Loading...
HomeMy Public PortalAbout2023.03.29 Granite Excavation Taxiway EName of Bidder: U (a,; 4( Address: 6(( MCCALL MUNICIPAL AIRPORT MCCALL, IDAHO BID DOCUMENTS FOR RECONSTRUCT TAXIWAY E FAA/AIP PROJECT NO. 3-16-0023-034-2023 FEBRUARY 2023 T -O ENGINEERS 1998 W. Judith Line Boise, Idaho 83705 i0 THIS PAGE INTENTIONALLY LEFT BLANK MCCALL MUNICIPAL AIRPORT MCCALL, IDAHO BID DOCUMENTS FOR RECONSTRUCT TAXIWAY E FAA/AIP PROJECT NO. 3-16-0023-034-2023 FEBRUARY 2023 T -O ENGINEERS 1998 W. Judith Lane Boise, Idaho 83705 70 THIS PAGE INTENTIONALLY LEFT BLANK BID FORM MCCALL MUNICIPAL AIRPORT Reconstruct Taxiway E CONTRACT IDENTIFICATION FAA/AIP No. 3-16-0023-034-2023 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. Addendum, Date 123/I.?L3 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 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 Price Bid Schedule A Reconstruct Taxiway E / Sick $ 6 l ), Sirs. C 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. 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; 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 C. Supplemental Equipment Rate Schedule; D. Identification of Subcontractors required to be identified in this Bid, "Designation of Subcontractors and Suppliers", Exhibit I; E. "Non -Collusion Affidavit", Exhibit II; F. "Joint Venture Statement", Exhibit III (if applicable); G. "Disadvantaged Business Enterprise Utilization", Exhibit IV; H. "Letter(s) of Intent", Exhibit V; I. "Certificate of Buy American Compliance for Manufactured Products", Exhibit VI; J. "Certification of Offerer/Bidder Regarding Tax Delinquency and Felony Convictions", Exhibit VII; K. Bidder's Idaho Public Works Contractors License No. 1 ( S 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] C-,,J.t4; 1) [Printed name] s D (If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of author (ty to sign.) Attest: [Signature] [Printed name] Title: Submittal Date: Address for giving notices: Telephone Number: Fax Number: )6( 3y). - or ins Li(j1 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 5 THIS PAGE LEFT BLANK INTENTIONALLY 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 6 McCALL MUNICIPAL AIRPORT AIP 3-16-0023.034.2023 BID SCHEDULE A RECONSTRUCT TAXIWAY E Item Specification Unit No. Item Description Section Measure 1. Safety Compliance .11.2„.,A ` L @ ♦♦••'�t `wt �MI"., II,p.4) �:1� 1tt•,i ,J 0.17 2. Contractor Quality Control /. @.#3 .41 to.444,1I4)1 L.14.1./ 111.41 .J fi44) 0•t C.bt1 3. Dust Control @Ar.t 4Ai.,•A •F(r.t 11..J/-' /61(.1 ..4 4'L.4 .4j (.47 4. SWPPP Preparation and Implementation @Sint+1•.t..4 ;,t 1.."1 15r(:,t M.-) •�tt ,..•') (1.1, 5. Mobilization @fin -J► f�>,t,_/f „:•. �.,I(•./ ? I .tT .111/,ri .J •° '••%i 6. Contractor Surveys 1.441% jVsm t 1' It Loki/ A a•, Alt.') .14 .0) 7. Excavation, ubgrade and Embankment (P-152) A) Unsuitable Excavation, Off -Site Disposal 4.. • 11J'4) 4-, Art 4.1(11 v14 4t4/(i tc B) Unclassified Exca ation, Off -Site Disposal @.1Vi) 41,A 11(.rr1 •_( %l: hi" (4^+l 8. Preparation/Removal of Existing Pavement ( 101) Cl..' A) Remove Asphalt Pavement by Rotomilling B) Sawcut Pavement @ St% .(1((.'- •44 la ct"f/ C) Grade and Re mpact Existing Ba e @.i.i''.1 T.4•', •111 }af .{." (t-sll D) Remove Pavement Mark 4 king% • r A• E) Removal of Pipe anLdd Other Drain ( e Structures 1 I @4.4 i ilt•t•,tt A 1', 1r•I1 '1 /'..'.4) •(:, M.) twi �i�, t) (t,F� L.S. 9. Subbase Course (P-154) 321116 A) Separation Geotextile @..I A•11.r, 14 n`,t.f4 h"fi (4't:/ B) Subbase purse (P-154) @ ,, •1(.r, •a GA4 1.t ct,t, C) Suit le Fill Material / ,f �1f`L b ry4,A,U.r, .o 7`•'�f� (t -1j 013523 L.S. 014516 L.S. 015600 L.S. 015723 L.S. 017113 L.S. 017123 L.S. 312313 320110 C.Y. C.Y. 10. Crushed Aggregate Base Course (P-209) 11 @CJ V) (.1( JfI1.) (1 /.J•t, •%nt ct,lf 11. Tack Coat (P-603) s,o .(. i/raj •ti" £;647 C•117 12. Asphalt Mix Pavement (P-401) • (.'41.IAA: 4.1 LI(.', "AI I1:A) 13. Runway and Taxiway Marking (P-620) A) Temporary Pavement Markings With Glass Beads @qv' Ad(..1 ..4 +1:'1, 01.6 [,t,<) B) Permanent Pavement Markings With Glass Beads @t1»t 14x(•'1 0".4 0,:r C•14-/14. Pipe for Storm Drains and Culverts (D-791) J,x cf�, A) 18 -inch n//CC,oncrete Flared End Section // { ff� @POI t•s.. ,y '{ 1 "t'(I•4 .F✓� Art1 .4 ((.r)C`( k••'J r� B) 18 -inch/ RCP (D-705) L. I 0 rr'' @�^1 kA a:,.(1 .1k, -.1 l •9•r) .'A .4 4i CIL./ 15. Airport Underground Electrical Duct Banks and Conduits (L-110) A) 2.112 -inch Concrete Encased Duct Bank,�2-Way [� @c CI 14) iiz((/rl •.4 43.(('v ct•f7 B) 4 -inch Concrete Encased Duct Bank, 2 -Way @ t.:047 h:, t .4.((/.5 S.Y. L.F. S.Y. S.F. S.Y. C.Y. C.Y. 321123 C.Y. 321213 Gal. 321216 TON 321723 334200 344110 S.F. S.F. EA. L.F. L.F. L.F. Estimated uanttt 1 1 1 2, (rs.9 1 1 518 1187 3110 840 410 178 1 3106 518 518 518 250 950 613 613 Unit Price Jib )69.51 47D, fit. Y1 .s(6t P1,61 f 7S.Yf 43.f.)) s.t2 J6.(. .117.4 f { 716 41.11 f.?2 40.‘ 40.21 411Y0•c,o3 43.E Total Price -I'� ItY.,) r1 433.,).32 47 rail f?o '?(i.,yj 41(fp/-,(I 4L(7 j,/T 10,c04 23 .l.S/Jt6..co 41,),'2.2 Y os. 21 43 off, re 4301i?Y.Ji 4 L16.1111•LZ 4 Z D21.70 2 t 3, ti' 3, f 2. 4 t' 2 Sett 80 122 122 -1('►3 4 Z 04 Schedule A Total 4 (r Y)3.61 49,17) or •11Dr6-s-3 46(), tra.44 Bid Schedule A Q.\220556\07_Final_Design\Cost Esemate\Bid Form & Cost Estimate Schedule A 1 OF 1 THIS PAGE LEFT BLANK INTENTIONALLY CONTRACTOR'S SUPPLEMENTAL EQUIPMENT RATE SCHEDULE Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 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 Q \220656\07_FINAL_DESIGN\ SPECIFICATIONS \DIVISION 00111. BID PROPOSAL\004196 SUPPLEMENTAL EQUIPMENT RATE SCHEDULE.DOCX 004196-1 THIS PAGE LEFT BLANK INTENTIONALLY PENAL SUM FORM BID BOND BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (Name and Address): BID BID DUE DATE: PROJECT (Brief Description Including Location): BOND BOND NUMBER: DATE: (Not later than Bid Due Date): PENAL SUM: 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 or representative. BIDDER SURETY (Seal) (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal By: By: Attest: Signature and Title Signature and Title (Attach Power of Attorney) Attest: Signature and Title Signature and Title Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, Owner, or other party shall be considered plural where applicable. IMPORTANT --Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. EJCDC NO. 1910-28-C (1990 Edition) 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 null 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 required 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 specified in the Bidding Documents (or any extension thereof agreed 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 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 time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default, required in Paragraph 4 above, is received by Bidder and Surety, and in no case later than one year after Bid Due Date. 7. Any suite or action under this Bond 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 face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party 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. 10. 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 as length. If any provision of the Bond conflicts with any applicable provision of any applicable statute, then the provision of said statue shall govern and the remainder of the Bond that is not in conflict therewith shall continue in full 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) INDEX OF ADDITIONAL BID FORMS Designation of Subcontractors and Suppliers, Exhibit I Non -Collusion Affidavit, Exhibit II 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 DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 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: Type of Work Name and Address Value of Materials License No. Yes/No P"'^, 3nc g11y N•of,, 1) NU �I.t13aa� ) X91(- (.'&) tri«L Q•Uc, 1D KJ?'( y —N-7 Ytj (\ L) tit ,N (o131 r FF44 (J.) °Ai jD Ytnir /Piei (0th.-LA-(-� Ira /--•�c ��-<<�•� ��,�^� (Name of Firm) 1(.4(122 C (Da e) (Signature) (Title) ADDITIONAL BID FORMS DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS, EXHIBIT I 004500 Page 1 of 1 Q.\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00111. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX NON -COLLUSION AFFIDAVIT Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 Bidder's Name L Address 11 v,,., ',it )4J_.7 L*fc./(c 3/1 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. (Date) (SEAL OF CORPORATION) -‘4 (Firm Name) (Signature of Responsible Officer) Prts•At^F Subscribed and Sworn to before me, this , 0Z2. My CoFnmission Expires lab al.4 day of (Notary Public) ADDITIONAL BID FORMS NON -COLLUSION AFFIDAVIT, EXHIBIT II, ft (Title) 004500 Page 1 of 1 O: \220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX JOINT VENTURE STATEMENT Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 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. 00 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 004500 Page 1 of 2 01220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION (JO \II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 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 0.\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00111. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 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 State Registration No. RC- E- 4 }j S 3 By (Signature) °Sl Y^d: - (Name and Title) Address A J f� Gcsc•-(h, LA Y3>� Telephone 1r 3��' ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT IV 004500 Page 1 of 1 O.\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX LETTER OF INTENT Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 (Provide a separate Letter of Intent for each DBE subcontractor.) Name of Bidder's Firm: DO — 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 Q.1220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCTS Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 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 (✓) or the letter "X". [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 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 004500 Page 1 of 2 O:\220656\07 FINAL DESION\SPECIFICATIONS\DIVISION 00111. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 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. 31,x' /lei. 3 Date SiQd(ature Company Name p%l,:AI Pt Title ADDITIONAL BID FORMS CERTIFICATE OF BUY AMERICAN COMPLIANCE, EXHIBIT VI 004500 Page 2 of 2 Q.\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 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 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. .i/AbP(2'23 Date ature Company Name Title ADDITIONAL BID FORMS 004500 CERTIFICATION TAX DELINQUENCY AND FELONY CONVICTION, EXHIBIT VII Page 1 of 1 O.\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX BIDDERS LIST INFORMATION Project: Reconstruct Taxiway E 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: xr i c DBE: Yes ❑ No V Address: Vty (u S,J-i S4r, F (J•"/, )0 is id3 Contact Name and Title: PO-- J;(3,.‘ - 11.1.i i f Year Firm Was Established: I rj i( Annual Gross Receipts (check one): less than $500,000; $590,000 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: P.:.,.t Firm Name: (J•a4,r-• C!,Ar., J:. , i, ‘ DBE: Yes ❑ No [V� Address: (o,3 1 f. Fe «-( v-) a r,t 79 1(1) t f , Contact Name and Title: ?.a4- RIF,jI.di - h•at)r Year Firm Was Established: (17b Annual Gross Receipts (check one): less than $500,000; $590,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; $5 to $10 Million; V more than $10 Million Work Items Represented in the Quote: Il; I('-, Firm Name: (-,+.:k (1t•,, 3.,,,, DBE: Yes g No ❑ Address: 0.1. 'f 1 III- I?..At 3 t) rS 71( Contact Name and Title: (,,f, 1,.6:7,.14f. - ?rt, ra„y, Year Firm Was Established: I i ('( 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: _ 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 Q 1220656107_FINAL_DESIGN\SPECIFICATIONS \DIVISION 00\II. BID PROPOSAL\004505 BIDDERS LIST.DOCX 004505-1 THIS PAGE LEFT BLANK INTENTIONALLY BIDDERS LIST INFORMATION O \220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00111. BID PROPOSAL\004505 BIDDERS LIST.DOCX 004505-2 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, Ill 83611 SURETY (Name and Address of Principal Place of Business): Westfield Insurance Co. One Park Circle Westfield Center, OH 44251 OWNER (Name and Address): City of McCall 216 E. Park Street McCall, ID 83638 BID BID DUE DATE: March 29, 2023 PROJECT (Brief Description Including Location): McCall Municipal Airport Reconstruct Taxiway E !AA/A11' 1'KOJr,L 1 NO. 3-16-0021-034-2023 BOND BOND NUMBER: N/A DATE: (Not later than Bid Due Date): March 10, 2023 PENAL SUM: Five Percent (5%) of Amount Bid 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 or representative. BIDDER SURETY Granite Excavation, Inc. (Seal) Westfield Insurance Co. (Seal) Bidder's - e and Corporate Seal Surety's Name aind By: By: -� Sign- t re and Title Atte • t: Jenae exton Sig (Attach,Power o Attorney) Attest: ature and Title Attorney -In -Fact Signatur= . n. Title SYgriature and Title witness Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, Owner, or other party shall be considered plural where applicable. IMPORTANT --Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. EJCDC NO. 1910-28-C (1990 Edition) i 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 null 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 required 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 specified in the Bidding Documents (or any extension thereof agreed 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 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 time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default, required in Paragraph 4 above, is received by Bidder and Surety, and in no case later than one year after Bid Due Date. 7. Any suite or action under this Bond 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 face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party 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. 10. 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 as length. If any provision of the Bond conflicts with any applicable provision of any applicable statute, then the provision of said statue shall govern and the remainder of the Bond that is not in conflict therewith shall continue in full 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) General Power of Attorney CERTIFIED COPY POWER NO. 1120102 01 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 JENAE SEXTON of CALDWELL and State of ID its true and lawful Attorney(s)-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 in any penal limit. - - - - - 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 subject to the following provisions: The Attorney -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 it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed 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 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 01st day of MAY A.D., 2022 . Corporate? �suRQ C•� Seals Affixed j �� •+ . � � • •SEAL State of Ohio County of Medina ss.: WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY l By: Gary W. tytumper, NationaT'Surety Leader and Senior Executive On this 01st day of MAY A.D., 2022 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; 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 Seal Affixed State of Ohio County of Medina ss.: q '4, k -• • -_ i O'ziuid/a&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, 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 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 I' day of (by.t.c.ti'- Asti ,1%.,2.t . j. k, do .. 7.,.. { 5� SEAL (YtIRIERfD: ; 3 1848 Frank A. Carrino, Secretary Secretary BPOAC2 (combined) (03-22) BID BOND BIDDER (Name and Address): Granite Excavation, Inc. 23 Warm Lake Highway Cascade, Ill 83611 C� PENAL SUM FORM SURETY (Name and Address of Principal Place of Business): Westfield Insurance Co. One Park Circle Westfield Center, OH 44251 OWNER (Name and Address): City of McCall BID 216 E. Park Street McCall, ID 83638 BID DUE DATE: March 29, 2023 PROJECT (Brief Description Including Location): McCall Municipal Airport Reconstruct Taxiway E rAA/A1r ?KOJEU 1 NO. 3-16-0023-034-2023 BOND BOND NUMBER: N/A DATE: (Not later than Bid Due Date): March 10, 2023 PENAL SUM: Five Percent (5%) of Amount Bid 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 or representative. BIDDER SURETY Granite Excavation, Inc. (Seal) Westfield Insurance Co. _ (Seal) Bidder's Name and Corporate Seal Surety's Name nd Corporate -Seal - --y By: By: , __ __ _ _ Je ,NY. S ton Sig ature and Title Attorney -In -Fact (Attach,Power o Attorney) Signature and Title Attest: Attest: Signature and Title S ature and Title witness Note: (1) Above addresses are to be used for giving required notice. (2) Any singular reference to Bidder, Surety, Owner, or other party shall be considered plural where applicable. IMPORTANT --Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. EJCCC NO. 1910-28-C (1990 Edition) w 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 null 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 required 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 specified in the Bidding Documents (or any extension thereof agreed 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 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 time for issuing notice of award including extensions shall not in the aggregate exceed 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default, required in Paragraph 4 above, is received by Bidder and Surety, and in no case later than one year after Bid Due Date. 7. Any suite or action under this Bond 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 face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party 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. 10. 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 as length. If any provision of the Bond conflicts with any applicable provision of any applicable statute, then the provision of said statue shall govern and the remainder of the Bond that is not in conflict therewith shall continue in full 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) General Power of Attorney CERTIFIED COPY POWER NO. 1120102 01 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 JENAE SEXTON of CALDWELL and State of ID its true and lawful Attorney(s)-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 in any penal limit. - - 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 subject to the following provisions: The Attorney -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 it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed 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 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 01st day of MAY A D 2022 Corporate YA Seals � .. ...........�i. Affixed Corporate( 'A' poA Mf 5E.t L State of Ohio County of Medina ss.: WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY By Gary W. tumper, National Surety Leader and Senior Executive On this 01st day of MAY A.D., 2022 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; 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 Seal Affixed State of Ohio County of Medina ss.: .0..MI.M„ k`:••••••01 --..c•`• z. • f E. o F ePagegire 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, 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 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 day of vO P�1nN .. .ItiSG9 nj SEAL • :mc ..* . 111.111.•..,,` •`$ RTEREo 1848 g Frank A. Carrino, Secretary Secretary BPOAC2 (combined) (03-22) 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 -8R $185.00 Caterpillar D -5M $165.00 2 Backhoes John Deere 310SE $125.00 3 Tractors Ford 7710 4wd wheel tractor $125.00 4 Loaders John Deere 624J $165.00 John Deere 624J $165.00 John Deere 644J $165.00 John Deere 644J $165.00 5 Scrapers Caterpillar 623B $185.00 Caterpillar 621 $185.00 6 Compactors Dynapac 66in Drum Roller $125.00 Bomag 48in Double Drum Roller $125.00 7 Trucks lOyd Dumptrucks $125.00 12yd Dumptrucks $125.00 20yd End Dumps $135.00 20yd Belly Dumps $135.00 22yd Belly Dumps $135.00 24yd Truck and Pups $135.00 8 Compressor Ingersollrand $85.00 9 Generator MQ $85.00 10 Paver Blaw Knox 5510 Paver $350.00 11 Asphalt Milling Equipment CMI 450 $850.00 12 Pulverizer CMI 800 $850.00 13 Motor Grader Caterpillar 140G $165.00 Caterpillar 140G w/automatics $165.00 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 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 (i" N-17 . 2017 (Seal) Y te Davis, Secretary