail, Remove 1 185.000 1 I I I I 8.00 1 1,480.00 1 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I 1 281Revetment Riprap 1 281.000 1 I I I 70.00 1 19,670.00 1 1 1 ITON I I I I I +------------------------------------------------------------------------------+ I I I I I I 291Uniform Riprap 1 83.000 1 I I I 75.00 1 6,225.00 1 1 ITON I I I I I +------------------------------------------------------------------------------+ I I I I 30IGeotextiles 1 603.000 1 I I I I 2.00 1 1,206.00 I 1 1 ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I 31ISodding 1 281.000 1 I I I I 17.00 1 4,777.00 I 1 1 ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I 1 321Mulched Seeding, U 1 2,050.000 1 I I I 4.00 1 8,200.00 1 1 ISYS I I I I I +------------------------------------------------------------------------------+ I I I I I I I 33►Erosion Control Blanket 1 2,050.000 1 I I 3.50 1 7,175.00 1 Is ISYS I I I I I +------------------------------------------------------------------------------+ INDIANA DEPARTMENT OF TRANSPORTATION SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -SW -08(02) PAGE: 4 CONTRACTOR: Morphey Construction Inc. +------------------------------------------------------------------------------+ ILINEI ITEM I APPROX. ( UNIT PRICE I BID AMOUNT I 1 NO I DESCRIPTION 1 QUANTITY }---------------- I ---------------I I AND UNITS 1 DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I 1 341Structure, Reinforced C 1 43.000 I I I I I 1 3,150.00 1 135,450.00 1 1 Ioncrete Box, 13'x ILFT I I I I I +------------------------------------------------------------------------------+ I I I 1 351Structure, Reinforced C 1 47.000 I I I I I 1 5,300.00 1 249,100.00 1 1 Ioncrete Box, 18'x ILFT I I I I I +------------------------------------------------------------------------------+ I I I I 361Pipe, RCP, 12" 1 121.000 I I I I I 1 55.00 1 6,655.00 1 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I 37IPipe, RCP, 15" 1 160.000 I I I I I 1 62.00 1 9,920.00 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I 381Pipe, RCP, 18" 1 22.000 I I I I I 1 83.00 1 1,826.00 1 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I 391Pipe, RCP, 24" 1 106.000 I I I I I 1 92.00 1 9,752.00 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I 40IInlet, E7 1 2.000 I I I I I 1 2,300.00 1 4,600.00 1 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I 4111nlet, J10 1 1.000 I I I I I 1 3,000.00 1 3,000.00 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I 1 421Manhole, J8 1 1.000 I I I I I 1 4,500.00 1 4,500.00 1 I I (EACH I I I I I +------------------------------------------------------------------------------+ I I I I 431Pipe end section, Diame 1 2.000 I I I I I 1 1,600.00 1 3,200.00 1 1 Iter 12" (EACH I I I I I +------------------------------------------------------------------------------+ I I I 441Pipe end section, Diame 1 1.000 I I I I I 1 1,900.00 1 1,900.00 1 I ►ter 18" (EACH I I I I I +------------------------------------------------------------------------------+ INDIANA DEPARTMENT OF TRANSPORTATION SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -SW -08(02) PAGE: 5 CONTRACTOR: Morphey Construction Inc. +------------------------------------------------------------------------------+ ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT 1 NO I DESCRIPTION I QUANTITY }---------------- I ---------------I I ( I AND UNITS ( DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I I I I I 451Pipe end section, Diame 1 1.000 1 2,100.00 1 2,100.00 1 1 Iter 24" (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 461Adjust Casting to Grade 1 1.000 1 500.00 1 500.00 1 1 I (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 471Adjust Water Valve to G 1 2.000 1 500.00 1 1,000.00 1 I Irade (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I 1' 481Maintaining Traffic 1 1.000 1 5,327.00 1 5,327.00 1 1 1 ILS I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 491Construction Sign, A 1 6.000 1 244.00 1 1,464.00 1 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 501Construction Sign, B 1 4.000 1 86.00 1 344.00 1 1 1 (EACH I I I I I ----------+ I I I I I I I I I 511Constructi.on Sign, C 1 6.000 1 270.00 1 1,620.00 1 1 1 (EACH I I I I I ---------------------------------+ I I I I I I I I I 52►Road Closure Sign Assem 1 10.000 1 193.00 1 1,930.00 1 1 Ibly (EACH I I I I I -------------------------------------------+ I I I I I I I I 1 531Detour Route Marker Ass 1 26.000 1 146.00 1 3,796.00 1 1 (embly 1EACH I +------------------------------------------------------------------------------+ I I I I I I I I 1 541Barricade, Ill -A 1 120.000 1 12.00 1 1,440.00 I 1 1 ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 551Barricade, III -B 1 84.000 1 12.00 1 1,008.00 1 1 1 I LFT I I I I I +------------------------------------------------------------------------------+ INDIANA DEPARTMENT OF TRANSPORTATION SCHEDULE OF PAY ITEMS REVISED: LETTING DATE:08-16-17 CONTRACT ID: PROJECT(S): 16 -SW -08(02) PAGE: 6 CONTRACTOR: Morphey Construction Inc. +------------------------------------------------------------------------------+ ILINEI ITEM I APPROX. I UNIT PRICE I BID AMOUNT I I NO I DESCRIPTION I QUANTITY }---------------- I --------------- I AND UNITS I DOLLARS I CTS I DOLLARS ICTS I +------------------------------------------------------------------------------+ I I I I I I I I I 561Sign post, square, type I 23.000 I 25.00 1 575.00 1 1 1 1, reinforced an ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 571Sign, sheet, relocate I 2.000 I 150.00 I 300.00 I 1 1 (EACH I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 581Line, Paint, Solid, Whi 1 435.000 I 2.00 I 870.00 I Ite, 4" ►LFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I 1 591Line, Paint, Solid, Yel 1 960.000 I 2.00 1 1,920.00 I I Ilow, 4" ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I 60ITransverse Marking, Pai I 16.000 1 15.00 1 240.00 I Int, Stop Line, Wh ILFT I I I I I +------------------------------------------------------------------------------+ I I I I I I I I I I I -----------------------+ I I I TOTAL I 860,000.00 I I I I I I I +------------------------------------------------------------------------------+ 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 aD�'a� uw-c rb 1 A"b"bfF Ybu«n P16. Z lsb%A,AW,A 1144. 3 :.. DATE N ty? 31. Zo17 buwt,-j 1\ ZO 1-7 QUwe-T (q . Zo I- PAIN' 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: OW 6 BID -7 PART 6 FINANCIAL STATEMENT 6.1 Attachment of Bidder's financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder's capability for completing the 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 9102, entitled "Standard Questionnaires and Financial Statement for Bidders". is � PART 7 ADDITI®NAL DECLARATIONS 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 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.] Bidders Name: Written Signature: hey Constuctio} Inc. Printed Name: Jason Umlauf Title: Project Manager Important - NoLM Signature and Seal Required in the Space Below STATE OF Indiana SS: COUNTY OF Marion Subscribed and sworn to before me this 16th day of August , 20 17 . My commission expires: _gwt g,, � 3y (Signed) 6 Printed: I' Ail e Residing in 741 n Scr, County, State of REGINA LYNN MAZZARELLA NOTARY PUBLIC SEAL JOHNSON COUNTY, STATE OF INDIANA MY COMMISSION EXPIRES NOVEMBER 3, 2024 COMMISSION NO, 692650 BID -10 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 OWNEBIObligee. Bidder/Surety must attach a signed, certified and effective dated copy of the .power of Attorney orAttorney-in 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 amended, and be authorized to transact business in the State of Indiana: KNOW AIL MEN BY THESE PRESENTS, that the undersigned "Bidder": Morphey Construction, Inc. and «Surety": [Name] Fidelity and Deposit Company of Maryland [Address] 600 Red Brook Blvd Suite 600 Owings Mills, MD 21117 a corporation chartered and existing under the laws of the State of MD , and authorized to do business in the State of Indiana, are held and fmbly 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 firmiv by these presents. Ten percent (I M) of the price stated in the Bid Proposal is $ €3 to ®rte - I . WHEREAS, the Obligee has solicited Bids for certain work for or in furtherance of construction of improvements described generally as: Small Structure Replacements of Culverts 43 & 86, Project No. 16 -SW -08(02) pursuant to plans, specifications and other "Contract Documents" included as pans 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%a) of the total project Agreement price as awarded and in form and with surety satisfactory to said Obligee, then this obligation to be void; otherwise to be and remain in full force and virtue in law, and the Surety shall, upon failure of the Bidder to comply with any or all of the foregoing requirements within the time specified above and as prescribed by the Contract Documents, immediately pay to the Obligee, upon demand, the amount hereof, in good and lawful money of the United States of America, not as a penalty, but as liquidated damages. IN TESTIMONY THEREOF, the Bidder and Surety have caused this instrument to be duly signed and sealed this 16th day of August , 2017 . This BLD Bond shall bind the undersigned Surety wlietl:er or not also signed by the Bidder, ccrr..��... "Bidder" ttsuiewsFideilanand Deposit Company of Morphey Construction, Inc. Maryland By: By Printed: J4509 (Jo-R.�� -tf P :Eric M. Wahistrom Attorney -in -Fact �4 Countersigned: N/A Bond Number Bid Bond Obligee: City of Carmel ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by Michael P. Bond, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Eric M Wahlstrom its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 22ad day of July, A.D. 2015. ATTEST: AID P.�_j By: Michael P. Bond Vice President By: Eric D. Barnes Secretary State of Maryland County of Baltimore ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND �f SEAL On this 22nd day of July, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Michael P. Bond, Vice President and Eric D. Barnes, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seat the day and year fust above written. z :ot,a��i •. Constance A. Dumy Notary Public rfr ., h7 ••-� c3�.� My Commission Expires: July 9, 2019 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 16th day of August 12017 DIP WON s $RAL tti► Y: �� t069 �� •.� e� 4tim �wMM�� ,�� ;7- A4�, Gerald F. Haley, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056