Loading...
HomeMy Public PortalAboutExecuted Contract-Granite-May 2022DocuSign Envelope ID: E4BFC76F-CDE7-46D6-651E-37F22CCE9F2F EJCDC ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE NOTICE OF AWARD Date of Issuance: Owner: City of McCall Owner's Contract No.: FAA/AIP No. 3-16-0023-033-2022 Engineer: T-0 Engineers Engineer's Project No.: 200508 Project: McCall Municipal Airport Contract Name: Reconstruct Taxiway D and Rehabilitate Runway 16-34 Bidder: Granite Excavation, Inc Bidder's Address: 23 Warm Lake Highway Cascade, ID 83611 TO BIDDER: You are notified that Owner has accepted your Bid dated February 24, 2022, for the above Contract, and that you are the Successful Bidder and are awarded a Contract for: Bid Schedule A: Reconstruct Taxiway D Bid Schedule C: Rehabilitate Runway 16-34. [describe Work, alternates, or sections of Work awarded] The Contract Price of the awarded Contract is: $2,077,455.47 3 unexecuted counterparts of the Agreement accompany this Notice of Award. 5 sets of the Contract Documents and Drawings have been transmitted or made available to Bidder, or will be delivered separately. You must comply with the following conditions precedent within 15 days of the date of receipt of this Notice of Award: 1. Deliver to Owner 3 counterparts of the Agreement, fully executed by Bidder. 2. Deliver with the executed Agreements the Contract Security (Payment and Performance Bonds) and Certificates of Insurance as specified in the Instructions to Bidders and General Conditions, Articles 2 and 6. 3. Other conditions precedent (if any): a. Award of this Contract is Subject to the approval of the Federal Aviation Administration. b. The Contractor should be prepared to receive a Notice to Proceed with an effective date for commencement of construction on July 11, 2022. c. Complete Public Works Contract Report (WH-5) and submit to Idaho State Tax Commission within thirty days of award. Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this Notice of Award, and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Agreement, together with any additional copies of the Contract Documents as indicated in Paragraph 2.02 of the General Conditions. Owner: DocuSigned by: AuthoriiedSignature By: Robert S. Giles Title: Mayor EJCDCO C-510, Notice of Award. Prepared and published 2013 by the Engineers Joint Contract Documents Committee. Page 1 of 1 Copy: Engineer DocuSign Envelope ID: E4BFC76F-CDE7-46D6-B51E-37F22CCE9F2F THIS PAGE LEFT BLANK INTENTIONALLY DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT THIS AGREEMENT is by and between The City of McCall, Idaho ("Owner") and Granite Excavation, Inc. ("Contractor"). Owner and Contractor hereby agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Schedule A: Reconstruct Taxiway D Schedule C: Rehabilitate Runway 16-34 ARTICLE 2 —THE PROJECT 2.01 The Project, of which the Work under the Contract Documents is a part, is generally described as follows: Contract Name: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 McCall Municipal Airport City of McCall McCall, Idaho FAA/AIP Project No. 3-16-0023-033-2022 ARTICLE 3 — ENGINEER 3.01 The Project has been designed by T -O ENGINEERS, 1998 W. Judith Lane, Boise, ID 83705-5235. 3.02 The Owner has retained T -O ENGINEERS ("Engineer") to act as Owner's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 — CONTRACT TIMES 4.01 Time of the Essence All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Contract Times: Days The Work will be substantially completed and completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions in accordance with following: This document is a MODIFIED version of EJCDC° C -S20, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 1 of 8 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A Substantial Liquidated Damages Phase Completion per Calendar Day 1 21 Calendar Days $2,000 1A 2 Calendar Days N/A 2 7 Calendar Days $2,000 3A 7 Calendar Days $2,000 3B 14 Calendar Days $2,000 3C 4 Calendar Days N/A 4 4 Calendar Days $2,000 5 1 Calendar Days $2,000 The days indicated are the number of days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial and other losses if the Work is not completed and Milestones not achieved within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with the Contract. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner the amount(s) specified in Paragraph 4.02 for each phase for each day that expires after the time specified in Paragraph 4.02 for Substantial Completion of each phase until each phase of the Work is complete. ARTICLE 5 —CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents the amounts that follow, subject to adjustment under the Contract: A. For all Work, at the prices stated in Contractor's Bid, attached hereto as an exhibit. ARTICLE 6 — PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment on or about the 26th day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract. All such payments will be measured by the Schedule of Values established as provided in the General Conditions and in the case of Unit Price Work based on the number of units completed. This document is a MODIFIED version of EJCDC' C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 2 of 8 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A 1. Prior to Final Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contract and in accordance with Specification Section 007002 Federal Aviation Administration General Provisions, Section 90 - Measurement and Payment. a. 95 percent of Work completed (with the balance being retainage). b. 95 percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). 2. The Contractor is notified and accepts by execution of the Agreement, that progress payments may not be made for up to 60 (sixty) days from the date of approval of the payment request by the Owner. 6.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with Paragraph 15.06 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 15.06 and Specification Section 007002 Federal Aviation Administration General Provisions. 6.04 Payments to Subcontractors A. The Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the Contractor receives from the Owner. The Contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced timeframe may occur only for good cause following written approval of the Owner. This clause applies to both Disadvantaged Business Enterprise (DBE) and non -DBE subcontractors. Failure by the Contractor to carry out these requirements shall be a material breach of the agreement. ARTICLE 7 — INTEREST 7.01 All amounts not paid when due shall bear interest at the rate of 5 percent per annum. ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Contract, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents, and any data and reference items identified in the Contract Documents. B. Contractor has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to This document is a MODIFIED version of EJCDC' C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 3 of 8 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and the Site -related reports and drawings identified in the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and (3) Contractor's safety precautions and programs. F. Based on the information and observations referred to in the preceding paragraph, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. J. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 1 to 8, inclusive). 2. Performance bond. 3. Payment bond. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications as bearing the title: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 dated January 2022, to include, but not limited to Contract Documents, Specifications, General Conditions, and Supplementary Conditions - Owner and consisting of divisions and pages, as listed in Table of Contents, dated January 2022, thereof, copy of Table of Contents attached as Exhibit 1. This document is a MODIFIED version of EJCDC' C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 4 of 8 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A 7. Drawings (not attached but incorporated by reference) bearing the title: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34, dated January 2022, consisting of sheets numbered 1 through 29, inclusive, as listed in Index of Drawings, copy of Index of Drawings attached as Exhibit 2. 8. Addenda (Numbers 1 & 2). 9. Exhibits to this Agreement (enumerated as follows): a. Contractor's Bid attached as Exhibit 3. 10. The following which may be delivered or issued on or after the Effective Date of the Contract and are not attached hereto: a. Notice to Proceed. b. Work Change Directives. c. Change Orders. d. Field Orders. e. Contract Prevailing Wage Rates included in the Construction Documents, dated January 7, 2022. ARTICLE 10 — MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. Unless expressly agreed to elsewhere in the Contract, no assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, money that may become due and money that is due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its successors, assigns, and legal representatives to the other party hereto, its successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. This document is a MODIFIED version of EJCDC' C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 5 of 8 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841 BB7A 10.05 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 10.06 Other Provisions A. The Contractor, in consideration of securing the business of constructing public works in this state, recognizing that the business in which he is engaged is of a transitory character, and that in the pursuit thereof, his property used therein may be without the state when taxes, excises, or license fees to which he is liable becomes payable, agrees: 1. To pay promptly when due all taxes, (other than on real property), excises and license fees due to the state, its subdivisions, and municipal and quasi -municipal corporations therein, accrued or accruing during the term to this Agreement, whether or not the same shall be payable at the end of such term; 2. That if the said taxes, excises, and licenses fees are not payable at the end of said term, but liability for the payment thereof exists, even though the same constitute liens upon his property, to secure the same to the satisfaction of the respective officers charged with the collection thereof; and 3. That, in the event of his default in the payment or securing of such taxes, excises, and licenses fees, to consent that the department, officer, board, or taxing unit entering into this Agreement may withhold from any payment due him hereunder the estimated amount of such accrued and accruing taxes, excises, and license fees for the benefit of all taxing units to which said Contractor is liable. B. Pursuant to the provisions of section 63-1504 of the Idaho Code, before final payment can be made, the Contractor shall furnish to the Owner, evidence that he has paid all taxes, excises, and license fees due to the state and its taxing units, due and payable during the term of the contract for such construction, and that he has secured all such taxes, excises, and license fees liability for the payment of which has accrued during the term of such contract, notwithstanding they may not yet be due or payable. C. Work shall not commence until Pre -Construction Conference has been held at a mutually agreed to time and place. This document is a MODIFIED version of EJCDC° C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 6 of 8 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A D. The Contractor shall not commence work on the project until receipt of the Notice to Proceed. Contract time shall commence on the effective date of the Notice to Proceed. E. No work shall be authorized prior to the execution of the FAA Grant Offer and approval by the FAA of the accepted offer. This document is a MODIFIED version of EJCDC' C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 7 of 8 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. April 20, 2022 1 8:37 AM MDT This Agreement will be effective on (which is the Effective Date of the Contract). OWNER: CONTRACTOR: City of McCall, Idaho By: r—DocuSigned by: —A22A'3aF24F00riF2 . Granite Excavation, Inc. By: Title: Mayor Title: R• j° i/tc DOcuSigned by: =an vn Attest: Title: city clerk Address for giving notices: City of McCall 216 E. Park Street (If Contractor is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: Title: Address for giving notices: Granite Excavation, Inc. 23 Warm Lake Highway McCall, ID 83638 Cascade, ID 83611 This document is a MODIFIED version of EJCDC° C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 8 of 8 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A Exhibit 1 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-1343F-60E5F841BB7A MCCALL MUNICIPAL AIRPORT MCCALL, IDAHO Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 FAA/AIP Project No. 3-16-0023-031-2021 JANUARY 2022 TABLE OF CONTENTS DIVISION 00 — PROCUREMENT AND CONTRACTING REQUIREMENTS 1. BIDDING INFORMATION 001116 Notice Inviting Bids 002115 Instructions to Bidders (C-200) II. BID PROPOSAL 004100 Bid Form (C-410) 004196 Contractor's Supplemental Equipment Rate Schedule 004300 Bid Bond 004500 Additional Bid Forms 004505 Bidders List Information III. CONTRACT FORMS 005100 Notice of Award (C-510) 005200 Agreement (C-520) 005500 Notice to Proceed 006100 Construction Performance Bond (C-610) 006150 Construction Payment Bond (C-615) 006200 Application for Payment 006250 Certification of Subcontractor Payment IV. GENERAL PROVISIONS 007001 Federal Aviation Administration Contract Provisions 007002 Federal Aviation Administration General Provisions 007300 General Conditions of the Construction Contract (C-700) 007301 Supplementary Conditions 007350 Contract Prevailing Wage Rates DIVISION 01 - GENERAL REQUIREMENTS 011100 Summary of Work 011415 Airport Access Control 013119 Project Meetings 013216 Project Construction Progress Schedule 013323 Submittals, Shop Drawings and Substitutions 013513 Construction Safety and Phasing Plan 013523 Airport Project Safety Procedures 014516 C-100 Contractor Quality Control Program 015000 Temporary Facilities and Controls 015515 Access and Haul Roads 015526 Traffic Control and Regulation 015600 Dust Control 015723 C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 017113 C-105 Mobilization 017123 Contractor Furnished Construction Surveying and Staking 017423 Clean Up 017710 C-110 Method of Estimating Percentage of Material Within Limits (PWL) DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841 BB7A MCCALL MUNICIPAL AIRPORT MCCALL, IDAHO Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 FAA/AIP Project No. 3-16-0023-031-2021 JANUARY 2022 TECHNICAL SPECIFICATIONS: DIVISION 03 — CONCRETE 033100 P-610 Concrete for Miscellaneous Structures DIVISION 31 — EARTHWORK 311413 T-905 Topsoiling 312313 P-152 Excavation, Subgrade and Embankment 312333 P-153 Controlled Low -Strength Material (CLSM) DIVISION 32 — EXTERIOR IMPROVEMENTS 320110 P-101 Preparation/Removal of Existing Pavement 321116 P-154 Subbase Course 321123 P-209 Crushed Aggregate Base Course 321213 P-603 Emulsified Asphalt Tack Coat 321216 P-401 Asphalt Mix Pavement 321236 P-608 Emulsified Asphalt Seal Coat 321723 P-620 Runway and Taxiway Marking 329219 T-901 Seeding DIVISION 33 — UTILITIES 334200 D-701 Pipe for Storm Drains and Culverts 334616 D-705 Pipe Underdrains for Airports DIVISION 34 —AIRFIELD LIGHTING 344110 L-110 Airport Underground Electrical Duct Banks and Conduits 344125 L-125 Airport Lighting Systems DocuSign Envelope ID: OEBCBC8E-97DF-4308-643F-60E5F841BB7A Exhibit 2 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A SHEET LIST TABLE SHEET NUMBER SHEET TITLE 01 COVER SHEET 02 CONSTRUCTION LAYOUT PLAN 03 CONSTRUCTION LAYOUT PLAN (2) 04 GEOTECHNICAL INFORMATION 05 I GEOTECHNICAL INFORMATION BORING LOGS 06 CONSTRUCTION SAFETY & PHASING PLAN 07 1 CONSTRUCTION SAFETY & PHASING PLAN PHASE 1 08 i CONSTRUCTION SAFETY & PHASING PLAN PHASE 2 09 CONSTRUCTION SAFETY & PHASING PLAN PHASE 3A 10 ; CONSTRUCTION SAFETY & PHASING PLAN PHASE 3B 11 CONSTRUCTION SAFETY & PHASING PLAN 1 PHASE 3C 12 1 CONSTRUCTION SAFETY & PHASING PLAN PHASE 4 13 CONSTRUCTION SAFETY & PHASING PLAN PHASE 5 14 EROSION & SEDIMENT CONTROL PLAN 15 DEMOLITION PLAN TAXIWAY D 16 DEMOLITION PLAN TAXIWAY E 17 DEMOLITION PLAN RUNWAY 16-34 18 GEOMETRY PLAN 19 TYPICAL PAVEMENT SECTIONS 20 GRADING & DRAINAGE PLAN TAXIWAY D 21 GRADING & DRAINAGE PLAN TAXIWAY E 22 DRAINAGE DETAILS 23 SEAL COAT PLAN RUNWAY 16-34 24 1 MARKING AND REFLECTOR PLAN 25 F SIGN PLAN 26 RUNWAY MARKING PLAN 27 REFLECTOR DETAILS 28 , RUNWAY MARKING DETAILS 1 29 CRACK REPAIR DETAILS DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A Exhibit 3 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A Name of Bidder: GNw,1a.e Address:2s MCCALL MUNICIPAL AIRPORT MCCALL, IDAHO BID DOCUMENTS FOR RECONSTRUCT TAXIWAY D, RECONSTRUCT TAXIWAY E, AND REHABILITATE RUNWAY 16-34 FAAIAIP PROJECT NO. 3-16-0023-031-2021 -CI JANUARY 2022 T-0 ENGINEERS 1998 W. Judith Line Boise, Idaho 83705 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A MCCALL MUNICIPAL AIRPORT MCCALL, IDAHO BID DOCUMENTS FOR RECONSTRUCT TAXIWAY D, RECONSTRUCT TAXIWAY E, AND REHABILITATE RUNWAY 16-34 FAAIAIP PROJECT NO. 3-16-0023-031-2021 i 0 JANUARY 2022 T-0 ENGINEERS 1998 W. Judith Lane Boise, Idaho 83705 DocuSign Envelope ID: OEBCBC8E-97DF-4308-B43F-60E5F841BB7A THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A BID FORM MCCALL MUNICIPAL AIRPORT Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 CONTRACT IDENTIFICATION FAA/AIP No. 3-16-0023-031-2021 ARTICLE 1— BID RECIPIENT 1.01 This Bid is submitted to Owner: CITY OF MCCALL, IDAHO 216 E. PARK STREET MCCALL, IDAHO 83638 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 — BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 120 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. 2 Addendum, Date 2/,i /2o 2L 2/13(2 12 B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 1 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841 BB7A Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site -related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder's safety precautions and programs. F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. K. The Bidder currently possesses or will be able to obtain the appropriate Idaho Public Works Contractor's License prior to award and execution of contract. L. All Subcontractors currently possess or will be able to obtain the appropriate Idaho Public Works Contractor's License prior to prior to award and execution of contract. ARTICLE 4 — BIDDER'S CERTIFICATION 4.01 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 2 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the e execution of the Contract. ARTICLE 5 — BASIS OF BID 5.01 BIDDER will complete the Work per the prices established in the attached Bid Schedules: BID SCHEDULE SUMMARY Title Bid Schedule A Description Total Price Reconstruct Taxiway D $ 4 0( ), 6, Vol_ ( Bid Schedule B Reconstruct Taxiway E $ 619,°VI,Sct Bid Schedule C Rehabilitate Runway 16-34 $ 2, 691, 7 s.( Total Bid Price All Schedules Bidder acknowledges that (1) each bid unit price includes an amount considered by bidder to be adequate to cover contractor's overhead and profit for each separately identified item, and (2) estimated quantities are not guaranteed, and are solely for the purpose of comparison of bids, and final payment for all unit price bid items will be based on actual quantities, determined as provided in the contract documents. ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages. This document is a MODIFIED version of EJCDC® C-410, BId Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 3 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A ARTICLE 7 — ATTACHMENTS TO THIS BID 7.01 The following documents are submitted with and made a condition of this Bid: A. Required Bid security in the form of a cashier's check, or certified check, or a Bid bond; B. Bid Schedule A; C. Bid Schedule B; D. Bid Schedule C; E. Supplemental Equipment Rate Schedule; F. Identification of Subcontractors required to be identified in this Bid, "Designation of Subcontractors and Suppliers", Exhibit I; G. "Non -Collusion Affidavit", Exhibit II; H. "Joint Venture Statement", Exhibit III (if applicable); I. "Disadvantaged Business Enterprise Utilization", Exhibit IV; J. "Letter(s) of Intent", Exhibit V; K. "Certificate of Buy American Compliance for Manufactured Products", Exhibit VI; L. "Certification of Offerer/Bidder Regarding Tax Delinquency and Felony Convictions", Exhibit VII; M. Bidder's Idaho Public Works Contractors License No. or a written covenant to obtain such license prior to award and execution of contract. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 4 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A is ARTICLE 9 - BID SUBMITTAL BIDDER: [Indicate correct name of bidding entity] By: [Signature] &T 014_14 11..1 [Printed name] ?▪ .. • '0,.'s (If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) �~ V Attest: [Signature] [Printed name] Title: Submittal Date: sl .4 1 VV.% 7••••• / T: r . 1r •- 212. '/12- Z Z Address for giving notices: 23 Telephone Number: _2o2- c3S 2-- 91 6 Fax Number: 2 v a - 3;? - Yt $ 9 Contact Name and e-mail address: MY �S s K dej r�ia _ �ar4A. *A� 4,�...li.�� This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright ID 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 5 DocuSign Envelope ID: OEBCBCBE-97DF-43C8-643F-60E5F841 BB7A McCALL MUNICIPAL AIRPORT AIP 3-16-0023-031-2021 BID SCHEDULE C REHABILITATE RUNWAY 16-34 Item Specification Unit Estimated No. Item Description Section Measure Quantity, Unit Price Total Price 1. Safety Compliance 013623 Four thousand six hundred fifty dollars and ninety nine cents LS. 1 54,650.99 $4,650.99 2. Mobilization 017113 Seventeen thousand five hundred even dollars and sixty seven cents LS. 1 517,507.67 517,507.67 3. Contractor Surveys 017123 Three thousand three hundred twenty two dollars and thirteen cents LS. 1 53,322.13 53,322.13 4. PreparationlRemoval of Existing Pavement (P-101) 320110 A) Crack Repairs 1 112" inch One dollar and ninety seven cents L.F. 39700 $1.97 578,209.00 B) Pavement Marking Removal Seventy three cents S.F. 28650 50.73 5. Asphalt Surface Treatment (P-608) 321236 One dollar and fifty three cents S.Y. 54362 51.53 6. Runway and Taxiway Marking (P-620) 321723 A) Temporary Yellow Paint with Glass Beads One dollar and thirty three cents S.F 970 51.33 B) Permanent Yellow Paint with Glass Beads One dollar and thirty three cents C) Temporary White Paint with Glass Beads Seventy three cents D) Permanent White Paint with Glass Beads Seventy three cents S.F. 970 51.33 S.F. 27600 50.73 S.F. 27600 50.73 520,914.50 583,173.86 51,290.10 51,290.10 520,148,00 520,148.00 Schedule C Total 5250,654.35 Bid Schedule A C:IIlserstBradtDOeumenlslDowmentst2e22 BidslMeCall AlrportlCopy of Bid Form Cost Estimate Schedule C for Bidding 1 OF 1 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A McCALL MUNICIPAL AIRPORT AIP 3-16.0023-031-2021 BID SCHEDULE B RECONSTRUCT TAXIWAY E (REVISED) Item Specification Unit Estimated No. Item Description Section Measure Ouanti Unit Price Total Price 1. Safety Compliance 013523 Eight Thousand eighty one dollars and seventy two cents L.S. 1 $8,181.72 $8,181.72 2. Contractor Quality Control 014516 Thirty three thousand two hudred twenty one dollars and thirty seven cents L.S. 1 $33,221.37 $33,221.37 3. Dust Control 015600 Thirteen thousand two hundred eighty eight dollars and fifty five cents L.S. 1 $13,288.55 $13,288.55 4. SWPPP Preparation and Implementation 015723 Sixteen thousand seven hundred fifty five dollars and ninty four cents L.S. 1 $16,755.94 $16,755.94 5. Mobilization 017113 Fourty six thousand two hundred fourty four dollars and fifteen cents L.S. 1 $46,244.15 $46,244.15 6. Contractor Surveys 017123 Sixteen thousand six hundred ten dollars and sixty eight cents L.S. 1 516.610.68 $16,610.68 7. Excavation, Subgrade and Embankment (P-152) 312313 A) Unsuitable Excavation, Off -Site Disposal Thirty four dollars and twenty five cents C.Y. 518 $34.25 $17,741.50 B) Unclassified Excavation, Off -Site Disposal Thirty dollars and thrlty seven cents C.Y. 1187 $30.37 $36,D49.19 8. Preparation/Removal of Existing Pavement (P-101) 320110 A) Remove Asphalt Pavement by Rotomllling Four dollars and eighty eight cents S.Y. 3110 $4.88 $15,176.80 B) Sawcut Pavement Six dollars and sixty four cents C) Grade and Recompact Existing Base Ten dollars and ninty nine cents D) Remove Pavement Markings Two dollars sixty six cents E) Removal of Pipe and Other Drainage Structures Two thousand five hundred sixty two dollars and four cents L.F. 840 $6.64 $5,577.60 S.Y. 410 $10.99 $4,505.90 S.F. 178 52.66 5473.48 L.S. 1 52,562.04 $2,562.04 9. Subbase Course (P-154) 321116 A) Separation Geotextile One dollar flinty four cents S.Y. 3106 51.94 $6,025.64 B) Subbase Course (P-154) Seventy four dollars and seventy eight cents C.Y. 518 574.78 538,736.04 C) Suitable Fill Material Sixty five dollars and twenty six cents C.Y. 518 $65.26 533,804.68 10. Crushed Aggregate Base Course (P-209) 321123 One hundred sixteen dollars ninty eight cents C.Y. 518 5116.98 560,595.64 11. Tack Coat (P-603) 321213 One dollar and thirty three cents Gal. 250 $1.33 $332.50 12. Asphalt Mix Pavement (P-401) 321216 Two hundred nineteen dollars and twenty six cents TON 950 $219.26 $208,297.00 13. Runway and Taxiway Marking (P-620) 321723 A) Temporary Pavement Markings With Glass Beads One dollar and thirty three cents S.F. 613 51.33 $815.29 B) Permanent Pavement Markings With Glass Beads One dollar and thirty three cents S.F. 613 $1.33 5815.29 14. Pipe for Storm Drains and Culverts (D-701) 334200 A) 18 -Inch Concrete Flared End Section Four thousand three hundred ninety nine dollars and eleven cents EA. 2 54,399.11 $8,798.22 B) 18 -Inch RCP (D-705) One hundred fourty five dollars and seventy eight cents L.F. 80 5145.78 511,662.40 15. Airport Underground Electrical Duct Banks and Conduits (L-110) 344110 A) 2 -112 -inch Concrete Encased Duct Bank, 2 -Way Eight five dollars and eighty three cents L.F. 122 585.83 510,471.26 B) 4 -Inch Concrete Encased Duct Bank, 2 -Way One hundred three dollars and twenty one cents L.F. 61 5103.21 56,295.81 16. Install Taxiway Sign 344125 Seven thousand nine hundred ninety dollars and twenty cents EA. 2 57,990.20 515,980.40 Schedule B Total 5619,019.09 Bld Schedule A C:1UserstBrad'DocumentsiDocuments12022 BidstMcCalI Airport\Copy of Bld Fomt Cost Estimate Schedule B for Bidding 1 OF 1 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F84-IBB7A McCALL MUNICIPAL AIRPORT AIP 3-16.0023.031-2021 BID SCHEDULE A RECONSTRUCT TAXIWAY D (REVISED) Item Specification Unit Estimated No. Item Description Section Measure Quantity Unit Price Total Price 1. Safety Compliance 013523 Fifteen thousand eighty eight dollars and thirty eight cents L.S. 1 815,068.38 $15,088.38 2. Contractor Quality Control 014516 Fifty thousand one hundred one fifty four dollars and twenty cents L.S. 1 $53,154.20 $53,154.20 _ _ 3. Dust Control 015600 Nineteen thousand nine hundred thirty two dollars and eighty three cents L.S. 1 $19,932.83 $19,932.83 4. SWPPP Preparation and Implementation 015723 Fourteen thousand seven hundred seventy five dollars and twenty cents L.S. 1 $14,7T5.20 514,775.20 5. Mobilization 017113 Two hundred thirteen thousand eight hundred seven nine dollars and ekghtecn cents L.S. 1 $213,879.18 $213,879.18 6. Contractor Surveys 017123 Thirty Three thousand two hundred twenty one dollars and thirty seven cents L.S. 1 $33,221.37 $33,221.37 7. Topsolling - Import and Place 3 -Inches 311413 Six Dollars and thirty two cents S.Y. 9381 56.32 559,287.92 8. Excavation, Subgrade and Embankment (P-152) 312313 A) Unsuitable Excavation, Off -Site Disposal Thirty five dollars and eitghty eight cents C.Y. 1125 $35.88 $40,365.00 B) Unclassified Excavation, Off -Site Disposal Thirty dollars and thirty seven cents C.Y. 7350 $30.37 $223,219.50 9. Preparation/Removal of Existing Pavement (P-101) 320110 A) Remove Asphalt Pavement by Rotomilling - Full Depth Four dollars and eighty six cents S.Y. 16000 54.86 577,760.00 B) Remove Asphalt Pavement by Rotomilling - Partial Depth Thirty five dollars and twelve cents S.Y. 240 $35.12 $8,428.80 C) Sawcut Pavement Six dollars and sixty four cents L.F. 1259 $6.64 58,359.76 D) Grade and Recompact Existing Base Ten dollars and ninty nine cents S.Y. 690 $10.99 $7,583.10 E) Remove Pavement Markings Two dollars and sixty six cents S.F. 356 $2.66 5946,96 F) Removal of Aircraft Tie -Down Anchors Three hundred and four dollars and fifty nine cents EA. 60 $304.59 818,275.40 G) Abandon Aircraft Tle-Down Anchors Eight hundred and four five dollars and fifty seven cents EA. 9 $845.57 57,610.13 10. Subbase Course (P-154) 321116 A) Separation Geotextile One dollar and eighty slx cents S.Y. 9628 $1.86 $17,908.08 B) Subbase Course (P-154) Seventy four dollars and seventy one cents C.Y. 1605 $74.71 $119,909.55 C) Suitable Fill Material Sixy eight dollars and twenty one cents C.Y. 273 $68.21 $18,621.33 11. Crushed Aggregate Base Course (P-209) 321123 One hundred ten dollars and fourty one cents C.Y. 1605 5110.41 5177,208.05 12. Tack Coat (P-603) 321213 One dollar and thirty three cents Gal. 739 81.33 $982.87 13. Asphalt Mix Pavement (P-401) 321216 Two hundred and nineteen dollars and twenty six cents TON 2850 5219.26 5624,891.00 14. Runway and Taxiway Marking (P-620) 321723 A) Temporary Pavement Markings With Glass Beads One dollar and thirty seven cents S.F. 1226 $1.37 $1,679.62 B) Permanent Pavement Markings With Glass Beads One dollar and thirty seven cents S.F. 1226 $1.37 $1,679.62 15. Hydroseeding 329219 Three thousand eighty dollars and twenty nine cents AC. 2 53,080.29 56,160.58 16. 6 -Inch HDPE Corrugated Type SP Perforated Underdraln (D-705) 334616 Twenty four dollars and twenty seven cents L.F. 709 $24.27 $17,207.43 Bld Schedule A C:lUserslBradhDocuments1Documenls12e22 BidslMcCall AlrportlCopy of Bid Form Cost Estimate Schedule A for Bidding 10F2 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841 BB7A McCALL MUNICIPAL AIRPORT AIP 3-16-0023-031-2021 BID SCHEDULE A RECONSTRUCT TAXIWAY D (REVISED) Item Specification Unit Estimated No. Item Des lotion Section Measure Quantity Unit Price Total Price 17. Airport Lighting Systems (L-125) 344125 A) Electrical Demolition One thousand two hundred thirty four dollars and fourty cents L.S. $1,234.40 51,234.40 B) Install Taxiway Sign Seven thousand one hundred sixy seven dollars and twenty six cents EA. 5 $7,167.26 $35,836.30 C) Install Reflective Marker, Soil Anchor Base (L-853) One hundred thirty two dollars and eighty eight cents EA. 12 5132.88 51,594.56 Schedule A Total 51,826,801.12 Bid Schedule A C:1Users\BradlDocuments\Documerits12022 BidstMcCall AirportlCopy of Bid Form Cost Estimate Schedule A for Bidding 2 OF 2 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A Granite Excavation, Inc Supplemental Equipment Rate Schedule Equipment and labor rates are for contractor force account work 1 Dozers Make/Model/Description Hourly Rate Caterpillar D -8H $160.00 Caterpillar D -5H $150.00 2 Backhoes John Deere 310SE $125.00 3 Tractors Ford 7710 4wd wheel tractor $125,00 4 Loaders John Deere 624J $150.00 John Deere 624J $150.00 John Deere 644J $150.00 John Deere 644J $150.00 5 Scrapers Caterpillar 623B $160.00 Caterpillar 621 $160.00 6 Compactors Dynapac 66in Drum Roller $125.00 Bomag 48in Double Drum Roller $125.00 7 Trucks 10yd Dumptrucks $115.00 12yd Dumptrucks $115.00 20yd End Dumps $125.00 20yd Belly Dumps $125.00 22yd Belly Dumps $125.00 24yd Truck and Pups $125.00 8 Compressor Ingersollrand $85.00 9 Generator MQ $85.00 10 Paver Blaw Knox 5510 Paver $200.00 11 Asphalt Milling Equipment CMI 450 $545.00 12 Pulverizer CMI 800 $750.00 13 Motor Grader Caterpillar 140G $150.00 Caterpillar 140G w/automatics $150.00 14 Rollers Cat Paving Roller $150.00 15 Foremean Project Supervisor $75.00 16 Laborer Project Laborer $65.00 17 Electrician Journey Man $100.00 18 Excavators 3 -John Deere 200CLC $150.00 John Deere 225 CLC $150.00 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A John Deere 490E Hitachi 330 LC Hitachi 50U John Deere 350DLC Hitachi 450CLC $150.00 $150.00 $125.00 $150.00 $160.00 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A CONTRACTOR'S SUPPLEMENTAL EQUIPMENT RATE SCHEDULE Project: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 Airport: McCaII Municipal Airport FAA/AIP Project No. 3-16-0023-031-2021 Equipment Operating Rates (with Operator) for Contractor Force Account Work: Make/Model/Description Hourly Rate 1. Dozers 2. Backhoes 3. Tractors 4. Loaders 5. Scrapers: c.y. c.y. 6. Compactors 7. Trucks: 10 c.y. 20 c.y. c.y water 8. Generator 9. Paver 10. Asphalt Milling Equipment 11. Pulverizer 12. Motor Grader 13. Rollers 14. Compressor 15. Other Form shall be filled in at the time of bid submittal or an itemized rate schedule of the Contractor's equipment may be attached in lieu of completion of the form. Hourly rates for equipment shall include OWNERSHIP, OPERATING COST AND OPERATOR. CONTRACTOR'S SUPPLEMENTAL EQUIPMENT RATE SCHEDULE 1:1200508140_FINAL DESIGNISPECIFICATIONSIDIVISION 00111. BID PROPOSAL1004198 SUPPLEMENTAL EQUIPMENT RATE SCHEDULE.DOCX 004196-1 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A INDEX OF ADDITIONAL BID FORMS Designation of Subcontractors and Suppliers, Exhibit I Non -Collusion Affidavit, Exhibit 11 Joint Venture Statement, Exhibit III Disadvantaged Business Enterprise Utilization, Exhibit IV Letter of Intent, Exhibit V Certificate of Buy American Compliance for Manufactured Products, Exhibit VI Certification of Offerer/Bidder Regarding Tax Delinquency and Felony Convictions, Exhibit VII DocuSign Envelope ID: OEBCBC8E-97DF-4308-643F-60E5F841BB7A DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS Project: Reconstruct Taxiway D', Reconstruct Taxiway E, and Rehabilitate Runway 16-34 Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-031-2021 Each bidder shall set forth below: (a) The name and the location of the place of business of each subcontractor and supplier who will perform work or labor or render service or provide materials or equipment to the Contractor in or about the construction of the work; and (b) The portion of the work which will be done by each subcontractor or provided by each supplier. Idaho Code Section 67-2310 requires subcontractors who will perform plumbing, HVAC work, or electrical work to be named on the bid of the general contractor. The Contractor shall not name more than one subcontractor for each work item. If the Contractor intends to perform plumbing, HVAC work, or electrical work under the provisions of his own license, he shall name himself providing he is properly licensed. The Contractor shall not, without written consent of the Engineer, make any substitution, alterations, or additions to the following list of subcontractors or suppliers which is made a material part of this BID. The following is a complete list of the proposed Subcontractors and Suppliers: (Attach additional sheets if necessary.) Type of Work Plumbing HVAC Electrical Name and Address r� lfi .el C '1H Sys -F sf Iv. -11,,, 474 Approximate Amount Idaho Public of Subcontract or Works Contractor DBE: Value of Materials License No. Yes/No c. V.kir 24 .(Ju, L1 p yy(aL gJ: rr,14 •A f4.. Pt P..L d1( 1? k, .,)4 4' XS,�JJJ 1016-W-1-2. r341,- A- `I Itr7i-Id- Z 2-74.7 /?d 7.--z- (Date) VP-Aeliw. V 4i.. r►. -S .. r. (Name of irm) (Sig re) 70i e - (Title) ADDITIONAL BID FORMS DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS, EXHIBIT I 1:120050840 FINAL DESIGNISPECIFICATIONSIDIVISION 00111. BID PROPOSAL1004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 1 DocuSign Envelope ID: OEBCBC8E-97DF-4308-643F-60E5F841BB7A NON -COLLUSION AFFIDAVIT Project: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 Airport: McCaII Municipal Airport FAA/AIP Project No. 3-16-0023-031-2021 Bidder's Name Address 2� G/ •rr. C..ke d4u y G.rsG �'� 1-43 o Z 6 / By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: 1. The Prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other.bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; 3. No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. 2-411/2a z -t- - (" ate) `(SEAL"OF CORPORATION) (Firm Name) (Signature of Responsible Officer) 7rs-r : ot,k Subscribed and Sworn to before me, this o ) day of , 2 3 My Commission Expires n- a Ip - aDa1-} (Notary Public) ADDITIONAL BID FORMS NON -COLLUSION AFFIDAVIT, EXHIBIT II, (Title) SANDY MOOSMAN NOTARY PUBLIC - STATE OF IDAHO COMMISSION NUMBER 20181362 MY COMMISSION EXPIRES 7-26-2024 004500 Page 1 of 1 I:120050BWO_FINAL DESIGNISPECIFICATIONSOIVISION OOVI. BID PROPOSAL1004500 ADDITIONAL BID FORMS.DOCX DocuSign Envelope ID: OEBCBC8E-970E-43C8-B43F-60E5F841BB7A JOINT VENTURE STATEMENT Project: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-031-2021 PROJECT: STATE OF ) SS: COUNTY OF We, undersigned, being duly sworn according to law, upon our respective oaths depose and say that: 1. The following named Contractors have entered into a joint venture for the purpose of carrying out all the provisions of the above project: a b. c. An Individual •) A Partnership ) A Corporation ) An Individual ) A Partnership ) A Corporation ) An Individual ) A Partnership ) A Corporation 2. The Contractors, under whose names we have affixed our respective signatures, have duly authorized and empowered us to execute this Joint Venture Statement in the name of and on behalf of such Contractors for the purpose hereinbefore stated. 3. Under the provisions of such joint venture, the assets of each of the Contractors name in Paragraph 1 hereof, and in case any Contractor so named above is a partnership, the assets of the individual members of such partnership, will be available for the performance of such joint venture and liable therefore and for all obligations incurred in connection therewith. 4. This Joint Venture Statement is executed so that the named Contractors, as one organization, may, under such joint venture, bid upon said Contract, and be awarded the contract if they should become the successful bidder therefore. Any bid, bond and agreement relating to said Contract shall be executed by any of the undersigned, and when so executed shall bind this joint venture and each and every Contractor named herein severally and jointly. Simultaneous with the execution of the Contract, the Contractors entering into this joint venture shall designate and appoint a Project Supervisor to act as their true and lawful agent with full power and authority to do and perform any and all acts or things necessary to carry out the work set forth in said Contract. ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT III 1:\20050840 FINAL DESIGN\SPECIFICATIONS\DNISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 2 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A 5. We bind the Contractors for whom we respectively execute this Joint Venture Statement in firm Agreement with (Owner), that each of the representations herein set forth is true. (Firm Name) (Signature of Responsible Officer) (Title) Subscribed and Sworn to before me, this (a) • day of , 20 By (Print Name) Notary Public My Commission expires (Firm Name) (Signature of Responsible Officer) (Title) Subscribed and Sworn to before me, this. (a) day of 20 By (Print Name) Notary Public My Commission expires (Firm Name) (Signature of Responsible Officer) (Title) Subscribed and Sworn to before me, this (a) day of , 20 By (Print Name) Notary Public My Commission expires ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT III 004500 Page 2 of 2 1:1200508140 FINAL DESIGNISPECIFICATIONS%DIVISION 00111. BID PROPOSAL1004500 ADDITIONAL BID FORMS.DOCX DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Project: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-031-2021 This project does not have a contract goal for participation by Disadvantaged Business Enterprises (DBE) for construction. Nothing in this determination is to be construed to prohibit or discourage the Contractor from utilizing DBE subcontractor participation on the project. The Bidder is committed to a minimum 0 % DBE utilization on this project. Contractor / _: . �^ ?cc . ✓- '�- State Registration No. ItC C - ) 17' ,. By nature) '3,s( L�` - (D r t s ./k.q, (Name and Title) Address 2-} Lt -2 CC 411 Iif (S61( Telephone old( 3 y l — `/ (y Y ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT IV 1A200508 AO_FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 1 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A LETTER OF INTENT Project: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 Airport: McCaII Municipal Airport FAAIAIP Project No. 3-16-0023-031-2021 (Provide a separate Letter of Intent for each DBE subcontractor.) e Name of Bidder's Firm: OM -- Bidder's Address: City: State: Zip: Telephone: Name of DBE Firm: Address: City: State: Zip: Telephone: Attach a copy of most recent letter from DBE certifying agency confirming DBE certification and listing in an approved DBE Directory for each DBE subcontractor. Description of work to be performed by DBE firm by Bid Item and Bid Schedule. BID SCHEDULE BID ITEMS § VALUE Bidder intends to utilize the above -named minority firm for the work described above. The estimated total value of work is $ DBE Confirmation for Participation in the Contract as Stated above for the Amount Indicated. Authorized Signature Name of DBE Firm Date If the above -named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. ADDITIONAL BID FORMS LETTER OF INTENT, EXHIBIT V 004500 Page 1 of 1 I:\ 200505140_FINAL DESIGMSPECIFICATIONSIDIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCTS Project: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-031-2021 As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (V) or the letter "X". El Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b)- Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product. 3. To furnish US domestic product for any waiver request that the FAA rejects. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FM. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ADDITIONAL BID FORMS CERTIFICATE OF BUY AMERICAN COMPLIANCE, EXHIBIT VI 1:\20050814O_FINAL DESIGN \SPECIFICATIONSIDMSION 00\11. BID PROPOSALl004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 2 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841 BB7A Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non -domestic products in their entirety); b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture; c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non -domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non -domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Sig [ baa n ocd. Ns„ Company Name Title ADDITIONAL BID FORMS CERTIFICATE OF BUY AMERICAN COMPLIANCE, EXHIBIT VI 1:\20050840 FINAL DESIGN\SPECIFICATIONS\DIVISION 00H1. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 2 of 2 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A •. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS Project: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-031-2021 The applicant must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (/) in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications 1. The applicant represents that it is ❑ is not IX a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2. The applicant represents that it is ❑ is not is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 211.v (7.83 2�- Date ature Company Name Title ADDITIONAL BID FORMS 004500 CERTIFICATION TAX DELINQUENCY AND FELONY CONVICTION, EXHIBIT VII Page 1 of 1 1:1200508140 FINAL DESIGNISPECIFICATIONSIDNISION 00111. BID PROPOSAL1004500 ADDITIONAL BID FORMS DOCX DocuSign Envelope ID: OEBCBC8E-97DF-4308-643F-60E5F841BB7A BIDDERS LIST INFORMATION Project: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 Airport: McCaII Municipal Airport FAA/AIP Project No. 3-16-0023-031-2021 • The OWNER is required to create a bidders list, consisting of information about all DBE and non -DBE firms that bid or quote on DOT -assisted contracts. • The bidders list is used to determine the number of firms that are participating, or attempting to participate on DOT -assisted contracts. • The bidders list must include all firms that bid on prime contracts or bid or quote subcontracts on DOT -assisted projects, including both DBE and non -DBE firms. • The bidders list provides a valuable measure of available DBE subcontractors and will be used to set realistic overall DBE goals. Provide the following information for ALL firms from which you received a bid or quote. Copy the form as needed to provide data for ALL firms. Submit with Bid Documents. Firm Name: c c•A S�«p Address: L `'1((L 0..:,, L�( r,7,1 Contact Name and Title: Lj'1 f)-% - t1..,., Year Firm Was Established: I'M Annual Gross Receipts (check one): less thjan $500,000; $1 to $2 Million; $2 to $5 Million; V $5 to $10 Million; Work Items Represented in the Quote: DBE: Yes g No ❑ $500,000 to $1 Million; more than $10 Million Firm Name: fr('1 G ,/:; (t.,,fr.<< DBE: Yes ❑ NoI2/ ( Address: 3C1 At-i - 34 rut- �(1' q, 14 Contact Name and Title: j._c. P,,J.,.c( — Err...,. -P -- Year Firm Was Established: PI ( C Annual Gross Receipts (check one): less than $500,000; $500,000 to $1 Million; $1 to $2 Million; $2 to $5 Million; V $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: 1~ It 0¢r:;.. Firm Name: .liI`t ( DBE: Yes ❑ No [� Address: an./ s,.‘" Slij- iJ-,- ,.elf S.ki ) Contact Name and Title: pt ": I ,,., - Ed;., . ¢. P Year Firm Was Established: 1' 11 Annual Gross Receipts (check one): less than $500,000; $500,000 to $1 Million; _ _ $1 to $2 Million; $2 to $5 Million; $5 to $10 Million; 1/ more than $10 Million Work Items Represented in the Quote: R ..: n1 Firm Name: DBE: Yes ❑ No Address: Contact Name and Title Year Firm Was Established: Annual Gross Receipts (check one): less than $500,000; $500,000 to $1 Million; $1 to $2 Million; _ $2 to $5 Million; _ $5 to $10 Million; _ more than $10 Million Work Items Represented in the Quote: BIDDERS LIST INFORMATION 1:1200508140 FINAL DESIGN\SPECIFICATIONS\DIVISION 00111. BID PROPOSAL\004505 BIDDERS LIST.DOCX 004505-1 DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841BB7A THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841 BB7A T -G ENGINEERS BOISE, IDAHO CODY, WYOMING COEUR d'ALENE, IDAHO HEBER CITY, UTAH MERIDIAN, IDAHO NAMPA, IDAHO SPOKANE, WASHINGTON DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A PENAL SUM FORM BID BOND BIDDER (Name and Addresa1: Granite Excavation, Inc. 23 Warm Lake Highway Cascade, ID 83611 sU RETY !Name and Address olPrfncipaLefece of Business(: Westfield Insurance Company P.G. Box 5001 Westfield Center. OH 44251-5001 OWNER (Name and Address): City of McCall Idaho 216 E. Park Street McCall. ID 83638 BID BID DUE DATE: February 24, 2022 PROJECT (Brief Description Including Location): Reconstruct Taxiway D. Reconstruct Taxiway E, and Rehabilitate Runway 16-34 McCall, Idaho BOND BOND NUMBER: Bid Bond DATE: (Not later than Bid Due Date): February 24, 2022 PENAL SUM: Five Percent of Amount Bid 5% IN WITNESS WHEREOF. Surety and Bidder, intending to be legally bound hereby. subject to the terms printed on the•reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, - agent;.orrepresentative. =61DDEri= SURETY TGranitti Excavation, Inc. Bidder's and Corporate Seat By: Signature and Title (Seal) j,1L•Sfl ' ..� Westfield Insurance Company: SE alb . Surety's Name and Corporate Sc z; _ fr Attest: je71/44.4 nature and Tit! Attest: Signatur�ee a d Title Elizabeth Soi ;eider Witness Note: (1) Above addresses are to be used for giving required nonce. (2) Any singular reference to Bidder. Surety, (burner or other party shall be considered plural where applicable. IMPORTANT --Surety companies executing BONDS must appear on tho Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the proicct is looted. EJCDC NO. 1910-28-C (19x11 Edition) r DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the bidding Documents and Contract Documents. 3. This obligation shall be nuts and void if 3.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement rcquircd by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3;2 All bids are rejected by Owner, or 3.3 Owner fails to issue a notice of award to Bidder within the time speciticd in the Bidding Documents (or any extension thereof apaed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the lirne for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Did Due Date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days oiler the notice of default required in paragraph 4 above is received by Bidder and Surety; and in no case later than one year after Did Due Date. 7. Any suit or action under this Bnnd shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notice required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the facc of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered orCertifiedMail,retumreceipt requested, postage pre paid, and shall be deemed to be effective upon receiptby the patty concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. I0. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. Nasty provision of the Bond conflicts with any applicable provision of any applicable statute, then the provision of said statute shall govem and the remainder of this Bond that is not in conflict therewith shall continue in fall force and effect. 11. The term "bid" as used herein includes a bid, offer or proposal as applicable. EJCDC NO. 1910-28!C (1990 Edition) DocuSign Envelope ID: OEBCBC8E-97DF-43C8-B43F-60E5F841 BB7A General Power of Attorney CERTIFIED COPY Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATEONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations. hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing• under the taws of the Stale of Ohio. and having its principal office in Westfield Center, Medina County. Ohio. do by these presents make. constitute and appoint Peggy Deffenbaugh SEVERALLY of Meridian and State of ID its true and lawful Attomey-in-Fact, with full power and authority hereby conferred. in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship - Surety Bond No.: Bid Bond Principal: Granite Excavation, Inc. Obligee: City of McCall Idaho LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corporate seal of the applicable Company and dulointment is ly attested by its Secretaryyy, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the WESTFIELD ELD INSUemises. RANd CE COMPANY, WESTFIELD NATIe under and ONAL INSURANCE COMPAof the NY and OHIO Folution ARMERS INSURANCEted by the Board FDirectors COMPANYtlF each of the "Be ft Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The '1Uorney-in-Fact, may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' Be ft Further Resolved. that the signature of any such designated person and the seat of the Company heretofore or hereafter affixed to any power of attorney or any certificate relatin thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached." (Each adopted at a meeting held on February 8, 2000), in Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 17th day of DECEMBER A.D., 2019 . Corporate d1...... ti Seals Ate - F Affixed�r?= �nx SEAL 1Pi. ':� • r 'r''r State of Ohio County of Medina SS.: WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY By Gary W. tumper, Nationa Surety Leader and Senior Executive On this 17th day of DECEMBER A.D., 2019 , before me personally came Gary W. Sturnper to me known, who. being by me duty sworn. did depose and say, that he resides in Hartford, CT; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals: that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial I....N Seal a+ co A Affixed 4">"*. . State of Ohio ' ) �j ,io County of Medina ss.: '+ r ' 1 • ? EoF 1. Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney. executed by said Companies, which is still in full force and effect and furthermore, the resolutions of the Boards of Directors. set out in the Power of Attorney are in Fufl force and effect. In Witness Whereof 1 have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 24th day of February A.D., 202 ... Z,, 4., , 1,.11,1.,11111,,/.. ll�G0,4- SEAL `a` `r SEALSm: Iry1I111„..... '' r lh....r,I.,..... BPOAC2 (combined) (06-02) David A. Kotnik, Attorney at Law, Votary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) Frank A. Carrino, Secretary Secretary DocuSign Envelope ID: OEBCBC8E-97DF-43C8-643F-60E5F841BB7A Certificate of Authority To Execute Contracts Yvette Davis, being the duly elected Secretary of Granite Excavation, Inc. (the "Company"), hereby certifies that the following persons have authority to execute contracts, bonds and other documents relating to construction contracts on behalf of the Company and to bind the Company in accordance therewith: F. Phillip Davis Yvette Davis Joshua Davis Dusty Hibbard Such authority shall be effective from January 1, 2017 and shall continue until revoked in writing by the Company. Dated 9' R-17 , 2017. (Seal) Y 2 tte Davis, Secretary