Loading...
HomeMy WebLinkAboutGCPO-TIF26 ENB BidGibson County, Indiana Gibson County Request for Bid No. GCPO-TIF26 BID CHECKLIST Bidders are to complete, sign and return the following forms. Use the list below to check off the items as they are completed and as a mailing check list. A complete bid package must contain all the items. 1. `/' Request for Bid Form (signed) 2. ✓ Bid Price Sheets and Bid Summary Sheet (signed) 3. Bid Bond 4. ✓ Vendor Information form 5. ✓ Vendor Reference form 6. ✓1 Completed Statement of Bidder's Qualifications document with point by point responses and additional sheets attached as necessary 7. ✓ E-Verify Affidavit. 8. ✓ Contractors Bid for Public Works Form 96. 9. Indiana Iran Investment Cert. 10. ✓ Addendum to Bid Documents # of Addendums f 11. `� All bidders must indicate on the outside of their response the bid number, date and time of bid opening, and in large letters "SEALED BID ENCLOSED". Fax bids must follow all instructions included in Special Conditions of Bid. NOTE: Gibson County reserves the right to reject incomplete bids. GIBSON COUNTY HIGHWAY DEPARTMENT 1791 E 350 S, Princeton, Indiana 47670 (812) 385-4887 Fax: (812) 385-4983 Matthew L. Holden, P.E. Engineer/Superintendent of Highway Department ADDENDUM #t1 TO: GCPO-TIF26 Bidders Date April 16, 2026 This addendum, issued prior to award, alters, amends, corrects, or clarifies the Proposal Documents to the extent stated herein and does thereby become part of the Proposal Documents and will become part of the Contract Documents of the successful bidder(s) Items Included in this Addendum 1. Standard Terms and Conditions: 1.0: While it is specified "Current INDOT Standards are to be used", PG 58S-28 OR PG 64-22 are acceptable for this project. Sincerely, Matthew L. Holden, P.E. Gibson County Engineer State of Indiana, Gibson County BIDS MUST BE SEALED AND ADDRESSED TO: El AGENCY ADDRESS: Attention: Mr. Mike Watkins Gibson County Auditor Gibson County Courthouse 101 North Main St. Princeton, IN 47670 REQUEST FOR BID THIS IS NOT AN ORDER BIDDER (Name and Address) E & B Paving, LLC 10900 Telephone Road Chandler, IN 47610 Item Payment Terms Remove from bidder list for this commoditylservice (Return this page only ) Bid envelope must be seated and plainly marked in lower comer wilt, due date and Request for Bid # GCPO-TIF26. Late b,ds will be rejected Bids MUST be date and time stamped by the solicihng purchasing office on or before the date and time that the bid is due Bids dated and time stamped in another office will be rejected. Receipt of a bid by the mail system does not constitute receipt of a bid by the purchasing office. Any bid which is inadvertently opened as a result of not being property and clearly marked is subject to rejection Bids must be submitted separately, i e not included with sample packages or other bids Bid openings are public unless otherwise specified Records wil be avai able for public inspection after issuance of the notice of intent to award or the award of the contract Bidder should contact person named below for an appointment to view the bid record Bids shal be firm for acceptance for sixty 160) days from date of bid opening unless otherwise noted The attached terms and conditions apply to any subsequent Bids MUST be in this office no later than 4:00 PM CST, Tuesday, April 21, 2026 Name (Contact for further information) -- Matthew L. Holden, P.E. (email address: mholden@giblsoncounty-in.gov Phone Date (812) 385-4887 March 12,2026 Quote Price and Delivery FOB Destination Description Gibson County is requesting bids for the Hot Mix Asphalt "HMA.. paving/marking of the following county roads: CR350E, CR550S, CR100E, CR650S and CR175E. The County is soliciting bids for a contractor to perform subgrade preparation, milling, hauling, patching, wedging, "HMA" Hot Mix Asphalt paving, shoulder restoration, and striping, for the aforementioned roads. The contractor will be responsible for all utility location and protection, surveying, traffic control, CQA testing, HMA quality control, and safety. As per the attached Specifications/Scope of Work, Special Conditions of Bid, Contractors bid for public works - Form 96, E- Verify Affidavit, Statement of Bidder's Qualifications, Bid Price Sheet, Bid Bond, Standard Terms and Conditions, Supplemental Standard Terms and Conditions for Procurements for Services and Indiana Iran Cert. Note: Please complete, sign and return the following forms: this Request for Bid Form, Contractors Bid for Public Work - Form 96, E-Verify Affidavit, Bid Bond, Statement of Bidder's Qualification Bid Price Sheet, Vendor Information Form, Vendor Reference Form and Indiana Iran Cert. Use the Bid Checklist to ensure submission of complete bid. Bid packages may be picked up at the Gibson County Highway Office Special Note: A Mandatory Pre Bid meeting will be held on April 7, 2026 at 9:00 a.m. CST at the Gibson County Highway Garage 1491 E 350 S., Princeton, IN 47670. See the Special Conditions of Bid for details and for information about submitting written questions Delivery Time bids are not I'n signing this bid we also certify that we have not either directly or indirectly, entered into any agreement or participated in any cobusion or otherw.se takOn any action in restraint of free competition, that no attempt has been made to induce any other person or firm to submit Or not t0 submit a bid that this bid has been independently arrived at without col usion with any other bidder, competitor or potential competitor, that this bid has not been knowingly disclosed pnor to the opening of bids to any other bidder or competitor: that the above statement is accurate under penalty of perjury We will comply with all terms, conditions and specifications reouired by the state in this R-ter,-.i r.,. a,a ,..a ,ii r _r _ Name of Authorized Company Representative (Type or Print) Brian Schaeffer Title - Area Manager phone J V V 182 4 5-1363 Fax 11 Signature of Above Date Federal Employer Identification No, Social Security No if Sole ' 4/21/26 35-1139301 Proprietor (Voluntary) Gibson County Page 1 of 3 Standard Terms And Conditions (Request For Bids / Proposals) 1.0 SPECIFICATIONS: The specifications in this request are the minimum acceptable. Current INDOT Standards are to be used. When specific INDOT standard specifications are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by INDOT specification, stock number, and such other information necessary to establish equivalency. The reference "County" shall in all cases mean Gibson County Commissioners shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. 7.0 UNFAIR SALES ACT: Prices quoted to the County are not governed by the Unfair Sales Act. 8.0 ACCEPTANCE -REJECTION: The County reserves the right to accept or reject any or all bids/proposals, or to award any part or all of the bid segments, and to waive any technicality in any bid/proposal submitted, and to accept or reject any part of a bid/proposal as deemed to be in the best interests of the County. 2.0 DEVIATIONS AND EXCEPTIONS: Deviations and excep- tions from original text, terms, conditions, or specifications shall be described fully, on the bidder's/proposer's letterhead, signed, and attached to the request. In the absence of such 9.0 statement, the bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. 3.0 QUALITY: Unless otherwise indicated in the request, all material shall be first quality. Items or materials which are used, may not be obsolete, seconds, or used. Materials which do not meet standard INDOT specifications are unacceptable without prior written approval by the County. 4.0 QUANTITIES: The quantities shown on this request are based on estimated needs. The County reserves the right to increase or decrease quantities to meet actual needs. 5.0 DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 6.0 PRICING AND DISCOUNT: The County qualifies for governmental discounts and its educational institutions also qualify for educational discounts. Unit prices shall reflect these discounts. 6.1 Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price, the unit price shall govern in the bid/proposal evaluation and contract administration. 6.2 Prices established in continuing agreements and term contracts may be lowered due to general market conditions, but prices shall not be subject to increase for ninety (90) calendar days from the date of award. Any increase proposed shall be submitted to the contracting agency thirty (30) calendar days before the proposed effective date of the price increase, and shall be limited to fully documented cost increases to the contractor which are demonstrated to be industrywide. The conditions under which price increases may be granted shall be expressed in bid/proposal documents and contracts or agreements. Bids/proposals MUST be dated and time stamped by the soliciting purchasing office on or before the date and time that the bid/proposal is due. Bids/proposals date and time stamped in another office will be rejected. Receipt of a bid/proposal by the mail system does not constitute receipt of a bid/proposal by the purchasing office. METHOD OF AWARD: Award shall be made to the lowest responsible, qualified, and responsive bidder unless otherwise specified. Low bid shall be considered to be the lowest of all of the combined projects total bid amount. 10.0 ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 11.0 PAYMENT TERMS AND INVOICING: The County normally will pay properly submitted vendor invoices within thirty (30) days of receipt providing goods and/or services have been delivered, installed (if required), and accepted as specified. Invoices presented for payment must be submitted in accordance with instructions contained on the purchase order including reference to purchase order number and submittal to the correct address for processing. A good faith dispute creates an exception to prompt payment. 12.0 TAXES: The Gibson County Commission and its agencies are exempt from payment of all federal tax and Indiana state and local taxes on its purchases except Indiana excise taxes as described below. Gibson County in the State of Indiana, including all its agencies, is required to pay the Indiana excise or occupation tax on its purchase of beer, liquor, wine, cigarettes, tobacco products, motor vehicle fuel and general aviation fuel. However, it is exempt from payment of Indiana sales or use tax on its purchases. The County may be subject to other states' taxes on its purchases in that state depending on the laws of that state. Contractors performing construction activities are required to pay state use tax on the cost of materials. 13.0 GUARANTEED DELIVERY: Failure of the contractor to adhere to delivery schedules as specified or to promptly replace rejected materials shall render the contractor liable for all costs in excess of the contract price when alternate procurement is necessary. Excess costs shall include the administrative costs. 6.3 In determination of award, discounts for early payment will only be considered when all other con- 14.0 ditions are equal and when payment terms allow at least fifteen (15) days, providing the discount terms are deemed favorable to the County. All payment terms must allow the option of net thirty (30). ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute Page 2 of 3 the entire agreement and no other terms and conditions in 20.0 any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 15.0 APPLICABLE LAW AND COMPLIANCE: This contract shall be governed under the laws of the State of Indiana. The contractor shall at all times comply with and observe all federal and slate laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The County reserves the right to cancel this contract if the contractor fails to follow the requirements of the State of Indiana and related statutes regarding certification for collection of sales and use tax. The County also reserves the right to cancel this contract with any federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non -procurement contracts. 16.0 ANTITRUST ASSIGNMENT: The contractor and the County recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the County (purchaser). Therefore, the contractor hereby assigns to the County any and all claims for such overcharges as to goods, materials or services purchased in connection with this contract. 17.0 ASSIGNMENT: No right or duty in whole or in part of the contractor under this contract may be assigned or delegated without the prior written consent of the County. The County may assign the contract to a third party if it is found to be beneficial to the County. 18.0 NONDISCRIMINATION / AFFIRMATIVE ACTION: In connection with the performance of work under this contract, the contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined by Indiana law., sexual orientation or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor further agrees to take affirmative action to ensure equal employment opportunities. 18.1 The contractor agrees to post in conspicuous places, available for employees and applicants for employ- ment, a notice to be provided by the contractor that sets forth the provisions of the State of Indiana's nondiscrimination law. 18.2 Failure to comply with the conditions of this clause may result in the contractor's becoming declared an "ineligible" contractor, termination of the contract, or withholding of payment. 19.0 PATENT INFRINGEMENT: The contractor selling to the County the articles described herein guarantees the articles were manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or use of the articles described herein will not infringe any United States patent. The contractor covenants that it will at its own expense defend every suit which shall be brought against the County (provided that such contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit. SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the County must comply fully with all safety requirements as set forth by the Indiana Administrative Code, the Rules of the Industrial Commission on Safely, and all applicable OSHA Standards. 21.0 WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment or materials, purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor. 22.0 INSURANCE RESPONSIBILITY: The contractor performing services for the County shall: 22.1 Maintain worker's compensation insurance as required by Indiana Statutes, for all employees engaged in the work. 22.2 Maintain commercial liability, bodily injury and prop- erty damage insurance against any claim(s) which might occur in carrying out this agreement/contract. Minimum coverage shall be two million dollars ($2,000,000) per occurrence of general liability for bodily injury and property damage including products liability and completed operations. Provide motor vehicle insurance for all owned, non -owned and hired vehicles that are used in carrying out this contract. Minimum coverage shall be one million dollars ($1,000,000) per occurrence combined single limit for automobile liability and property damage. The certificate of Insurance should name the Gibson County as a certificate holder. The certificate of liability should name the certificate holder as the additional insured. 22.3 The County reserves the right to require higher or lower limits where warranted. 23.0 CANCELLATION: County reserves the right to cancel any contract in whole or in part without penalty due to nonappropriation of funds or for failure of the contractor to comply with terms, conditions, and specifications of this contract. 24.0 VENDOR TAX DELINQUENCY: Vendors who have a delinquent Indiana tax liability may have their payments offset by the County. 25.0 PUBLIC RECORDS ACCESS: It is the intention of the County to maintain an open and public process in the solicitation, submission, review, and approval of procurement activities. Bid/proposal openings are public unless otherwise specified. Records may be made available for public inspection prior to issuance of the notice of intent to award or the award of the contract. 26.0 PROPRIETARY INFORMATION: Any restrictions on the use of data contained within a request, must be clearly stated in the bid/proposal itself. Proprietary information submitted in response to a request will be handled in accordance with applicable State of Indiana procurement regulations and the Indiana public records law. Proprietary restrictions normally are not accepted. However, when accepted, it is the vendor's responsibility to defend the determination in the event of an appeal or litigation. Page 3 of 3 26.1 Data contained in a bid/proposal, all documentation 33.0 provided therein, and innovations developed as a result of the contracted commodities or services cannot be copyrighted or patented. All data, docu- mentation, and innovations become the property of the County. 26.2 Any material submitted by the vendor in response to this request that the vendor considers confidential and proprietary information and which qualifies as a trade secret, or material which can be kept confidential under the Indiana public records. Bid/proposal prices cannot be held confidential. 27.0 MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemi- 34.0 cal, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy with the invoice(s). 28.0 PROMOTIONAL ADVERTISING / NEWS RELEASES: Reference to or use of Gibson County Commission, any of its departments, agencies or other subunits, or any county or state official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the County. Release of broadcast a -mails pertaining to this procurement shall not be made without prior written authorization of the contracting agency. 29.0 HOLD HARMLESS: The contractor will indemnify and save harmless Gibson County and all of its officers, agents, and employees from all suits, actions, or claims of any character brought for or on account of any injuries or damages received by any persons or property resulting from the operations of the contractor, or of any of its contractors, in prosecuting work under this agreement. 30.0 FORCE MAJEURE: Neither party shall be in default by reason of any failure in performance of this Agreement in accordance with reasonable control and without fault or negligence on their part. Such causes may include, but are not restricted to, acts of nature or the public enemy, acts of the government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather, but in every case the failure to perform such must be beyond the reasonable control and without the fault or negligence of the party. 31.0 E-Verify Affidavit: The CONTRACTOR shall enroll in and verify the work eligibility status of all newly hired employees through the E-Verify program as defined in IC 22-5-1.7-3. The CONTRACTOR shall execute and return the attached Affidavit of Employment Verification with the bid package. The CONTRACTOR is not required to verify work eligibility status of all newly hired employees of the Contractor through the E-Verify program if the E-Verify program no longer exists. 32.0 Contractors Bid for Public Work — Form 96: The CONTRACTOR shall execute and return the attached Contractors Bid for Public Work - Form 96 with the bid package. Bid Bond: Bidder shall file a certified check or Bid Bond with each Bid Proposal, in an amount equal to ten (10) percent of the total bid amount, made payable to Gibson County. The check or bond will be held by Gibson County as evidence that the bidder will, if awarded the contract, enter into the contract with the owner within ten (10) consecutive calendar days from the acceptance of the Bid Proposal. Failure to enter into the contract will be cause for forfeiture of the sum of the check or bond. All Bid Bonds and certified checks of unsuccessful bidder will be returned by the Owner upon selection of the successful Bidder. The certified check or Bid Bond of the successful bidder shall be held until deliver of the NTP, Performance Bond and Payment Bond. Performance Bond: A Performance Bond with good and sufficient surety, acceptable to the Owner and Engineer, shall be required of the successful Bidder in an amount equal to at least one hundred percent (100%) of the Contract Price, conditioned upon the faithful performance of the Agreement. 35.0 Payment Bond: A Payment Bond, approved by the Owner and Engineer, and for the benefit the Owner, in an amount equal to one hundred percent (100%) of the Contract Price will be binding on the Contractor, the subcontractor, and their successors and assigns for the payment of all indebtedness to a person for labor and services performed, material furnished, or services rendered. The Payment Bond must state that it is for the benefit of the subcontractors, laborers, material suppliers, and those performing the services. The surety of the Payment Bond may not be released until one (1) year after the Owner's final settlement with the Contractor. Supplemental Standard Terms and Conditions For Procurements for Services 1.0 ACCEPTANCE OF BID/PROPOSAL CONTENT: The contents of the bid/proposal of the successful contractor will become contractual obligations if procurement action ensues. 2.0 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION: By signing this bid/proposal, the bidder/proposer certifies, and in the case of a joint bid/proposal, each party thereto certifies as to its own organization, that in connection with this procurement: 2.1 The prices in this bid/proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder/proposer or with any competitor; 2.2 Unless otherwise required by law, the prices which have been quoted in this bid/proposal have not been knowingly disclosed by the bidder/proposer and will not knowingly be disclosed by the bidder/proposer prior to opening in the case of an advertised procurement or prior to award in the case of a negotiated procurement, directly or indirectly to any other bidder/proposer or to any competitor; and 2.3 No attempt has been made or will be made by the bidder/proposer to induce any other person or firm to submit or not to submit a bid/proposal for the purpose of restricting competition. 2.4 Each person signing this bid/proposal certifies that: He/she is the person in the bidder's/proposer's organization responsible within that organization for the decision as to the prices being offered herein and that he/she has not participated, and will not participate, in any action contrary to 2.1 through 2.3 above; (or) He/she is not the person in the bidder's/proposer's organization responsible within that organization for the decision as to the prices being offered herein, but that he/she has been authorized in writing to act as agent for the persons responsible for such decisions in certifying that such persons have not participated, and will not participate in any action contrary to 2.1 through 2.3 above, and as their agent does hereby so certify; and he/she has not participated, and will not participate, in any action contrary to 2.1 through 2.3 above. 3.0 RECORDKEEPING AND RECORD RETENTION: The contractor shall establish and maintain adequate records of all expenditures incurred under the contract. All records must be kept in accordance with generally accepted accounting procedures. All procedures must be in accordance with federal, state and local ordinances. The contracting agency shall have the right to audit, review, examine, copy, and transcribe any pertinent records, weight tickets, or documents relating to any contract resulting from this bid/proposal held by the contractor. The contractor will retain all documents applicable to the contract for a period of not less than three (3) years after final payment is made. RFB #GCPO-TIF26 SPECIAL CONDITIONS OF BID HMA OVERLAY OF COUNTY ROADS GIBSON COUNTY, INDIANA Proiect Overview: Gibson County intends to have 5 county roads overlain with varying thicknesses of Hot Mix Asphalt (HMA). The county roads that are planned to be milled/paved/shouldered/striped include the following roads: CR350E, CR550S, CR100E, CR650S and CR175E.. These projects include the HMA overlay and improvement of the existing surface from pavement, chip and seal, or in some cases gravel with varying thicknesses and widths of HMA with the intent of providing a smoother, stronger, and safer flexible pavement section for the public to travel. All millings from transitions and scarification will be hauled to the defined locations by the contractor. The shoulder stone will be used to transition the new HMA overlay surface to existing ground elevation by the contractor. See the attached map and the Specifications Scope of Work. A. Contract and Contract Term: The results of this bid process will result in a contract between the selected vendor and Gibson County. The contract will be a one-time agreement for the period of April 21, 2026 through October 16, 2026. This contract will be initiated through issuance of agency Notice to Proceed (NTP) document and will include all of the terms and conditions listed and attached to this bid document, as well as any other terms necessary to clarify the contract requirements and as deemed to be in the best interests of the County. Your signed bid response will be your offer to provide the required services and our NTP document and attachments will be our acceptance of your offer. Initiation of services upon receipt of the NTP will be deemed as your finn's acceptance of this agreement and of any contractual clarifications attached to or referenced by the PO. B. Bidder Oualifications: Bidders must provide a point by point response to the items listed in the next section of this bid document, and must submit a complete Statement of Bidder's Qualifications document. A bidder's failure to provide a point by point response to the Statement of Bidder's Qualifications or to supply the required and completed documents or a bidder's failure to supply references which support their firm's ability to meet the requirements of this bid, are all grounds for elimination of their bid from further consideration. The County's determination that the bidder lacks adequate experience or resources necessary for the satisfactory completion of the work shall constitute sufficient cause for disqualification as an eligible bidder. In addition, past performance on similar projects will be assessed and, if determined deficient by the County shall constitute sufficient cause for disqualification as an eligible bidder. Bidders shall submit a list of at least 3 references with contact names and phone numbers and completed projects of a similar nature. C. Pre -Bid Vendor Meeting & Site Inspection: Each bidder is responsible for their own site inspection of each road included in the bid, but can schedule a meeting upon request. A mandatory pre -bid meeting will be held at 9:00 a.m. CDST, on Tuesday April 7, 2026 at the Gibson County Highway Garage located at 1791 E. 350S in Princeton, Indiana. Any vendor questions that may arise after your site visits must be submitted in writing to Matthew L. Holden, P.E. (email preferred) mholden'agibsoncounty-in.gov by close of business, Monday, April 13th, 2026. Written answers and any changes to this bid document will then be included in a bid addendum sent to all meeting attendees by close of business, Thursday, April 16th, 2026. D. Specifications: The specifications for this project are those indicated in the attached Specifications Scope of Work document. It is the bidder's responsibility to inspect the roads at the locations noted above. These are the minimum acceptable specifications for the services which this bid requires to be performed. The requirements as listed in this document will be the basis of any contract initiated as a result of this solicitation. By signing the Request for Bid form, you are committing your firm to provide the services listed in these document, at the prices included on your Bid Price Sheet, in compliance with the specifications and all the terms and conditions listed and attached to this bid document. E. Method of Bid: Bidders must submit their bid prices on the attached Bid Price Sheet and show the Total Bid Amount. Alternate proposals will not be accepted or considered. Bidders must meet the minimum standards described by State and Federal Transportation Regulations. Bidders must also include their point by point responses to the requirements listed in the Bidder's Certifications section below and include vendor information forms. No partial bids will be accepted. All bidders must indicate on the outside of their response the bid number, date and time of bid opening, and in large letters "SEALED BID ENCLOSED". Bidders are directed to use the attached Bid Checklist as a tool to help them submit a complete bid package. Faxed bid responses will NOT be allowed. For purposes of correspondence the selected Contractor may use the following information: Date Agency fax number (812-385-3428) Agency name (Gibson County Highway Department) Agency contact person and telephone number (Matthew L. Holden, P.E. 812-385-4887) Contractor's fax number (if available) Contractor's name Contractor's contact person and telephone number Number of pages (including cover) being transmitted All faxed correspondence will be signed. Each page will be initialed and numbered "page 1 of 5, page 2 of 5," etc. Bids must be submitted by Tuesday, April 21, 2026 at 4:00 PM CDT to the following address: UPS, FedEx, or US Mail C O: Gibson County, Attention: Mr. Mike Watkins Gibson County Auditor Gibson County Court House 101 North Main St. Princeton, Indiana 47670 Receipt of a bid by the US mail system does not constitute receipt of a bid by this Office, for purposes of this RFB. All bidders are responsible for the delivery of their bid package to the Auditor's office prior to the stated time. Late bids and unsigned bids will be reiected. F. Method of Award: Award will be made to the responsive and responsible bidder judged as being qualified to provide the needed services and who has submitted the lowest Total Bid Amount for all Projects combined based on the prices submitted on the Bid Price Sheet for each of the aforementioned roads. If the low bid submitted does not meet the required Bidder Qualifications, it will be rejected and the submission of the next lowest bidder will then be reviewed for compliance with Bidder Qualifications. This process will be repeated as necessary until a qualified responsive and responsible low bidder is determined. Alternate proposals will not be considered. The County reserves the right to accept or reject any road or segment of any road project. G. Bid Opening: There will be a public bid opening on Tuesday, April 21, 2026 at 4:45 PM (CDT) at the Gibson County Commissioner's Office, Southwest Annex, 107 S. Hart St., Princeton, IN 47670 H. How to get on the County's Bidders List: Vendors are directed to contact the County Engineer 812- 385-4887 RFB # GCPO-TIF26 SPECIFICATIONS/SCOPE OF WORK PAVEMENT OVERLAY GIBSON COUNTY, INDIANA This scope of work sets forth the requirements for performing the pavement overlay of the following roads: located in Gibson County, Indiana. I. INTRODUCTION The Scope of Work includes the following: 1. Surveying and stationing of the roads for the staking of the various design pavement sections including overlays and widening's. 2. Contact IUPPS to locate all utilities, where necessary, for marking in the field, prior to beginning the work. 3. Supply and install all temporary traffic control, flagman, and traffic signs necessary to control traffic and to provide for safe working and traffic flow conditions. 4. The milling of all transitions and tie-ins to existing pavement sections. 5. The complete preparation of the road surface prior to HMA paving operations. 6. The hauling and disposal of all millings, rock, and dirt from road shoulders and ditches to the disposal site location or the Gibson County Highway Garage. 7. Erosion control measures shall be implemented to prevent soil loss from the sites including any lay down or parking areas. 8. Disturbed areas shall be graded, seeded, fertilized, and mulched to promote vegetation, if they are disturbed during the construction. 9. Wedging, patching, and removal of unsuitable soils, shoulders, or broken pavement if encountered, shall be completed and inspected prior to beginning paving of each road. The contractor shall notify the owner's representative so that the subgrade can be inspected by the owner's representative prior to paving. 10. Supply and install a tack coat to bond the subgrade to the HMA overlay. 11. Supply and uniformly install various thicknesses of HMA according to the design illustrated in the following sections. 12. The tapering or blending to grade of finished road surface with like material to all driveways on each road whether gravel or asphalt shall be considered incidental to the Work. Concrete drives shall be tapered or blended with asphalt. 13. Provide all equipment, labor, and material crushed stone shoulder to transition HMA surface to existing grade. 14. Perform striping as required. Striping to be paint with glass beads for reflectivity. Layout of centerlines prior to painting is required to ensure placement. 15. Replace traffic signal and associated pavement sensors, including all electrical work to make the traffic signal operational. II. SPECIFIED TASKS A. QUALITY ASSURANCE PLAN A Quality Assurance Quality Control Plan shall be developed and submitted by the successful bidder for this project. It shall include: traffic control plans, mix designs of each type of HMA to applied, gradation of aggregates, oils, tack coats, methods of dust, erosion control, temporary signage, striping, sequencing of events, and a schedule. The plan shall be submitted to the County within 7 days prior to the beginning day of the contract and shall be approved by the County prior to performing any work described in the contract. 1. The contractor shall be named as receiving agent for all billing associated with testing, engineering, surveying, inspection, demolition, asphalt, tack coat, traffic control, signalization, milling, hauling, disposal, and all other invoices associated with the operation, unless an alternate proposal is agreed upon by both the County and the Contractor prior to award. 2. The contractor shall respond as soon as possible to all emergencies associated with the Work. In no case shall the response be more than 12 hours after a call from the County, unless prior County approval has been obtained. The property shall be repaired and returned to a compliant condition as soon as possible. The County Engineer shall be notified if a problem cannot be repaired within 24 hours from the original emergency. 3. The contractor shall be responsible for maintaining compliance with all permits, all repairs, traffic control, and pavement maintenance required to keep the project operating safely and efficiently with a minimum of non- operational time, in accordance with the requirements. B MAINTENANCE I. All damage to existing roads, driveways, signs, mailboxes, and other appurtenances shall be repaired as necessary to their original condition. Significant erosion, or damage to existing roads and appurtenances shall be brought to the attention of the County Engineer. 2. The contractor shall control traffic using barriers, signs, flags and caution tape, including pedestrian traffic, around the project area to provide public safety throughout the operations. The contractor shall coordinate with and shall pay all charges for any deficiencies found to be present during construction. 3. To minimize damage to the pavement and roadside ditches, and vegetation, the use of wheeled or track vehicles on the finished surface shall be limited to the greatest extent possible. 4. Any sedimentation shall be dredged (if necessary) to maintain adequate protection of the road side ditches, storm sewers, utilities, adjacent properties, parking lots, driveways, railroad tracks and right of way, and farm field roads. 5. It shall be the contractor's sole responsibility to protect the work and the adjacent properties from damage. If damage is caused by the contractor to adjacent structures, utilities, parking lots, driveways, signs, or railroad property, it shall be the bidder's responsibility to repair these at his or her own expense. The County shall not be held responsible for damages caused to existing structures, roads, driveways, mailboxes, or utilities. III. SCHEDULE A. The schedule will be to start the work April 27, 202(, and be completed by -mober 16 20") .. Once Notice to Proceed is given to the contractor, the work shall proceed forthwith, without delay, and shall be completed as expeditiously possible. B. A final report, truck scale tickets, and an invoice will be submitted to the GCHD within 7 days of the end of each project. An invoice for the services performed and costs incurred for each project shall accompany the report. The report shall include a release and lien waivers along with a brief summary of conditions of the roads including, but not limited to, general weather conditions, problems to address, and the resolution of problems encountered during the project. The following specific information shall be included, using forms provided by the County Engineer: 1. A description of all maintenance and repair activities performed. 2. A list of all utilities notified for location and marking. 3. Information as to the status of all utilities present. 4. Information on the disposal site of all materials removed from the job, including copies of weight tickets and manifests, if required, on all loads. 5. Summary of all field -monitoring records such as: daily field production logs, plant weight tickets, plant mix tickets. The format of this final report shall be approved by the County Engineer. C. The County Engineer shall be notified by telephone of any unusual or emergency conditions. This includes any delays, breakdown of major pieces of equipment, major repair needs, drainage concerns, vandalism, significant changes in scope of work, groundwater issues, or soft subgrade if present, storm sewer, sanitary sewer or ditch drainage issues, electric lines, gas lines, water lines, cable, phone lines, fiber optic lines, etc. Notification shall occur as soon as practicable during or following the day's work. The County must give written permission before any "out -of -scope" expenditures can be incurred. D. Two copies of the final report will be submitted by October 30 20� summarizing the work including project summary costs and maintenance work to be performed. The format of the report shall be approved by the County Engineer. IV. COUNTY'S RESPONSIBILITIES The County, through their Engineer, agrees to provide the following support: A. The County shall assign a project manager to serve as an official representative of the County who shall resolve in writing any problems of policy and procedure issues and shall provide information on the site. B. The County shall provide personnel to conduct on -site inspections with the contractor, if required for the purposes of bid preparation. C. The County shall be responsible for all public information activities associated with the project. D. The County shall provide the contractor with any coring information, if the County chooses to have the road cored before beginning the work. E. The County shall assist with communication with railroad encroachment. V. REIMBURSEMENT REQUESTS Reimbursement requests shall follow the format of the bid price sheet with the line items of the invoice using the same line items from the bid price sheet. Progress reports shall be submitted with each reimbursement request that details the accomplishments for the time period of the request and can be included in the monthly County Commissioner meetings. VI. CONTRACTOR EVALUATION At the completion of the contract, the County may conduct a contractor evaluation. The following criteria would be evaluated: A. Ability to meet the project schedules and budgets. B. Accuracy and completeness of contract documents based on contract specifications. C. Responsiveness to field observations and recommendations by the County Engineer. D. Overall professional responsibilities demonstrated. E. Satisfactory administration of contract billing, bid preparation, and performance documentation as evidenced by timeliness and completeness. F. Traffic control, safety, and maintenance of traffic. TIF ESTIMATE 1 RFB # GCPO-TIF26 HMA OVERLAY OF CR350E (EST. 29730 FT) FROM SR168 TO Dead End GIBSON COUNTY, INDIANA ITEM Description (Planned Section Width 25 ft., 3 in. Thick) Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 1 EA $5,600.00 $5,600.00 2 Milling Transitions and tie-ins to existing pavement 43 EA $265.00 $11,395.00 3 Scarify road, 1/2" 84153 SYS $0.60 $50,491.80 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 6943 Tons $77.00 $534,611.00 5 HMA Surface, Type B, 12.5 mm, 165 lb/sq. yd. 6943 Tons $77.00 $534,611.00 6 Tack Coat 8415 Gal. $2.51 $21,121.65 7 #53 Shoulder Stone 1494 TN $57.50 $85,905.00 8 Striping 118920 LF 1 $0.201 $23,784.00 BID SUB -TOTAL $1,267,519.45 Approaches: CR600S, CR550S, CR450S, CR650S, CR250S, CR175S Haul millings to CR675E/CR475S TIF ESTIMATE 2 RFB # GCPO-TIF26 HMA OVERLAY OF CR550S (EST. 3750 FT) FROM CR100E TO CR25E GIBSON COUNTY, INDIANA ITEM Description (Planned Section Width 22 ft., 3 in. Thick) Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 1 EA $5,600.00 $5,600.00 2 Milling Transitions and tie-ins to existing pavement 8 EA $265.00 $2,120.00 3 Scarify road, 1/2" 9673 SYS $0.60 $5,803.80 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 798 Tons $77.00 $61,446.00 5 HMA Surface, Type B, 12.5 mm, 220 lb/sq. yd. 798 Tons $77.00 $61,446.00 6 Tack Coat 967 Gal. $2.51 $2,427.17 7 #53 Shoulder Stone 188 TN $57.50 $10,810.00 8 Striping 15000 LF 1 $0.201 $3,000.00 BID SUB -TOTAL $152,652.97 Approaches: Haul millings to CR675E/CR475S TIF ESTIMATE 3 RFB # GCPO-TIF26 HMA OVERLAY OF CR100E (EST. 4045 FT) FROM CR525S to CR600S GIBSON COUNTY, INDIANA ITEM Description (Planned Section Width 19 ft., 3 in. Thick) Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 1 EA $5,600.00 $5,600.00 2 1 Milling Transitions and tie-ins to existing pavement 6 EA $265.00 $1,590.00 3 Scarify road, 1/2" 8915 SYS $0.60 $5,349.00 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 736 Tons $77.00 $56,672.00 5 HMA Surface, Type B, 12.5 mm, 165 lb/sq. yd. 736 Tons $77.00 $56,672.00 6 Tack Coat 892 Gal. $2.51 $2,238.92 7 #53 Shoulder Stone 203 TN $57.50 $11,672.50 8 Striping 16180 LF 0.20 $3,236.00 H BID SUB -TOTAL $143,030.42 Approaches: Haul millings to CR675E/CR475S TIF ESTIMATE 4 RFB # GCPO-TIF26 HMA OVERLAY OF CR650S (EST. 9230 FT) FROM US41 TO CR175E GIBSON COUNTY, INDIANA ITEM Description (Planned Section Width 20 ft., 3 in. Thick) Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 1 EA $5,600.00 $5,600.00 2 Milling Transitions and tie-ins to existing pavement 2 EA $265.00 $530.00 3 Scarify road, 1/2" 20827 SYS $0.60 $12,496.20 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 1718 Tons $77.00 $132,286.00 5 HMA Surface, Type B, 12.5 mm, 220 lb/sq. yd. 1718 Tons $77.00 $132,286.00 6 Tack Coat 2083 Gal. $2.51 $5,228.33 7 #53 Shoulder Stone 464 TN $57.50 $26,680.00 8 Striping 36920 LF $0.20 $7,384.00 BID SUB -TOTAL $322,490.53 Approaches: Haul millings to CR675E/CR475S TIF ESTIMATE 5 RFB # GCPO-TIF26 HMA OVERLAY OF CR175E (EST. 10590 FT) FROM CR350S TO CR150S GIBSON COUNTY, INDIANA ITEM Description (Planned Section Width 20 ft., 3 in. Thick) Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 1 EA $5,600.00 $5,600.00 2 Milling Transitions and tie-ins to existing pavement 6 EA $265.00 $1,590.00 3 Scarify road, 1/2" 23849 SYS $0.60 $14,309.40 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 1968 Tons $77.00 $151,536.00 5 HMA Surface, Type B, 12.5 mm, 220 lb/sq. yd. 1968 Tons $77.00 $151,536.00 6 Tack Coat 2385 Gal. $2.51 $5,986.35 7 #53 Shoulder Stone 532 TN $57.50 $30,590.00 8 Striping 42360 LF �_$0.201$8,472.00 BID SUB -TOTAL $369,619.75 Approaches: Haul millings to CR675E/CR475S ESTIMATE SUMMARY RFB # GCPO-TIF26 GIBSON COUNTY, INDIANA ITEM Description Quantity Units Unit Price Extended Cost 1 Mobilization / Demobilization 5 EA $5,600.00 $28,000.00 2 Milling Transitions and tie-ins to existing pavement 65 EA $265.00 $17,225.00 3 Scarify road, 1/2" 147417 SYS $0.60 $88,450.20 4 HMA Intermediate, Type B, 12.5, mm 165 lb/sq. yd. 12163 Tons $77.00 $936,551.00 5 HMA Surface, Type B, 12.5 mm, 165 lb/sq. yd. 12163 Tons $77.00 $936,551.00 6 Tack Coat 14742 Gal. $2.51 $37,002.42 7 #53 Shoulder Stone 2881 TN $57.50 $165,657.50 8 Striping 229380 LF $0.20 $45,876.00 H BID TOTAL $2,255,313.12 Gibson County Bid / Proposal # GCPO-TIF26 Commodity / Service PAVING HOT MIX ASPHALT VENDOR INFORMATION 1. BIDDING / PROPOSING COMPANY NAME E & B Paving LLC FEIN 35-1139301 Phone (812) 475-1363 Toll Free Phone ( ) FAX ( ) N/A E-Mail Address brian.schaeffer@ebpaving.com Address 10900 Telephone Road City State IN Zip + 4 47610 Chandler 2. Name the person to contact for questions concerning this bid / proposal. Name Brian Schaeffer Title Area Manager Phone (812 ) 475-1363 Toll Free Phone ( ) FAX ( ) E-Mail Address N/A brian.schaeffer@ebpaving.com Address 10900 Telephone Road City Chandler State IN Zip + 4 47610 3. Any vendor awarded over $25,000 on this contract must submit affirmative action information to the department. Please name the Personnel / Human Resource and Development or other person responsible for affirmative action in the company to contact about this plan. Name Nate Press Title HR / EEO Officer Phone ( 765 ) 643-5358 Toll Free Phone ( ) FAX ( ) N/A E-Mail Address nate.press@ebpaving.com Address 10500 Kincaid Drive City Fishers State IN Zip + 4 46037 4. Mailing address to which purchase orders are mailed and person the department may contact concerning orders and billings. Name Brian Schaeffer Title Area Manager Phone b12 ) 475-1363 Toll Free Phone ( ) FAX ( ) N/A E-Mail Address brian.schaeffer@ebpaving.com Address 10900 Telephone Road City Chandler State IN Zip + 4 47610 5. CEO / President Name Larry Canterbury This document can be made available in accessible formats to qualified individuals with disabilities GIBSON COUNTY, INDIANA FOR VENDOR: E & B Paving, LLC Bid / Proposal tl GCPO-TIF26 GIBSON COUNTY HMA OVERLAY VENDOR REFERENCE Provide company name, address, contact person, telephone number, and appropriate information on the product(s) and/or service(s) provided by your firm for four (4) or more projects with requirements similar to those included in this solicitation document. If vendor is proposing any arrangement involving a third party, the named references should also be involved in a similar arrangement. Company Name City of Evansville Address (include Zip + 4) Civic Center Complex, 1 NW MLK Jr Blvd, Evansville, IN 47708 Contact Person Brian S. Mundy Product(s) and/or Service(s) Used Company Name City of Princeton Phone No. Asphalt paving upon city streets Address (include Zip + 41 P.O. Box 15, Princeton, IN 47670 Contact Person Clinton Smith 812-436-4926 Phone No. 812-386-1333 Product(s) and/or Service(s) Used Asphalt paving upon city streets Company Name Posey County Highway Department Address (include Zip + 4) 1203 O'Donnell Road, Mt. Vernon, IN 47620 Contact Person Steve Schenk Product(s) and/or Service(s) Used Phone No Asphalt paving upon county streets Company Name Town of Ft Branch Address (include Zip + 4) 801 E Mulberry Street, Ft Branch, IN 47648 Contact Person Jim Kiesel Phone No. 812-632-1789 Product(s) and/or Service(s) Used Asphalt paving upon city streets This document can be made available in accessible formats to qualified individuals with disabilities. RFB #GCPO-TIF26 STATEMENT OF BIDDER'S QUALIFICATIONS GIBSON COUNTY HMA OVERLAY OF VARIOUS COUNTY ROADS REQUIREMENTS A. This Statement of Bidder's Qualifications shall be completed and returned with the bid. B. The Statement of Bidder's Qualifications shall be used to determine the bidder's ability to perform the work as specified in these bid documents and the accompanying permit conditions. C. All questions shall be answered and the data given shall be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. D. The successful bidder shall have a minimum of S years of experience in heavy highway paving, hauling, milling and disposal of materials. The successful bidder shall also have experience in general grading, drainage, traffic control, utilities relocation, shoulders, striping, and common erosion control practices. E. The bidder shall include resumes of key personnel to be used for the work and the reporting requirements. The bidder shall list the name of the laboratory proposed for use in the quality control work that may be required by the County. F. The bidder shall list any other capabilities that may be useful in conducting the work. STATEMENTS Name of Bidder E & B Paving, LLC Permanent main office address 10900 Telephone Road Chandler, IN 47610 If a corporation, where is it incorporated'? Indiana D. Name of any affiliated business and the location of the bidder's proposed contact person and the names of the proposed personnel that would be conducting on -site inspections, emergency responses, surveying, utility locates, and quality control for this project. Chase Holzmeyer, Estimator Brian Schaeffer, Area Manager Brandon McDowell, Superintendent E. Do you have background experience in working with potential utilities that could be encountered through the course of the work? Do you have the necessary equipment and trained personnel? Describe this experience. Yes, annual training on policies and procedures. Do you have a health and safety program to adequately educate and protect your personnel to working in a hazardous environment in accordance with the requirements specified in OSHA 29 CFR 1910.120(b)(4)? If not, briefly describe your health & safety program. Yes G. Certification of Health and Safety training, including the date of the most recent training, for all personnel that would conduct the operations and maintenance for the field activities shall be submitted by the successful bidder prior to the start of field activities. Do all designated personnel meet current safety training requirements? Most Recent: March 10, 2026 H. Do you have experience in working with the proposed HMA proposed mixes? Do you have experience in hauling of these materials? Please list the name and location of the asphalt plant from where you are planning to haul your material. Is the plant an INDOT approved plant'? Yes - experience in working with the Proposed HMA Mixes. Yes - Experience in hauling of these materials Plant Location: 10900 Telephone Road, Chandler, In 47610 Plant is INDOT approved. 1. Do you own your own pavement milling machines? If not, what is the name of the company that you propose to use for milling? Please list the relevant experience. Minor Milling Paveing joints to be done with E&B Equipment - Skid Steer Major Milling to be performed by an INDOT approved conractor. E-Verify ANidavit Pursuant to Indiana Code 22-5-1.7-11, the Contractor entering into a contract with the County is required to enroll in and verify the work eligibility status of all Its newly hired employees through the E-Verify program. The Contractor is not required to verify the work eligibility status of all its newly hired employees through the E•Verify program If the E-Verify program no longer exists. The undersigned, on behalf of the Contractor, being first duly sworn, deposes and states that the Contractor does not knowingly employ an unauthorized alien. The undersigned further affirms that, prior to entering into its contract with the County, the and h9dlTbntfactor will enroll in and agrees to verify the work eligibility status of all its newly hi�o tffKgjgh the E-Verify program. +� QQ-; E & B Paving, LLC m , �•': (Contractor): _ Cdi !' _ ByZZ (Printed Name): Brian Sc ffer''�,,��i''''••••••••''•\\`\�����` (Title): Area Manager Important - Notary Signature and Seal Required in the Space Below STATE OF IN COUNTY Warrick OF SS: Subscribed and sworn to before me this21 Sday of April 20 26 SEAL fi Stephanie Lottes, Notary My commission expires: 2/3/34 Residing in Spencer County, IN QQ OTTES State _ Seal NumberState of NP0768465 ebruary 03, 2034 CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96 State Form 52414 (R5 / 01-26) / Form 96 (Revised 2026) Prescribed by State Board of Accounts PART (To be completed for all bids. Please type or print) Date (month, day, year): April 21, 2026 1. Governmental Unit (Owner): Auditor 2. county: Gibson 3. Bidder (Firm): E&B Paving LLC Address: 10500 Kincaid Drive City/State/ZIP code: Fishers, IN 46037 4. Telephone Number: 812-475-1363 5. Agent of Bidder (if applicable). - E RESET FORM Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete the public works project of GCPO-TIF26 Hot Mix Asphalt "HMA" paving and marking of various roads (Governmental Unit) in accordance with plans and specifications prepared by and dated for the sum of Two Million Two Hundred i y- ive ous n Three Hundred Thirteen Dollars and Twelve Cents 2,255,313.12 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. 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 Chandler .t_C%., Q: v m Q` C6 '• C. STATE OF IN COUNTY OF WARRICK N this 21 st E & B Pavinq, LLC day of April, 2026 (Name of Organization) By Brian Schaeffer, Area Ma f_. ) ss ACKNOWLEDGEMENT of Person Signing) Before me, a Notary Public, personally appeared the above -named Brian Schaeffer and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this 21 St day of April, 2026 Notary Public My Commission Expires: 2/3/34 County of Residence: Spencer STEPFIANIE LOTTES Notary Public • Seal Stephanie Lottes State of Indiana Commission Number NP076546S [my Commission Expires February 03, 2034 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 (1.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 $300,000 or more- IC 36-1-12-4) Governmental Unit: Auditor -------------------------------------- --- -------------------------------------------------------------------------- Bidder (Firm) E & B Paving, LLC Date (month, day, year): 4/2 1 /26 These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION A: EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner $92,631,550 Road Reconstruction 2025 R-41841 1-65 ATL $156,688,000 Road Reconstruction 2025 1-65 Best Value $71,197,000 Road Reconstruction 2020 R-37383 1-65 $20,540,0 )0 Road Reconstruction 2024 KYTC 1-65 20-1028 2. What public works projects are now in process of construction by your organization? 3 Contract Amount Class of Work Expected Completion Date Name and Address of Owner $201,000,000 Road Reconstruction 2026 R-38526 1-465 & 1-69 $75,000,000 Road Reconstruction 2027 R-43518 Clear Path $31,000,000 Road Reconstruction 2028 R-45432 SR32 $47,350,000 Road Reconstruction 2028 R-44969 1-70 Have you ever failed to complete any work awarded to you? NO 4. List references from private firms for which you have performed work. Deaconess, Evansville, IN Toyota TMMI, Princeton, IN BMB Inc, Evansville, IN CRG Residential, Carmel, IN If so, where and why? SECTION B: PLAN AND EQUIPMENT QUESTIONNAIRE 1. 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 and Specifications 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. See attached 3. 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. Elite Line Striping - Striping 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. We will provide all necessary equipment to construct the project per plans & specifications 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 C: CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to 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 D: 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 E: 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 Chandler, IN this 21 St day of April, 2026 E & B Paving, LLC (Name of Organization) By Brian Schaeffer, Area M n er ��\ �G • ' �/� (Title of Per on Signing) = ca i C;5 -✓ //llllll ACKNOWLEDGEMENT STATE OF IN COUNTY OF WARRICK j ss Before me, a Notary Public, personally appeared the above -named Brian Schaeffer and swore that the statements contained in the foregoing document are true and correct. Subscribed and sworn to before me this 21 St day of April, 2026 Stephanie Lotte_s Notary Public My Commission Expires: 2/3/34 STEPHANIE LOTTES County of Residence: Spencer Notary Public Seal State of Indiana Commission Number NP0768465 I'my Commission Expires February 03, 2034 V C) N N N cr- E O LL M N N w ,I - IT N LO O LL N U) O tf (0 a '0 o � U � N � C O � Q U O LL U J C) -0 o � Z a Y � m 0 06 L LLJ O W O of d U) Y O U_ J m LL O N O N N U Q E&B PAVING uc 18) Form 96 Section II Plan and Equipment Questionnaire 2. Hummel Electric, 2505 MJM Industrial Drive, Evansville, IN 47715 Electrical Roadsafe Traffic Systems, Inc., 3122 Olympia Drive, Indianapolis, IN 46217 Striping / Signage Cripe Architects & Engineers, 3939 Priority Way South Drive, Suite 400 Indianapolis, IN 46240 Construction Engineering Blankenberger Bros., Inc., 11700 Water Tank Road, Cynthiana, IN 47612 Dirtwork / Pipework Earth Images, P.O. Box 16, Floyds Knobs, IN 47119 Seeding / Sodding / Erosion Control Mid -America Milling, 6200 E Highway 62, Suite 400, Jeffersonville, IN 47130 Asphalt Milling JBI Construction Inc., 10335 Hedden Road, Evansville, IN 47725 Concrete AN EQUAL OPPORTUNITY EMPLOYER .. ................ ............. .................... .... ..................... ............ 10900 Telephone Road, Chandler, IN 47610 PM)NE 812-475-1368 Standard Questionnaires and Financial Statement for Bidders Prescribed by THE STATE BOARD OF ACCOUNTS OF INDIANA For use in investigating and determin og 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 Gibson County Auditor By E & B Paving, LLC Address 286 W. 300 N. Anderson, IN 46012 April 21, 2026 Date Submitted; Filed General Form No 96 a Prescribed by the State BUM of Accounts of Indiana Revised 1949 X A Corporation A Co -partnership An Individual Page intentionally left blank 8 Foi whal corporations or individuals havr` you perforned work and 10 whom do you refcr� Force Construction Wilhelm Constnlchon Beazer Communities LGC Corporation United Parcel Service Indiana University Pulte Homes Gradex. Inc Rieth Riley Lennar 9 For what cities have you performed work and to whorn do you refer? Anderson Muncic Huntington Carmel Pendleton Fishers Noblesville Ft. Wayne Washington Clarksville Yorktown Kokomo Rochester Greenfield Culver Bremen Vincennes Plainfield Jeffersonville Indianapolis Bloomington Evansville Freernont Bluffton Angola 10 For what counties have you poriorrned work and to whom do you refer? Madison Co, Delaware Co. Clark Co. LaGrange Co. Martin Co. Monroe Co. Howard Co. Gibson Co. Noble Co. Allen Co. Warrick Co. Steuben Co. Huntington Co. Henry Co. Owen Co. Hamilton Co. Harrison Co. Knox Co. 11 For what Slate Bureaus of Departments have you periormed work and lu whorn do you refer INDOT Greenfield District INDOT Seymour District INDOT Crawfordsville District INDOT Ft. Wayne District INDOT LaPorte District INDOT Vincennes District 12 Have you ever preformed any work for the U S Governmenl? Yeb If so, when and to whom do you refer? IN Dept of Transportation Hamilton County Indianapolis International Airporl Kentucky Transportation Cabinet Allen County Grissom Air Reserve Base Ohio Dept of Transportation Noble County Howard County Vanderburgh County Huntington County Gibson County Delaware County Airport Madison County Monroe County 13 What is the construclion experience of the principal individuals of your organirahon,) Individual's Nan1e Larry Canterbury Prusenl Position or Office President Years of construction experience 24 Magnilude and 1 ype of Work Admin & Mgmt In what capacity Rod Middaugh Gen. Super. 37 Constr & Supeiv John Eller Vice Pres 49 Admin & Mgrnt Tony Evans Vice Pres. 33 Admin & M ml Greg Bridges Safety 16 Safety Mgrnt 5 6 Do you wiend to do Uie grading on the prapusul work with ybur t n forces? If so, give type of equprnent to be umed? If you intend to sublet the grading or perform it through an agent, state arnount i,f sub•contlacl or agents's contract and if known, the narne and address of subcontractor or agent, amount and type of his equipment and financal responsibility 8 Do you intend to sublet any other portrons of the work' It so, stale arnount of sub•umlrau. and, it known, the name and address of the subcontractor, amounl and type of his equipment and financial tespunsibil-ty 9 From which subcontractors or agents do you expect to require a bond? 10 What equipment do you own that is available for the proposed work? DESCRIPTION, SIZE, YEARS OF QUANTITY ITEM CAPACITY, ETC. CONDITION SERVICE PRESLNT LOCAI ION Contractor's Financial Statement Submitted by: E & B Paving, LLC with priciple office at: 10500 Kincaid Or, Fishers IN 46037 To: Condition at close of business. January 31, 2026 ASSETS X - A Corporation A Co -partnership An Individual Dollars 1 Cash: (a) on hand $ _-D- (b) in bank _XX_ 19 Elsewhere $ _ 0 _ 281 2. Notes receivable (a) Due within 90 days (b) Due after 90 days (c) Past due Accounts receivable from completed contracts, encluslve of claims not approved for paymen 4. Sums earned on uncompleted contracts as shown by engineer's or architect's estimatr (a) Amount receivable after deducting retainage (b) Retainage to date, due upon completion of contracts 10,721,187 42,884,750 13,954,701 (476,974) 5. Accounts receivable from sources other than construction contracts. 6. Deposits for bids or other guarantees: (a) Recoverable within 90 day: (b) Recoverable after 90 days 7. Interest accrued on loans, securities, etc 8. Real Estate: (a) Used for business purposes 7,197,362 (b) Not used for business purposes 9. stocks and bonds: (a) Usted -Present market value (b) Unlisted • present value F1Materials In stock 0 not included in Item #4 (a) For uncompleted contracts (present value; 18,992 62q _ _ (b) Other materials (present valuej 11 Equipment, book value 12 Furniture and fixtures, book value 13 Other a3sets 55,945,154 132,699 20,855,371 rotal Assets 170,207,255 LIABILTIES 1. Notes payable: (a) To banks regular (b) To banks for certified checks 472 443 (c) To others for equipment obligations (d) To others exclusive of equipment obligations 2. Accounts payable: (a) Not past due 15,049,361 (b) Past due 3. Real estate encumbrances 4. Other liabilities S. Reserves 50,660,331 6. Capital stock paid up: (a) Common 350,DD0 (b) Common (c) Preferred (d) Preferred 7. Surplus (net worth) 303,575,021 rotal Uabllttles 170,107,156 CONTINGENT UABIDTIFS 1, Uability on notes receivable, discounted or solc 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 Contingent Uabilities DETAILS RELATIVE TO ASSETS (Continued) 5* JACC-ClUnI5 receivable not born uonslluchon contracts 5 F FR00.! NAME & ADDW.6G iON V.HAT 1 -- -V, •1F.\ UUi AI.10UNT. Mat amount, if any, is pall due � 7 Interest accrued on loans, securities, etc 5 ON V,MA I 8 Real estate ( (a) Used Io1 business purposes Book Value [ (b) Not used for business purposes O BE PAID DhSIGNATION OF CONTRACT AND NAME AND rat 4-1 MEr:15 TOM Bi_)O,, N-PJ'1E LT 1'11 A01$1D11E cwa vi uF — VA. OF J a 6 7 ' Lisl sapariely each Item arnounlinU 10 10 per cent or more of Ifre total and comhine the lerT)amder DETAILS RELATIVE TO ASSETS Continued 12 FumillrrE an,j fixtures at book vidue ` 13 IOther assets TOTAL ASSETS S DETAILS RELATIVE TO LIABILITIES { (a) To banks. regular S 1 NOTFS PA-ABt E { (b) To banks for certified checks (( C) To others for equipment obligations { (d) To others exclusive of equipment obligations TO MOM NAME AND ADDRESS WHAT 5FCURITY WMEN DJE AMOUNT 2 (a) Not past due .. ........ ... S hCCOUNTS PAYABt E (b) Past due ........ ... ........ ... 5 70 WHOM. NAME AND ADDRESS FOR 'VMA7 DATE PAYABI E AMOUNT 3 Real estate encunmra-ims (See Ilerri E, Assets)......... c 4 1Other liabilities ., S DESCRIPT,OY AMOUNT 5 1" eserves s INTEREST ,ANCE BLDGNS 6 FIXT PLANT DFPR TAXES BAD DFF.T S � 6 Capital Stock paid up {(a) Common S ((b) Preferred S 7 Surplus S 13 The name of the partnership firm which the above partners are opelaling is Give names and titles of BII Pelson, hav nn authOnty 10 e.xucutr and Wrelpl estimate voucherF and to OnnduCI olt,er business for the partnership, (he 5lgnatutcs of whom are legally binding The undersigned he Iby declass Ihal lilt two go mg 1s a true el element of file hnanc W condtbon of the mdnnifusl coy1ar111e rshfp w co(polawn herein lint named, as of 11m dare herein fist given. Thai lI ns statement Is for the eeprecs pL "se of inducing the party to whom n is submnled Iu award the submnnet a cwu(act and that any depository vendar Of other agent y herein named is hefeby awho(rted to Supply such Patty with any Information to vent, this statement l Note A co-paiiwshnp must give I•Im nano. ana signatures Of a I partners �• A corpo(ahon mW g•VC fall Eolpnrate name s•gnaI ure. (11 off Ltd' ana al(,K rDrpala!e seal AlllOavll fur tryJlvKli.al STATE OF COUNTY OF BE 015 DULY SWORN Uf POSES AND SAYS THAT THE FOREGOVIG FINaNCInt bTAtEMEN1 TAKEN FROM it BOOKS -5 A TRUE AND ACCURA I STATEMENT OF H'S FINANCIAL CONDITION AS OF THE DATE IHFW Of AND MAT THE ANSWt RS 10 THE FOREGOING 11TE RROGAIDR•ES ARE THUE SUBSCRIBED AND SYWRrJ BEFORE N.F THIS DAY OF _ (Appl runt must sgn here) Nuary Pudic STATE OF _ COUNTY OF AIIdaYi I., CO-Pannefsn.p Est 1%0 UULI SW,Aitl LX1'USt-' AMID `11� Ir1A 111E IL A 111 MUEN tl1 11R 1 aIM De 111E 1 tiF 15 VAia LIAN IV III T1*F aV:ME 11 TILE 54 p F'A'p SMp1Y\C nS r n+.A1.CJ.t Cba:'"' IN- IKA7 IFF rVltr(3 '•N F eIA'K:IAL STATE MET TAKE N FftC`M T,* DO.)KS C* n.f SAID F•RM 15A TRUE AYJ AGCURA I E III It MEET OF 1,* FRJAN(.f A, r.ONTR1 AN of 111E SAW F.RPJ I OF THC DATE THEREOF A 4) T1tn1 111E —5 VIE R5 TODIL ICNEG Oa:G wit: FIROGATORIF 5 ARF TR..E SUBSCRIBED AND SWORN BEFORE NE THIS DAY OF (Merrtilel of f1•m must sign hc.c1 Nola,y Pub: c Affidavit fat Cmptnal10n STATE OF INDIANA COUNTY OF MADISON Safah hi Shutter BE 4G Cut bWORN Of POSI S A4D SA eS THAI t❑ 15 % C LEIABy Of FAw vlmnIII TIE CrORPORAT,O.N DESCRIBEDIN AND Wi CH E%ECU7(0 THE PORE IfONU 51ATI MENI IHAT HE IS FAA4l 'AR Will IHE BOOKS Of TIIE SA11) CORPORATION SHOWNG 1S FINANCIAL CONDITION 1`11M lift. FORFGOIN31144NCIAL STATEMENT TAKEN FROM Fill. BOOKS Of SAID CORFORAIION IS, A TRUE AND ACCURATE STATEMENT O- IHE FINANC.UIL CGNLI TION Uf I III SA101 IR/.'t, 0, I IIE OA TE Fill, RE.01 AND THAT It' IF AII.WERS 79 THE I OREGO NG INILRROGATOR ES ARE TRUE e 1 I 1 SUBSCRIBED AND Swogt, BEFORE IJF THIS 22no DAY UE J,:nc T • .�aY vp No'ayP h �n AMY8 WHfTESEL NOTARY SEAL ' COMMISSION NUMBER NP073VA3 MY COMMISSION EXPOMS MAR 6,20 INDIANA IRAN INVESTMENT CERTIFICATION The State of Indiana has enacted a law (I.C. 22-5-16.5) which requires all state agencies and political subdivisions request certification from its contractors that the contractor is not engaged in Investments activities in or with Iran as those terms are defined by Chapter 16.5. This certification serves as notice that all contractors doing business with the Gibson County - must, as a term of Its contract, certify that he/she/it does not engage in investments activities in or with Iran. Brian Schaeffer E & B Paving, LLC I, the duly authorized representative of {name of company), certify under penalty of perjury that E & B Paving, LLC(name of company) does not engage in investments activities In or with Iran as those terms are defined by 1 C. 5-22-16.5. E & B Paving, LLC Name of Company (Autho zed Represent ' e of Compa ) Brian Schaeffer, Area Manager f: 1 ;-111]k� KNOWN BY ALL PERSONS BY THESE PRESENTS THAT THE UNDERSIGNED: BIDDER: E & B Paving, LLC as principal, and SURETY: [Name] Continental Casualty Company [Address] 151 N. Franklin Street, Chicago, IL 60606 as Surety, are firmly bound unto Gibson County, Indiana in the full and just sum of an amount equal to TEN PERCENT of the amount of the Principal's bid, to the payment of which, well and truly to be made, we bind ourselves jointly and severally, and our joint and several heirs, executors, administrators and assigns, firmly by these presents THE CONDITIONS OF THE ABOVE OBLIGATIONS ARE SUCH THAT, whereas, the Principal is herewith submitting a bid and proposal for construction and completion of this contract in accordance with plans and specifications, which are made part of this bond; NOW, THEREFORE, if Gibson County shall award the Principal the contract and the Principal shall promptly, enter into contract with Gibson County, then this obligation shall be void; otherwise to remain in full force, virtue, and effect. IT IS AGREED that no modifications, omissions, or additions in or to the terms of such contract or in or to the plans or specifications therefore shall affect the obligation of such sureties on this bond IN WITNESS WHEREOF, we hereto set our hands and seals: GCPO-TIF26 Hot Mix Asphalt "HMA" Paving/Marking on Various County Roads - CR350E, CR550S, CR100E, CR650S, and CR175E < < BIDDER > > E & B Paving, LLC ( ignature) l Brian Schaeffer (Printed) Area Manager (Title) State of Indiana, County of Warrick , SS: Before me, the undersigned Notary Public, personally appeared; Brian Schaeffer As Principal and acknowledged the execution of the above bond on this 21st __Day of April .20 26 My commission Expires. - 3 - �-�) ------- (G666inty of Residence) ( tary Sign'Wye"iAna Commission Number NP0768465 < <SURETY > > rommission Expires February 03, 2034 (Bid Bond) Continental Casualty Company (Signature) Kathryn R. Postma (c(, °"sUAtr (Printed) - �OPP�TeAttorney-in-Fact (Title) sEAL 1897 State of Indiana, County of Hamilton _ ---,SS, Before me, the undersigned Notary Public, personally appeared; Surety Kathryn R. Postma As Pf-ineipaf and acknowledged the execution of the above bond on this 21st day of April 20 26 My commission Expires: May 4 Marion _ _ _ _ Q t! 6. Oca--" (County of Residence) y T (146tary Signature & Seal) Shayla E. O'Connor GCPO-TIF26 Hot Mix Asphalt'HMA' Paving Marking on Various County Roads - CR350E. CR550S. CR100E. CR650S, and CR175E M SHAYLA E. O'CONNOR Nota Public, State of Indiana ry Marion CountyCommission Number NP0763227 My Commission Expires 05/04/2033 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, Pcnnsyl%ania, 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 Brian T. Morton, Kathryn R. Postma, Larry J. Simons, Angela M. Riley, Andrew A. Lanphere, Sarah J. Smith -Hollers, Shayla E. O'Connor, Individually of Carmel. IN, their true and lawful Attomey(s)-in-Fact with fidl power and authority hereby conferred to sign. seal and execute for and on then behalf bond,. 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 Attomey is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed below, 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 15th day of January. 2026. �pAS, , 1NSUR oe Continental Casualty Company SAP t�E �Ne� �c National Fire hlsurance Company of Hartford F °oaPORArp C, $ s perlwrgr American Casualty Company of Readitt Pennsylvania �O 7i JULY 11. �u SEAL '¢ +� 1 90 1 1691 Hans Larry Kasten \'ice President State of South Dakota, County of Mimichaha, ss: On this 15th day of January, 2026, before rile personally came Larry Kasten to rile known, e•ho, being by me duly sworn, did depose and s~ay: 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 knobs 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. My commission expires K. WALSH 1 December 4, 2031 K r K. Walsh Notary Public CERTIFICATE I. Paula Kolsrud. Assistant Secretary of Continental Casualty Company. an Illinois insurance company, National Fire Insurance Company of I larford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsyh ania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Laws and Resolutions of the Board of Directors of the insurance companies printed below are still in Hires. In testimony whereof l have hereunto subscribed my name and affixed the seal of the said insurance companies this 21st day of April. 2026- Continental Casualty Company �Pw °"s�<ty R4SUR4 �,f R& National Fire Insurance Company of Hartford 2 oO t`� `" �+ American Casualty Company of Reading, Pcnnsyh anta 2� GoA ORArp i $� *ll"MLatpC 5 y a lutr n, SEAL < T• < 19n a 6 1897 HARD • QVLU�M V " "'"— Paula Kohnid Assistant Secretary Authorizing By -Laws and Resolutions ADOPTI:D BY TT1F. BOARD OF DIRFCIORS OF F.AUII Of CONTINENTAL CASUALTY COMPANY, NATIONAL I IRI INSURANCE COMPANY OF HAR'IFORD, and AMERICAN CASUALTY COMPANY OF RFADINU, PFNNSYI.VANL\ (as defined abnwe. the "CNA Companies"): This Power of Attomcy is made and executed pursuant to and by authority of the follov ing rc<olulion duly adopted by the Board of Director, ofeach of the above CNA C'ontpanies at a meeting held on May 12. 1995: " RLSOLVL'D: 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 insinmlents that such officer may sign will be provided in writing by the Senior or Uroup Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Larry Kasten. \"ice President, who has been authorized pursuant to the above resolution to exerune power of attorneys on behalf of each of the CNA Companies. This Power of Attorney is signed and scaled by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of each of the above Companies by unanimous written consent dated the 25" day of April. 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorzed \arious officers (the "Authorized Oliiccr,") to execute \ arious policies, bonds, undertakings and other obligator' instruments of like rlaturc; and Whereas. from time to tittle. the signature of the Authorized Officers, in addition it) being pro\ ided in original. hard copy lbrinat. may be pro\ ided via facsimile or otherwise in an electronic forulat (collectively. "Electronic Signatures"): Now therefore be it resohed: that the Electronic Signature of any Authorized Officer shall he valid and binding tin the C.ompam - This Power of Attomey inay be stoned by digital signature and scaled by a digital or otherwise electronic -formatted corporate seal under and by the authority of the tollov, ing Resolution adopted by the Board of Directors of each of the abet e CNA Companies by unanimous written consent dated the 271h day of April. 2022: "RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate doewncnt; signed by digital signatures and to ratify and confirm the use of a dignal or others isc e1CL11+011ic formatted corporate sea]. each to be considered the act and deed of the Company." Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, If you want to verify bond authenticity. Force F6853.612023