Loading...
HomeMy Public PortalAbout2022.02.24 Granite Bid Reconstruct Taxiway D and E and Rehabilitate Runway 16-34Gt-~ ~4e-6~G~c1--~ ~c.. z;g ~(;"-L. ~ /~ 0 /;VJ (?/1,e,{ v~'-0 '. Ktrl.ow.S,~1 ~~ t>, ~&=Ct:1.0~Tu.c"C' TA:'£,rLJlltiG ~ o ite /f-#t~T(.~ ~"'-~ ~ tfo -3 c..{ C,i~ o..f Jf,1d,_,-l( I k~.._(_ kU.. e, P""c-~ S+,.-e-e.-+ M t..l'."" H , _:;:-J. ... l-o S.s~ 3 B -" ., ~- Name of Bidder: bl'W\ I~ eC-''1.-+~ ~ Address: ,i:; tu-~ t_....("'lc:r t.f.-.y- c..,._, t...._ )..,, , Z'> S $' I I MCCALL MUNICIPAL AIRPORT MCCALL, IDAHO BID DOCUMENTS FOR RECONSTRUCT TAXIWAY D, RECONSTRUCT TAXIWAY E, AND REHABILITATE RUNWAY 16-34 FAA/AIP PROJECT NO. 3-16-0023-031-2021 JANUARY 2022 ii:J T•O ENGINEERS· 1998 W. Judith Line Boise, Idaho 83705 MCCALL MUNICIPAL AIRPORT MCCALL, IDAHO BID DOCUMENTS FOR RECONSTRUCT TAXIWAY D, RECONSTRUCT TAXIWAY E, AND REHABILITATE RUNWAY 16-34 FAA/AIP PROJECT NO. 3-16-0023-031-2021 JANUARY 2022 li:J T•O ENGI.NEERS 1998 W. Judith Lane Boise, Idaho 83705 ,; THIS PAGE INTENTIONALLY LEFT BLANK BID FORM MCCALL MUNICIPAL AIRPORT Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 · CpNTRACT IDENTIFICATION ARTICLE 1-BID RECIPIENT 1.01 This Bid is submitted to Owner: FAA/AIP No. 3-16-0023-031-2021 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. Addendum, Date 2 l,tJ /2o z~ r I 1/2J/ bL2- 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 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 ,I 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 Description Total Price Bid Schedule A Reconstruct Taxiway D s 4 t~ r A 61 i o 1. 1 1... Bid Schedule B Reconstruct Taxiway E $ ~ 6l61,01q,t1 Bid Schedule C Rehabilitate Runway 16-34 $ t lso {S'1, !.f 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 ARTICLE 7 -ATIACHMENTS 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 Ill (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 ARTICLE 9 -BID SUBMITTAL BIDDER: [Indicate correct name of bidding entity] By: [Signature] [Printed name] (If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: [Signature] [Printed name] Title: Submittal Date: h o .. .,.J -z./.2-•r /"La '2-..._ I I Address for giving notices: Telephone Number: 108-8S ,__ e11 f ~ Fax Number: 2 o g, 3f'"'2 -'rt I Ii Contact Name and e-mail address: 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 S Item No. Item Description 1. Safety Compliance Four thousand six hundred fifty dollars and ninety nine cents 2. Mobilization McCALL MUNICIPAL AIRPORT AIP 3-16-0023-031-2021 BID SCHEDULE C REHABILITATE RUNWAY 16-34 Specification Unit Section Measure 013523 LS. 017113 Seventeen thousand five hundred sven dollars and sixty seven cents LS. 3. Contractor Surveys Three thousand three hundred twenty two dollars and thirteen cents 4. Preparation/Removal of Existing Pavement (P-101) A) Crack Repairs 1 1/2" inch One dollar and ninety seven cents B) Pavement Marking Removal Seventy three cents 5. Asphalt Surface Treatment (P-608) One dollar and fifty three cents 6. Runway and Taxiway Marking (P-620) A) Temporary Yellow Paint with Glass Beads One dollar and thirty three cents 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 Bid Schedule A 017123 320110 321236 321723 C:\Users\Brad\Documents\Documents\2022 Bids\McCall Alrport\Copy of Bid Form Cost Estimate Schedule C for Bidding LS. L.F. S.F. S.Y. S.F. S.F. S.F. S.F. Estimated Quantity Unit Price Total Price $4,650.99 $4,650.99 $17,507.67 $17,507.67 $3,322.13 $3,322.13 39700 $1.97 $78,209.00 28650 $0.73 $20,914.50 54362 $1.53 $83,173.86 970 $1.33 $1,290.10 970 $1.33 $1,290.10 27600 $0.73 $20,148.00 27600 $0.73 $20,148.00 Schedule C Total $250,654.35 1 OF 1 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 Quantity Unit Price Total Price 1. Safety Compliance 013523 Eight Thousand eighty one dollars and seventy two cents LS. $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. $33,221.37 $33,221.37 3. Dust Control 015600 Thirteen thousand two hundred eighty eight dollars and fifty five cents L.S. $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. $16,755.94 $16,755.94 5. Mobilization 017113 Fourty six thousand two hundred fourty four dollars and fifteen cents L.S. $46,244.15 $46,244.15 6. Contractor Surveys 017123 Sixteen thousand six hundred ten dollars and sixty eight cents L.S. $16,610.68 $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 thrity seven cents C.Y. 1187 $30.37 $36,049.19 8. Preparation/Removal of Existing Pavement (P-101) 320110 A) Remove Asphalt Pavement by Rotomilling Four dollars and eighty eight cents S.Y. 3110 $4.88 $15,176.80 B) Sawcut Pavement Six dollars and sixty four cents L.F. 840 $6.64 $5,577.60 C) Grade and Recompact Existing Base Ten dollars and nlnty nine cents S.Y. 410 $10.99 $4,505.90 D) Remove Pavement Markings Two dollars sixty six cents S.F. 178 $2.66 $473.48 E) Removal of Pipe and Other Drainage Structures Two thousand five hundred sixty two dollars and four cents LS. $2,562.04 $2,562.04 9. Subbase Course (P-154) 321116 A) Separation Geotextile One dollar ninty four cents S.Y. 3106 $1.94 $6,025.64 B) Subbase Course (P-154) Seventy four dollars and seventy eight cents C.Y. 518 $74.78 $38,736.04 C) Suitable Fill Material Sixty five dollars and twenty six cents C.Y. 518 $65.26 $33,804.68 10. Crushed Aggregate Base Course (P-209) 321123 One hundred sixteen dollars ninty eight cents C.Y. 518 $116.98 $60,595.64 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 $1.33 $815.29 B) Permanent Pavement Markings With Glass Beads One dollar and thirty three cents S.F. 613 $1.33 $815.29 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 $4,399.11 $8,798.22 B) 18-lnch RCP (D-705) One hundred fourty five dollars and seventy eight cents L.F. 80 $145.78 $11,662.40 15. Airport Underground Electrical Duct Banks and Conduits (L-110) 344110 A) 2-1/2-inch Concrete Encased Duct Bank, 2-Way Eight five dollars and eighty three cents L.F. 122 $85.83 $10,471.26 B) 4-inch Concrete Encased Duct Bank, 2-Way One hundred three dollars and twenty one cents L.F. 61 $103.21 $6,295.81 16. Install Taxiway Sign 344125 Seven thousand nine hundred ninety dollars and twenty cents EA. 2 $7,990.20 $15,980.40 Schedule B Total $619,019.09 Bid Schedule A C:\Users\Brad\Documents\Documents\2022 Bids\McCall Airport\Copy of Bid Form Cost Estimate Schedule B for Bidding .1 OF 1 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. $15,088.38 $15,088.38 2. Contractor Quality Control 014516 Fifty thousand one hundred one fifty four dollars and twenty cents L.S. $53,154.20 $53,154.20 3. Dust Control 015600 Nineteen thousand nine hundred thirty two dollars and eighty three cents L.S. $19,932.83 $19,932.83 4. SWPPP Preparation and Implementation 015723 Fourteen thousand seven hundred seventy five dollars and twenty cents L.S. $14,7'(5.20 $14,775.20 5. Mobilization 017113 Two hundred thirteen thousand eight hundred seven nine dollars and eighteen cents L.S. $213,879.18 $213,879.18 6. Contractor Surveys 017123 Thirty Three thousand two hundred twenty one dollars and thirty seven cents L.S. $33,221.37 $33,221.37 7. Topsoiling -Import and Place 3-lnches 311413 Six Dollars and thirty two cents S.Y. 9381 $6.32 $59,287.92 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 Rotomilllng -Full Depth Four dollars and eighty six cents S.Y. 16000 $4.86 $77,760.00 8) Remove Asphalt Pavement by Rotomllling -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 $8,359.76 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 $946.96 F) Removal of Aircraft Tie-Down Anchors Three hundred and four dollars and fifty nine cents EA. 60 $304.59 $18,275.40 G) Abandon Aircraft Tie-Down Anchors Eight hundred and four five dollars and fifty seven cents EA. 9 $845.57 $7,610.13 10. Subbase Course (P-154) 321116 A) ~eparation Geotextile One dollar and eighty six 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 $110.41 $177,208.05 12. Tack Coat(P-603) 321213 One dollar and thirty three cents Gal. 739 $1.33 $982.87 13. Asphalt Mix Pavement (P-401) 321216 Two hundred and nineteen dollars and twenty six cents TON 2850 $219.26 $624,891.00 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 $3,080.29 $6,160.58 16. 6-lnch HDPE Corrugated Type SP Perforated Underdrain (D-705) 334616 Twenty four dollars and twenty seven cents L.F. 709 $24.27 $17,207.43 Bid Schedule A C:\Users\Brad\Documents\Documents\2022 Bids\McCall Alrport\Copy of Bid Form cost Estimate Schedule A for Bidding 1 OF2 McCALL MUNICIPAL AIRPORT AIP 3-16-0023-031-2021 BID SCHEDULE A RECONSTRUCT TAXIWAY D (REVISED) Item Specification Unit Estimated No. Item Description 17. Airport Lighting Systems (L-125) A) Electrical Demolition One thousand two hundred thirty four dollars and fourty cents B) Install Taxiway Sign Seven thousand one hundred sixy seven dollars and twenty six cents C) Install Reflective Marker, Soil Anchor Base (L-853) One hundred thirty two dollars and eighty eight cents Bid Schedule A Section Measure Quantity 344125 L.S. EA. 5 EA. 12 C:\Users\Brad\Oocuments\Oocumerits\2022 Bids\McCall Airport\Copy of Bid Form Cost Estimate Schedule A for Bidding Total Price $1,234.40 $1,234.40 $7,167.26 $35,836.30 $132.88 $1,594.56 Schedule A Total $1,826,801.12 2 OF 2 Granite Excavation, Inc Supplemental Equipment Rate Schedule Equipment and labor rates are for contractor force account work Make/Model/Description Hourly Rate 1 Dozers 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 Ingersoll rand $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 John Deere 490E Hitachi 330 LC Hitachi SOU John Deere 350DLC Hitachi 450CLC $150.00 $150.00 $125.00 $150.00 $160.00 CONTRACTOR'S SUPPLEMENTAL EQUIPMENT RATE SCHEDULE 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 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 004196-1 l:1200508\40_FINAL DESIGNISPECIFICATIONSIDIVISION 00111. BID PROPOSAL\004196 SUPPLEMENTAL EQUIPMENT RATE SCHEDULE.DOCX INDEX OF ADDITIONAL BID FORMS Designation of Subcontractors and Suppliers, Exhibit I Non-Collusion Affidavit, Exhibit II Joint Venture Statement, Exhibit Ill 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 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.) Approximate Amount Idaho Public of Subcontract or Works Contractor DBE: T~r2e of Work Name and Address Value of Materials License No. Yes/No Plumbing tvlt HVAC I\) I Ir Electrical for1 a. & r "~,.\ cJ.,( ..._I( ) If ,f (,2.JJ I If "11.f' v1 -I rva p .. ..,: ... , ..[11 (. 'f"l"' 1.,1-r ~t 1lJ .. 1,, .. 1.Ul I { 7oi)1 oJ) 11 U/( 6 -~ -/-2 {JJ 1..f ,:,.""-,_ l, ... rf;; d,·" !J<t, aJl.'1'1(1t f!.,; ,, 11~ ~ 7,JJJ.J fJ~'f'1, A-'-t 'Iii /"1:t~ "I p., ~-I J Yd+ (it p .. L ,zA Ji·L~ J1J-.f .{Jl)JJJ II r 7'I -1t -2. ,uJ 1 ~ (Date) ~ (Nam];-:= ,-(Sig re) & fv.A·;,..L,. ' (Title) ADDITIONAL BID FORMS DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS, EXHIBIT I 004500 Page 1 of 1 l:\200508140_FINAL DESIGNISPECIFICATIONSIDIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX NON-COLLUSION AFFIDAVIT 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 Bidder's Name/>,..,.,. .• : J... ( c_:2_.,,, = :?.~ 6!:e.--, -\;.-.. Address 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. 'J3'd Subscribed and Sworn to before me, this day of , 2 -;)<} My Commission Expires ~ -d It' -~c>-~ (Notary Public) ADDITIONAL BID FORMS NON-COLLUSION AFFIDAVIT, EXHIBIT II, (Firm Name) (Title) SANDY MOOSMAN NOTARY PUBLIC-STATE OF IDAHO COMMiSSION NUMBER 20181362 MY COMMISSION EXPIRES 7-26-2024 004500 Page 1 of 1 l:1200508\40_FINAL DESIGN\SPECIFICATIONSIDIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX i:. 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: ( ) An Individual a. ( .) A Partnership ( ) A Corporation ( ) An Individual b. ( ) A Partnership ( ) A Corporation ( ) An Individual C. ( ) 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 fhe 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 111 l:1200508140_FINAL DESIGN\SPECIFICATIONSIDIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 2 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 Ill 004500 Page 2 of 2 l:\200508\40_FINAL DESIGN\SPECIFICATIONSIDIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 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 Q_% DBE utilization on this project. Contractor __.b~_t"_,;_A_: -h __ .....,t:;;...:::: ..... ~....::;c._•_J_.,._4_: J_"_._, _]_"'-"---------------- State Registration No. ~[_c.~C~ .... -~~h'"~S~) __________________ _ By rJ/ ~. :1 J s \ L') .. ./." .1 , p r < s : ./,.,, f/ (Name and Title) Address J.. ~ J#,/.,... L,, I.,. 1--(J 7 C "H. ,(, J A ( 56, l Telephone _J_J ....... (,____1~t~l_-_'1.__f-=-'{-=-y _______________ _ ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT IV l:1200508140_FINAL DESJGN\SPECIFICATJONS\DIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 1 LETTER OF INTENT 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 (Provide a separate Letter of Intent for each DBE subcontractor.) Name of Bidder's Firm: __ !J_'l'-'j_r _____________________ _ 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 l:\200508\40_FINAL DESIGN\SPECIFICATIONS\DIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 1 .. '• 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 offerer must complete, sign, date, and submit this certification statement with their proposal. The bidder or offerer 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 ( ,I') or the letter "X". ~ Bidder or offerer 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 offerer 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. D The bidder or offerer 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 offerer 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 FAA. 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 l:\200508140_FINAL DESIGN\SPECIFICATIONSIDIVISION 00111. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 2 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 FM 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. . ~ -z. /1,,•1 /'l-u,. Z-~ I -----------------Date Sig ure Company Name Title ADDITIONAL BID FORMS CERTIFICATE OF BUY AMERICAN COMPLIANCE, EXHIBIT VI 1:1200508140_FINAL DESIGN\SPECIFICATIONSIDIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 2 of 2 ,. ... 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 (v'") 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 D is not~ 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 D is not lXJ 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 own.er about its· tax liability or conviction to the Owner, who will then riotify 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. Date 6~: LC.-e~c,. .. u,_ { l..... ..t""c.. Company Name Title ADDITIONAL BID FORMS 004500 CERTIFICATION TAX DELINQUENCY AND FELONY CONVICTION, EXHIBIT VII Page 1 of 1 /:\200508\40 _ _FJNAL"t5ES/GN\SPEC/FICATIONSID/V/S/ON 00\/1. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX -~ .. BIDDERS LIST INFORMATION 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 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: [.,.,/''f .'• c.(,.I\ J vc1/0 I DBE: Yesvvl' NoD Address: lt,)Q (.,t'ifll. Ow;,,. JA KYJt C Contact Name and Title: {.;r-, 1 .. ,: 1,t,f,t\ .... 11 •"1·/ t/ Year Firm Was Established: 1'11.! Annual Gross Receipts (check one): _less~ $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: J-t r:,,:-. , Firm.Name: f-1'1 ii . b ft.Ar.rj._ I DBE: YesO .No[J6 Address: 3'11 A, ... ~.,.. ..S~rnf-C(JAI( I jl/ Contact Name and Title: 2 .. ~ "-p..,J,.t.(( -8s1:"'~ f1' Year Firm Was Established: t,1 C Annual Gross Receipts (check one): _ less.Jan $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: b'. It .. if' r: .... ( Firm Name: lttc I DBE: YesO No~ Address: 'l. '? {...,~,r Jt\-~1,,-µ.,,,,o .... iA ! le f) Contact Name and Title: Pdl .1:(r, ..... -{?rf 7-, .f• r" Year Firm Was Established: 1, 1, Annual Gross Receipts (check one): _ less than $500,000; _ $~,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: r:J .. .J; "'1 Firm Name: I DBE: YesO NoD 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 004505-1 l:\200508\40_FINAL DESIGN\SPECIFICATIONS\DIVISION 00\11. BID PROPOSAL\004505 BIDDERS LIST.DOCX ,..., THIS PAGE INTENTIONALLY LEFT BLANK T•O ENGINEERS BOISE, IDAHO CODY, WYOMING COEUR d'ALENE, IDAHO HEBER CITY, UTAH MERIDIAN, IDAHO NAMPA, IDAHO SPOKANE, WASHINGTON "-; , .. PENAL SUM FORM BID BOND BIDDER (Name and Address}: Granite Excavation Inc. 23 Warm Lake Highway Cascade, ID 83611 SURETY [Name and Address of Principal Place of Business>: Westfield Insurance Company Po Box 5001 Westfield Center OH 44251-5001 OWNER (Name and AddressJ: City of McCall Idaho 216 E. Park Street McCall ID 83638 BID DUE DATE: February 24, 2022 PROJECT (Brief Description Including Local/on}: Reconstruct Taxiway D, Reconstruct Taxiway E, and Rehabilitate Runway 16-34 McCall, Idaho §rum BOND NUMBER: Bid Bond ------------------- DATE: (Not /sterthan Bici Due Date}: February 24, 2022 PENAL SUM: Five Percent of Amount Bid 5% .-IN WITNESS WHEREOF, Surely and Bidder, intending lo be legaRy hound hereby, subject to the tenns printed on -· .the,revcrse side hereof, do each cause this Bid Bond to be duly exeaJled on its behalf by its authorized officer, · · ____ ; ---· _ -_{,1~,~t;._~r representative. _:-~~--/-.; --,:.; ---(;-\ :SIDDE-fF --. ___.... __ .··.--:- ... ~ .: ::> -SURETY ,. ----,.." ::::;.~ .... - --~G_ra_-n..,.. 1_te_Ex_c_a_v_a_ti_o_n_, l_n_c_. _____ (Seal) Eiclder's and Corporate Seal ~ -Pr~i.'J,.,(/ Signature and TIUe Witness Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, SurEtty, Owner or other party shall be considered pfural v~hcre appllcable. IMPORTANl·-Surcty companies executing BONDS must appear on tho lreasurv Dep3rtmcnt's most c:urrent list (Circular 570 :is amcnd~d) anrf be authorized to transact business in the statn whom the project is located. EJCDC N0.1910-28-C (1990 Edition) : I'-} • J. Bidder and Surety, jointly and severally, bind tl1cmselvcs, their heirs, executors, ad111inistrators, successors and 1tssigns to pay to Owner upon default of Bidder the penal sum set forth on the face of ll1is Bond. 2. Default of Bidder shall occur upon lhc failure of Bidder to deliver within the time required by tl1e Bidding Documents the e,cecutcd Agreement required by the Bidding Documents and any pcrfonnancc anti payment bonds required by the Didding Documents 11ndCon~ct Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's bid and Bidder delivers within the lime required by ·the Bidding Documents (or any extension thereof agreed to in writing by bwncr) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by rhc Bidding Documents and Contract Documents, or 3;2 All bidsarcrejectcdbyOwner, or 3.3 Owner fails to issue a notice of award to Bidder wiihin the time specified in Ilic Bidding Documents (or any extension thereof agreed .to in writing by Bidder and. if applicable, consented to by Surety \vhen required by paragraph S hereof). · 4. Payment under d1is Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety ofwµttcn notice of default &om O\vni:r; which notice will be given with reasona\>Jc prompiness, identifying this Bond unc:I 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 6me .extension to issue notieo of award agccccf to in writing by Owner and Bidder, provided that the iimc for issuing notice of award including extensions shall not in the aggregate exceed I 20 days from Did Due Date without Surety's written consent. G. N!> suit or action .shall be commenced under this Bmd prior to 30 r.:alendor days after the notice of default required in paregrapl1 4 above is rccdved by EJCOC NO. 1910•2B!C (1990 Edition) Bidder and Surety; and in no case later than one year after Bid Due Date. 7. Any suit or action under this Dnnd shall be commenced only in a court of competent jurisdiction located in the state in wl1ich 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 face of ibis Bond. Such notices may be sent by personal delivery, commercial courier or by UnitcdSt.:ttc.s R::gistcred or Certified Maii, return receipt requested, post2ge prc:,pa.id, and shall be deemed to be effective upon receipt by the party concerned. 9. Surely shall cause fo be attached to this Bond a current and effective Power of Attorney evidencing lhc authority of the o({icer, agent or representative who cxecu;ed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby. I 0. Tliis Bond is intended to confonn to all applicable statutoiyrequirements. Any applicabh: n:quiremcnt. of any appiicablc statute that bas been omitted from this Bond shall be deemed to be included hen;in as if set forth at length. If any provision of the Bond conflicts with any applicable ptovision or any applicable stalllte, then the provision of said stat~tc sl1all govern and 1,e remainder of this Dond !hat is not in conflict therewi,h shall continue in full force and effect. 11. The tr.nn ''bid" as used herein includes a bid, offer or proposal as applicable • ,b 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 NATIONAL 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 laws of the State 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 Attorney-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 duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It 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 suqject to the following provisions: The Attorney-in-Fact. may be given full power ana 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 Attorner-in-Fact shall be as binding upon the Company as if si!Jned by the President and sealed and attested by the Corporate Secretary." . "Be ,t Further Resolved, that the signature of any such designated person and·the seal of the Company heretofore or hereafter arfixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be vafid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Eact.i 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 . ,,,,,•'''\N'SLJ·•,,.,,., Corporate ,, .... \.'O, ...... ,R..-!l,, Seals $~~~··· ·~~'\. :,,R.. -~.,. Affixedi{:J! \oi =;:= SEAL =0 = \ \ .lJ ~'"'1,. ••••••••••••••• ,,~.:-""•,,,, ... , ..... ,,,,,,, State of Ohio County of Medina ss.: WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY By~ ~) Ga,y~,. Nationa~ucety Leader and Senior l:xecutive On this 17th day of DECEMBER A.O .. 2019 , before me personally came Gary W. Stumper to me known, who, being by me duly 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 ,.-"k"..., Seal ,...,... \AI. ,.._ Affi,00 l!lf~J State of Ohio '> IS\ %/o County of Medina ss.: \ >-,q • ~'~· .......... .,..~ ·o~ o,,,,. .... ............. ,,.,,., .. David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I. 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, execute.ct by said Comp·anies, 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 full force and effect. In Witness Whereof,_, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 24th day of February A.D., 20.::2 . Frank A. Carrino, Secretary f ~ .· r -·. BPOAC2 (combined) (06-02) ~-,,..,,,..,,. ,;-_ ' ''r,,.-r"~ ~ - . '/r.-_ -~ • I ,-(r,• -( -,-<o\~-, • 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 </-If~ I 1 • , 2017 . (Seal)