No preview available
HomeMy WebLinkAboutC08-152y V FACILITIES MANAGEMENT DEPARTMENT (970)328-8880 FAX: (970)328-8899 TDD (970) 328-8797 Email: fineagle@eaglecountyus www. a agl e c o u n ty. u s /fac i l i t i e s tf~GL~ COUNTY NOTICE OF AWARD DATE: May 1, 2008 United Companies 2273 River Road Grand Junction, CO 81502 (970)243-4900 Attn: Kyle Alpha Eagle County, Colorado, having considered the Contract Proposals submitted for improvements to the Eagle County Regional Airport, AIP Project No. 3-08-0020-41, and it appearing that your Contract Proposal of nineteen million, six hundred ninety eight thousand, eighty three dollars and 50/100 cents ($19,698,083.50) for Schedule I: Procurement of Aggregate (Coarse and Fine) for all Schedules, Schedule II: Construct Runway 7/25 Extension, Taxiway "A" Extension and Taxiway Al Paving; Striping and Safety Area Grading, Schedule III: Rehabilitate Existing Runway 7/25 from Sta. 0+00 to Sta. 31+25, Schedule IV: Reconstruct Existing Runway 7/25 from Sta. 31+25 to Sta. 80+00, and Schedule V: Electrical Lighting and Signage from Sta. -10+00 to Sta. 80+00, is fair, equitable and in the best interest of Eagle County, Colorado, and having authorized the work to be performed, the said Contract Proposal is hereby accepted at the bid prices contained therein. In accordance with the terms of the Contract Documents, you are required to execute the formal Contract Agreement and furnish the required Performance Bond and Payment Bond within 30 consecutive calendar days from and including the date of this notice. The Bid Bond submitted with your Contract Proposal will be returned upon execution of the Contract Agreement and the furnishing of the Performance Bond and Payment Bond. In the event that you should fail to execute the Contract Agreement and furnish the Performance Bond and Payment Bond, within the time specified, the Bid Bond will be forfeited to Eagle County, Colorado. P.O. Box 850, 590 Broadway, Eagle, Colorado 8163 I -0850 This Award is subject to the concurrence of the Federal Aviation Administration. Eagle County, Colorado ~ agle, Colorado i By. ~~ Contract Authorized Representative ~ ~ \ k~ W~ ~ G Y1 U C~~~vt ~Gc~a ~. Name and Title / ~~ Date CONTRACT AGREEMENT Eagle County Regional Airport Eagle, Colorado AIP PROJECT N0.3-OS-0020-41 THIS AGREEMENT, made and entered into this 1St day of May, 2008, by and between Eagle County, Colorado, Party of the First Part, hereinafter referred to as the "Owner", and Oldcastle SW Group, Inc dba United Companies of Mesa County, Party of the Second Part, hereinafter referred to as the "Contractor," for the construction of airport improvement including: Schedule I: Procurement of Aggregate (Coarse and Fine) for all Schedules; Schedule II: Construct Runway 7/25 Extension, Taxiway "A" Extension and Taxiway "A1" Paving, Striping and Safety Area Grading; Schedule III: Rehabilitate Existing Runway 7/25 from Sta. 0+00 to Sta. 31+25; Schedule IV: Reconstruct Existing Runway 7/25 from Sta. 31+25 to Sta. 80+00; Schedule V: Electrical Lighting and Signage from Sta. -10+00 to Sta. 80+00; and other incidental work at the Eagle County Regional Airport. WITNESSETH: ARTICLE 1: It is hereby mutually agreed that for and in consideration of the payments as provided for herein to the Contractor by the Owner, the said Contractor shall furnish all labor, equipment, and material and shall perform all work necessary to complete the improvements in a good and substantial manner, ready for use, and in strict accordance with this Contract, a copy of which is filed pursuant to law in the office of the legal representative of the Owner. ARTICLE 2: It is hereby further agreed that in consideration of the faithful performance of the work by the Contractor, the Owner shall pay the Contractor the compensation due him/her by reason of said faithful performance of the work, at stated intervals and in the amount certified by the Engineer, in accordance with the provisions of this Contract. ARTICLE 3: It is hereby further agreed that, at the completion of the work and its acceptance by the Owner, all sums due the Contractor by reason of his faithful performance of the work, taking into consideration additions to or deductions from the Contract price by reason of alterations or modifications of the original Contract or by reason of "Extra Work" authorized under this Contract, will be paid the Contractor by the Owner after said completion and acceptance. ARTICLE 4: It is hereby further agreed that any references herein to the "Contract" shall include "Contract Documents" as the same as defined in Paragraph 10-12, Section 10 of the General Provisions and consisting of the Invitation for Bid, Instruction to Bidders, all issued Addenda, Proposal, Statement of Qualifications, Anticipated Sub-Contracts, Form of Proposal Guaranty, Notice of Award, Contract Agreement, Performance & Payment bonds, Notice to Proceed, Notice of Contractor's Settlement, Wage Rates, General Provisions, Special Provisions, Plans, Technical Specifications, attached appendices and all documents incorporated by reference. Said "Contract Documents" are made a part of the Contract as if set out at length herein. Said Contract Agreement is limited to the items in the proposal as signed by the "Contractor" and included in the "Contract Documents." ARTICLE 5: The Contractor agrees to perform all the work describe in the Contract Documents for the unit prices and lump sums as submitted in the Bid, taking into consideration additions to or deductions from the Total Bid by reason of alterations or modifications of the original quantities or by reason of "Extra Work" authorized under this Agreement in accordance with the provisions of the Contract Documents. ARTICLE 6: The Contractor agrees to commence work within ten (10) calendar days after the receipt of a notice to proceed and the Contractor further agree to complete said work within Calendar days after the notice to proceed. Extensions of the Contract time may only be permitted execution of a formal modification to Contract Agreement as approved by the Owner. Liquidated damages in the amount of $2,500/Calendar day shall be paid to the Airport for that time which exceeds the number of Calendar days allowed in this paragraph. In addition, up to $1,400/Calendar day for the construction manager plus up to $1,200/Calendar day for each additional resident engineer plus any incurred expenses (per diem, lodging, etc.) will be charged for that time which exceeds the number of Calendar days allowed in this paragraph. Please see the Special Provisions, Part C -Airport Requirements, Section 19. Liquidated Damages, for more information. ARTICLE 7: The amount of money appropriated will be equal to or in excess of the contract amount as forth in the notice(s) to proceed. Change orders requiring additional compensable work to be performed, which cause the aggregate amount payable under the contract to exceed the amount appropriated for the original contract, are prohibited unless the contractor is given written assurance by Owner that lawful appropriations to cover costs of the additional work have been made or unless such work is covered under a remedy granting provision of the contract. Notwithstanding anything to the contrary in the Contract Documents the Contractor hereby acknowledges and agrees that Owner's performance under the contract is subject to receipt of funds from the FAA and further is subject to annual appropriation by Owner in accordance with a budget adopted by Eagle County Board of County Commissioners in compliance with the provisions of Article 25, Title 30 of the Colorado Revised Statutes, the Local Goverrunent Budget Law (C.R.S. 29-1-101 et. seq.) and the Tabor Amendment (Colorado Constitution, Article X, Sec. 20). Owner may issue multiple Notice(s) to Proceed in incremental stages as funding becomes available. The total estimated cost for AIP project # 3-08-0020-41 thereof to be nineteen million, six hundred ninety eight thousand, eighty three dollars and 50/100 cents ($19,698,083.50). IN WITNESS WHEREOF, the Party of the First Part and the Party of the Second Part, respectively, have caused this Agreement to be duly executed in day and year first herein written in five (5) copies, all of which to all intents and purposed shall be considered as the original. CONTRACTOR, Party of the Second Part Oldcastle SW Group, Inc. dba United Companies of Mesa County By: Cr g Lamberty President (Office or Position of Signer) (SEAL) AT"1'EST• well L yc c Assistant S retary (Office or Position of Signer) ' ~t~cka_.t2N'•~c~.v'1 (Office or Position of Signer) (SEAL) ATTEST: (> (~ ~l (Office or Position of Signer) t t i 467 DIVISION 2 -CONTRACT PROPOSAL 468 469 47o TO: Eagle County Regional Airport 471 Gypsum, Colorado 472 473 1) The undersigned hereby certifies that they have examined the form of contract, plans 474 and specifications and other associated Contract Documents for the improvement of 475 Eagle County Regional Airport, Project No. 3-08-0020-41. The undersigned further 476 certifies that he/she has examined the site of the work, has determined for 477 himself/herself the conditions affecting the work and subject to acceptance of the 47s proposal, agrees to provide at his/her expense, all labor ,insurance, superintendence, 479 machinery, plant, equipment, tools, apparatus, appliances, and means of construction, aso and all materials and supplies complete the entire work, including work incidental 4s1 thereto, in conformance with the plans, specifications, and associated contract as2 documents. 483 4a4 2) The undersigned acknowledges that the Contract Documents consist of the 4s5 advertisement, invitation for bid, instruction to bidders, all issued addenda, proposal, ass statement of qualifications, anticipated sub-contracts, form of proposal guaranty, notice 4s7 of award, contract agreement, performance and payment bonds, notice to proceed, ass notice of contractor's settlement, wage rates, general provisions, special provisions, as9 plans, technical specifications, attached appendices and referenced documents. 490 491 3) The undersigned, in compliance with your Invitation for Bids dated January 30, 2008, 492 hereby proposes to do the work called for in said contract and specifications and shown 493 on said plans and to furnish all materials, tools, labor, and all appliances and 494 appurtenances necessary for the said work at the following at the following rates and 495 prlCeS: 496 497 ~ Bid Proposal Spreadsheet begins on page 2- 25 498 499 TOTAL BID B Bid ~ Q q ( ase ) , I;~ B . p~33 ~ ~ 500 TOTAL BID IN WORDS n~,.., ~ r":11~,~,. n.v~t1.,.~..~dR~ ~, ~~y 501 f tiNh~6w~.dna..t~ J.~~-1- A ~l.t,P . _1 ~a.l L.J l~ ...~_.~_ e_ c~ 502 503 4) The undersigned understands that the above quantities of work to be done are 504 approximate only and are intended principally to serve as a guide in evaluating the bids. 505 506 5) It is understood that the schedule of minimum wage rates, as established by the 507 Secretary of Labor and included in the Specifications, are to govern on this project, and 5os the undersigned certifies that s/he has examined this schedule of wage rates and that 509 the prices bid are based on such established wage rates. 510 511 6) The undersigned prime contractor, if not a certified DBE, hereby assures that they will 512 make sufficient and reasonable efforts to meet the DBE goals, that they will subcontract 513 3.00 percent of the dollar value of the prime contract to DBE firms, and that they will 514 include the DBE clauses required by the sponsor's DBE Program in all subcontracts 515 which offer subcontracting opportunities. The undersigned will complete and submit with 516 the bid the attached DBE Participation Form. If unable to meet the project goal, the Issued for Bid January 7, 2008 Division 2-1 5ss SfGNATURE OF !D R: 567 568 By 569 Name d Title of Authorized Agent Craig Lamberty, President 570 Oldcastle SW Group, Inc. dba 571 United Companies of Mesa Countv 572 Name of Company 573 2273 River Road 574 Grand Junction, CO 81505 575 Address of Company a Issued for Bid January 7, 2008 Division 2-3 a 57s BID BOND 577 578 0ldcastle SW Group, Inc. dba 579 KNOW ALL MEN BY THESE PRESENTS, that United Companies of Mesa County as 580 Principal, hereinafter called Contractor, and Fidelity & Deposit Company of Maryland , 581 licensed to do business as such in the State of Colorado, as Surety, hereby bind themselves 582 and their respective heirs, executors, administrators, successors, and assigns, unto Eagle 583 County, Colorado, Gypsum, Colorado, as Obligee, in the penal sum of 584 Five Percent o_f To al Amrn,nr Ri ri Dollars ($ 57 of Total Amount Bid 585 for the payment whereof Contractor and Surety bind themselves, their heirs, executors, 586 administrators, successors and assigns, jointly and severally, by these presents. 587 588 WHEREAS, 589 59o The Contractor has submitted to the Obligee, a contract bid dated the _ 30th day 591 of January, 2008 for the following contract: 592 Eagle County Regional Airport AIP Project No 3-08-0020-41 593 594 595 596 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if the Contractor 597 bid is accepted by the Obligee and the Contractor is awarded the contract in whole or in part, 598 the Contractor shall enter into the Contract with the Obligee in accordance with the terms of 599 such bid, give such Payment and Performance Bonds as may be specified in the Contract 60o Documents with good and sufficient surety for the faithful performance of such Contract and for sot the prompt payment of labor and materials furnished in the prosecution thereof, or in the event 602 of failure of the Contractor to enter such Contract and give such bond or bonds, if the Contractor 603 shall promptly pay the Obligee the amount of this bond as set forth herein above, then the 604 obligation shall be null and void, otherwise this obligation will remain in full force and effect. 605 606 IN WITNESS WHEREOF, the above parties have executed this instrument, the 30th day 607 of January , 20 08 608 609 SIGNATURE OF PRINCIPAL (as applicable) 610 611 A. Individual, partnership or joint venture / __ 612 (Signature of sole proprietor or general partner) 613 Oldcastle SW Group, Inc. dba 614 B. Corporation n' e _ 615 a orporate Principai 616 617 Atte gy 618 Asst. Secretary eal) r g am erty, rest ent 619 Lowell La cock 62o SIGNATURE OF SUETY Name and address of Corporate Surety 621 Fidel i~,y & Denosi t ('.om~~y of ita~y-7 and 622 1400 American Lane, Tower I, 19th F7.oci 623 Schaumbur IL 60f1~96-1056 624 By ~r~U~ILfiJ-•~ ~ {S:~a{~ 625 Attorney in Fact (attach power of attorney) Richard Landes, Attorney-in-Fact Issued for Bid Division 2-5 January 7, 2008 °~ Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by M. P. HAMMOND, Vice President, and GERALD F. HALEY, Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of the By-Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date e dds by nominate, constitute and appoint Craig LAMBERTY, Lowell LAYCOCK, Richard LAND a lip RATHER, all of Grand Junction, Colorado, EACH its true and lawful agen ct ° eal and deliver, for, and on its behalf as surety, and as its act and deed: n o Oldcastle SW Group, Inc. dba United Companies of Mesa, Gran t~ o cl of to ezceed the sum of $1,000,000 and the execution of such bonds or ul=su ° , shall be as binding upon said Company, as fully and amply, to all in~~Ty~~ , as ' tl>~ executed and acknowledged by the regularly elected officers of the Company at i e~i B d(,~ eir own proper persons. ~' 'The said Assistant ° s by certify that the ext<act set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- said Company, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 26th day of September, A.D. 2006. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'gyp DEPps~i ~~ ~~V~ ~p tl ; J ~MUr- -p ~ l1l / / ~~~.lff' By: Gerald F. Haley Assistant Secretary M. P. Hammond Yice President State of Maryland 1 ss: City of Baltimore f On this 26th day of September, A.D. 2006, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. P. HAMMOND, Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ~~~ r ~i O'•••. ' t l..G~ ~ /,,~~ 11111th ,,``` f Maria D. Adamski Notary Public ` My Commission Expires: July 8, 2007 035 POA-F 020-8022M f 'i 637 638 639 E 640 641 642 643 644 645 64s 647 648 649 650 651 652 653 654 655 656 657 658 ~ 659 660 661 662 663 664 665 666 667 668 669 670 671 . 672 673 r 674 j 675 676 677 ~ 678 ~ 679 680 '~ 681 682 683 684 685 686 687 CONTRACTOR INFORMATION 1) Name of Bidder/Contractor: oldcastle SW Group, Inc. dba United Companies of Mesa County 2) Type of Business Entity: corporation NOTE: If bidder is partnership or joint venture, give full names of all partners or joint ventures. Bid must be signed by all Joint Ventures. If bidder is a limited liability company, bid must be signed by an authorized manager (may be signed by member-manager if LLC is organized to allow management by members). 3) Address of Contractor: 2273 River Road Grand Junction, CO 81505 4) Telephone: 970-243-4900 Fax: 970-243-5945 E-mall: j rinderle@united-gj . com 5) Established where and when: 1953 - Grand Junction, Colorado 6) Contractor's Banking Information: Wells Fargo, 359 Main Street, Grand Junction, CO 81501 Telephone: 970-248-4841 7) Principal Officers of Contractor (managers and members if LLC): Name: Craig Lamberty Name: Title: President Title: Name Title: Name: Title: Issued for Bid January 7, 2008 Lowell Lavcock Name: Title: Assistant Secretar Division 2-7 Name: Title: '13 SUBCONTRACTOR/MATERIAL SUPPLIER LIST ;~ 5 The Bidder shall provide information on all subcontractorslmaterial suppliers bidding or quoting on subcontracts for this project. Name of Firm Address Type of Work to be Performed on Contract Licensed in Yes No State Contractors License # Class pBE Yes No Certification Number Bid Amount Date Firm Established *GRS G '~ 1222 '~ t q~' 3 sas~ ~~ 6s s 4s1- ,~ ---~ ~- aq~- a a Pa• ~ ~A p -~ >~~ts~toi ~ ~, RV~~ S ~$'? 5, W 5 ?~? G R.• W / tt~ 7 S'3D$`T7 ~/ `^' 1 v Z. ~,n.~a.lk~/ ITl:la.w~~~.. ~ 3c.i i~w.l.•.-~er ~ ~ ddp qZ I Vet tiN. S'D R.c~ ' / 0 S~ ~ ~ s is oaf ~ ~Y ~ ~'~ '17 *GRS • Annual Gross Receipts '18 Enter 1 for less than $1 million '19 Enter 2 for more than $1 million but less than $5 million '20 Enter 3 for more than $5 million but less than $10 million '21 Enter 4 for more than $10 million but less than $15 million '22 Enter 5 for more than $15 million Issued for Bid Division 2-9 January 7, 2008 - 723 DISADVANTAGED BUSINESS UTILIZATION COMMITMENT 724 725 `~ The bidder agrees to expend at least ~ percent DBE utilization on this project. 726 727 The bidder (if unable to meet the goal of % DBE) is committed to a minimum i 728 of % DBE utilization on this project and has submitted documentation t 729 showing good faith effort. 730 731 NOTE: Failure to submit a "Good Faith Effort" at the time of the Bid opening may result in 732 the bid being considered as non-responsive. 733 734 For the purposes of this commitment, the term "Disadvantaged Business Enterprise" shall 735 mean a business: 736 737 a. Which is at least 51 percent owned by one or more minorities or women, or in the case 738 of a publicly owned business, at least 51 percent of the stock of which is owned by one { 739 or more minorities or women; and 740 741 b. Whose management and daily business operations are controlled by one or more such 742 individuals. 743 7aa "Disadvantaged Group Member" or "Disadvantaged" means a person who is a citizen or } 745 lawful, permanent resident of the United States, and who is: 746 ` 747 a. Black (a person having origins in any of the black racial groups of Africa); 748 749 b. Hispanic (a person of Spanish or Portuguese culture, with origins in Mexico, South or 75o Central America, or the Caribbean Islands, regardless of race); 751 752 c. Asian American (a person having origins in any of the original peoples of the Far East, 753 Southeast Africa, the Indian subcontinent, or the Pacific Islands); 754 l 755 d. American Indian or Alaskan Native (a person having origins in any of the original 756 peoples of North America); 757 758 e. Member of other groups, or other individuals, found to be economically and socially 759 disadvantaged by the Small Business Administration under Section 8(a) of the Small i 76o Business Act, as Amended 15 U.S.C. 637 (a); ~ 761 762 f. A female person who requests to be considered as a DBE, and who "owns" and 763 "controls" a business as defined ,herein. 764 765 Disadvantaged Business Enterprises may be employed as contractors, subcontractors, or 766 suppliers. 767 Date: January 30, 2008 768 Oldcastle SW Group, Inc. dba 769 United Companies of Mesa County 770 Company 771 Craig,,Lam~rt ,President 772 orized Agent (print) 773 774 Signature of Authorized Agent Issued for Bid Division 2-11 January 7, 2008 775 776 777 ~ 77s 77s DBE PARTICIPATION FORM The undersigned, hereby assures that s/he will ensure DBE participation for the amount(s) shown, if awarded a contract for this project in the amount of $: (1 ~ ~ ~p ; ~p Name of DBE Firm: .on~1.d~ low..ne,w..~_ DBE Contract Amount: ~ (~ ~i C~cau , w °1o Percent of Total Contract: 3 DBE Firm Address: ~Ols? 1`j ~~,.,~~,,,,.e,r~.~ "tha,~~'.~ Q02Z9 -CX.`~ DBE Contact Person: Name:_~~e,, (',p1~t Phone: 3+D3 12l • $?ASS The DBE is a: ^Prime Contractor ^Subcontractor ^Manufacturer []Supplier 780 t 781 Category of DBE: ^Native American ^Black Work to be performed by DBE:~?t~,lia~' DBE Certification Agency: Expiration Date: Name of DBE Firm: DBE Contract Amount: DBE Firm Address: ^Hispanic ^Asian Pacific i on-minority Woman ^Other Percent of Total Contract: DBE Contact Person: Name: Phone: The DBE is a: Prime Contractor Subcontractor Manufacturer ^Supplier Category of DBE: ^Native American ^Black Work to be performed by DBE: DBE Certification Agency: Expiration Date: Name of DBE Firm: DBE Contract Amount: DBE Firm Address: ^Hispanic ^Asian Pacific ^Non-minority Woman ^Other Percent of Total Contract: DBE Contact Person: Name: Phone: The DBE is a: Prime Contractor Subcontractor Manufacturer ^Supplier Category of DBE: ^Native American ^Hispanic ^Asian Pacific ^Black ^Non-minority Woman ^Other Work to be performed by DBE: DBE Certification Agency: Expiration Date: 7s2 783 Issued for Bid January 7, 2008 Division 2-13 775 776 777 778 779 f . Tao 781 DBE PARTICIPATION FORM The undersigned, hereby assures that s/he will ensure DBE participation for the amount(s) shown, if awarded a contract for this project in the amount of $: Name of DBE Firm: DBE Contract Amount: - DBE Firm Address: DBE Contact Person: Na The DBE is a: Percent of Total Contract: me: Phone: ^Prime Contractor ^Subcontractor ^Manufacturer ^Supplier Category of DBE: ^Native American ^Biack Work to be performed by DBE: DBE Certification Agency: ease me u e a ^Hispanic ^Asian Pacific ^Non-minority Woman ^Other Expiration Date: Name of DBE Firm: DBE Contract Amount: % Percent of Total Contract: DBE Firm Address: DBE Contact Person: Name: Phone: The DBE is a: Prime Contractor Subcontractor Manufacturer Supplier Category of DBE: ^Native American ^Biack Work to be performed by DBE: DBE Certification Agency: ease inc u e a ^Hispanic ^Asian Pacific ^Non-minority Woman ^Other Expiration Date: Name of DBE Firm DBE Contract Amount: % Percent of Total Contract: DBE Firm Address DBE Contact Person Name: Phone: The DBE is a: Prime Contractor Subcontractor Manufacturer ^Supplier Category of DBE: ^Native American ^Biack Work to be performed by DBE: DBE Certification Agency: ease inc u e ^H~spanic ^Asian Pacific ^Non-minority Woman ^Other Expiration Date: 782 783 Issued for Bid January 7, 2008 Division 2-13 815 CERTIFICATION OF NONSEGREGATED FACILITIES 816 817 818 The Federally-assisted construction contractor certifies that he will not maintain or provide, for his 819 employees, any segregated facilities at any of his establishments and that he does not permit his E 82o employees to perform their services at any location, under his control, where segregated facilities 821 are maintained. The Federally-assisted construction contractor certifies that he will not maintain or 822 provide, for his employees, segregated facilities at any of his establishments and that he will not 823 permit his employees to perform their services at any location under his control where segregated 824 facilities are maintained. The Federally-assisted construction contractor agrees that a breach of 825 this certification is a violation of the Equal Opportunity Clause in his contract. 826 827 As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, 828 restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms and 829 other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, 83o transportation, and housing facilities provided for employees which are segregated on a basis of 831 race, color, religion, or national origin because of habit, local custom, or any other reason. The 832 Federally-assisted construction contractor agrees that (except where he has obtained identical 833 certifications from proposed subcontractors for specific time periods) he will obtain identical 834 certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 835 which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain ~ 836 such certifications in his files. 837 838 839 840 841 842 843 •'844 845 f 846 i( 847 848 849 850 Date: January 30, 2008 Oldcastle SW Group, Inc. dba United Companies of Mesa County Company Craig Lamberty, President Au~thori~ed Agent (print) Signature of Authorized Agent Issued for Bid Division 2-15 January 7, 2008 l 851 852 853 854 855 856 857 858 859 860 861 862 863 864 865 866 as7 868 869 870 871 s72 873 874 E 875 s7s 877 87s 879 880 8s1 882 883 884 885 ~` 886 887 888 889 890 891 892 j 893 894 895 EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT Each bidder shall complete and sign the Equal Employment Opportunity Report Statement. A bid may be considered unresponsive and may be rejected, in the Owner's sole discretion, if the bidder fails to provide the fully executed statement or fails to furnish the required data. The bidder shall also, prior to award, furnish such other pertinent information regarding its own employment policies and practices as well as those of its proposed subcontractors as the FAA, the Owner, or the Executive Vice Chairman of the President's Committee may require. The bidder shall furnish similar statements executed by each of its first-tier and second-tier subcontractors and shalt obtain similar compliance by each subcontractor, before awarding subcontracts. No subcontract shall be awarded to any non-complying subcontractor. Equal Employment Opportunity Report Statement As Required in 41 CFR 60-1.7(b) The bidder shall complete the following statements by checking the appropriate blanks. Failure to complete these blanks may be grounds for rejection of the bid: 1) The Bidder has x has not _ developed and has on file at each establishment affirmative action programs pursuant to 41 CFR 60-1.40 and 41 CFR 60-2. 2) The Bidder has x has not participated in any previous contract or subcontract subject to the equal opportunity clause prescribed by Executive order 11246, as amended. 3) The Bidder has X has not _ filed with the Joint Reporting Committee the annual compliance report on Standard Form 100 (EEO-1 Report). 4) The Bidder Does X does not _ employ fifty or more employees. Date: January 30, 2008 Oldcastle SW Group, Inc. dba United Companies of Mesa County Company Craig Lamberty, President ~;/ Ayt~roriz~ gent (print) t i/i j Signature of Authorized Agent Issued for Bid Division 2-17 January 7, 2008 I 896 NOTICE TO BIDDERS 897 898 BUY AMERICAN -STEEL AND MANUFACTURED PRODUCTS 899 (JAN 1991) 900 901 a. The Aviation Safety and Capacity Expansion Act of 1990 provide that preference be given 902 to steel and manufactured products produced in the United States when funds are 903 expended pursuant to a grant issued under the Airport Improvement Program. The f 904 following terms apply: I 905 I 9os (1) Steel and Manufactured Products. As used in this clause, steel and manufactured 907 products include (1) steel produced in the United States or (2) a manufactured product 9os produced in the United States, if the cost of its components mined, produced or l 909 manufactured in the United States exceeds 60 percent of the cost of all its components 910 and final assembly has taken place in the United States. Components of foreign origin 911 of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) 912 shall be treated as domestic. 913 914 (2) Components. As used in this clause, components mean those articles, materials, and 915 supplies incorporated directly into steel and manufactured products. 916 917 (3) Cost of Components. This means the costs for production of the components, 918 exclusive of final assembly labor costs. 919 92o b. The successful bidder will be required to deliver only domestic steel and manufactured 921 products, except those: 922 923 (1) that the U.S. Department of Transportation has determined, under the Aviation Safety 924 and Capacity Expansion Act of 1990, are not produced in the United States in sufficient 925 and reasonably available quantities and of a satisfactory quality; 926 . ( 927 (2) that the U.S. Department of Transportation has determined, under the Aviation Safety l 92s and Capacity Expansion Act of 1990, that domestic preference would be inconsistent 929 with the public interest; or f 930 !{ 931 (3) that inclusion of domestic material will increase the cost of the overall project contract 932 by more than 25 percent. Issued for Bid Division 2-19 January 7, 2008 933 BUY AMERICAN CERTIFICATE 934 (JAN 1991) 935 936 937 By submitting a bid/proposal under this solicitation, except for those items listed by the bidder 938 below or on a separate and clearly identified attachment to this bid/proposal, the bidder certifies 939 that steel and each manufactured product, is produced in the United States (as defined in the 94o clause Buy American - Steel and Manufactured Products or Buy American - Steel and 941 Manufactured Products for Construction Contracts) and that components of unknown origin are 942 considered to have been produced or manufactured outside the United States. 943 944 Bidders may obtain from Eagle County, Colorado fists of articles, materials, and supplies accepted 945 from this provision. 946 947 948 949 950 951 952 953 954 955 956 957 958 959 ~ PRODUCT ~ COUNTRY OF ORIGIN ~ Date: January 30, 2008 Oldcastle SW Group, Inc. dba United Companies of Mesa County Company Craig Lamberty, President ~ Autho~d A t (print) Signature of Authorized Agent Issued for Bid Division 2-21 January 7, 2008 i 961 STATE OF COLORADO 962 CERTIFICATION STATEMENT REGARDING ILLEGAL ALIENS 963 964 965 The Contractor, whose name and signature appear below, certifies and agrees as follows: 966 i 967 1) The Contractor shall comply with the provisions of CRS 8-17.5-101 et seq. 968 969 Z) The Contractor shall not knowingly employ or contract with an illegal alien to perform work 97o under this contract or enter into a contract with a subcontractor that knowingly employs or 971 contracts with an illegal alien. 972 E s73 3) The Contractor represents, warrants, and agrees that it (i) has verified that it does not I 974 employ any illegal aliens, through participation in the Basic Pilot Employment Verification 975 Program administered by the Social Security Administration and Department of Homeland 976 Security, or (ii) otherwise shall comply with the requirements of CRS 8-17.5-102(2)(b)(I). _ 977 978 4) The Contractor shall comply with all reasonable requests made in the course of an 979 investigation by the Colorado Department of Labor and Employment. If the Contractor fails 98o to comply with any requirement of this provision or CRS 8-17.5-101 et seq., the County may 9s1 require the Owner to terminate the above referenced Contract for breach and the 982 Contractor shall be liable for actual and consequential damages to the County. 983 s84 5) The Contractor shaft not use the Basic Pilot Verification Program procedures to undertake say pre-employment screening of job applicants while these services are being performed. 986 s87 6) If the Contractor obtains actual knowledge that a Subcontractor performing work under this sss contract knowingly employs or contracts with an illegal alien, the Contractor shah be 9s9 required to: 990 991 a. Notify the Subcontractor and the Owner within three days that the Contractor has 992 actual knowledge that the Subcontractor is employing or contracting with an illegal 993 alien; and 994 995 b. Terminate the Subcontract with the Subcontractor if within three days of receiving the 99s notice the Subcontractor does not stop employing or contracting with the illegal alien; 997 except that the Contractor shall not terminate the contract with the Subcontractor if 998 during such three days the Subcontractor provides information to establish that the 999 Subcontractor has not knowingly employed or contracted with an illegal alien. 1000 . 1001 CERTIFIED and AGREED to this 30 day of January , 200 8 1002 1003 Oldcastle SW Group, Inc. dba 1004 VENDOR: United Companies of Mesa County 1005 Leg Name) 1006 ; 1007 BY: 1008 ~ Signature of Authorized Representative 1009 Craig Lamberty, President 1010 January 30, 2008 1011 Date Issued for Bid Division 2-23 January 7, 2008 BID PROPOSAL SUMMARY Name: Schedule I Total $ 3 , ~O~(,p~, ~ T Schedule II Total $ ~, 02?, ~{2p . w Schedule III Total $ 2 ~ b~t,E , , Lod . w Schedule IV Totaf $ g gr ~ ~ ~ ~~ Schedule V Total $ f ~c~ , ~t~G, , W Total All Schedules: $ ~ ~} . (og $ r 08 3.50 Issued for Bid January 7, 2008 Division 2-25 SCHEDULE I BID PROPOSAL Estimated Item No. Description Units Quantity Unit Price Total at the unit price ~~ ~,~,~..,,~ of:~,.~.~1~•._~l~a~" dollars and P100a Mobilization ~ cents. LS 1 $ $ ~ at the unit pace of:l~,~~_ ~nOwOAnt~llollars and P100b Stock ile Protection cents. LS 1 $ ~S (7C~0 . dC~ $ ~s . Ot7 at the unit price Procurement of Subbase of:~i~f~ ~p dollars and ~j P154a Course Material cents. CY 29500 $ 4 2 • f.Tt~ $ 'JQ Procurement of Crushed at th unit price Aggregate Base Course of: dollars and P209a Material cents. CY 20320 $ W $ ~ 3~ ~ ~ . W at t e unit price Procurement of Bituminous of: dollars and P401 a Pavin Course 3/4" A1ix _ cents. TON 97995 $ (1 `"' $ ~ 3~ l q 30 . h0 TOTAL SCHEDULE I TOTAL $ ~ ~ 3,16too, (,5a Issued for Bid January 7, 2008 Division 2-26 SCHEDULE II BID PROPOSAL Estimated Item No. Description Units Quantity Unit Price Total at the unit price ~ ~ of:'(.A~ }uir~[~dllars and P100a Mobilization cents. LS 1 $ W $ ~07 Asphalt Concrete Pavement at the unit price Removal Partial - 2" (Butt of: fwd dollars and P140c Joint) cents. 5Y 6060 $ 2. uD $ ~ ~ . {7Zj at the unit price Asphalt Concrete Pavement of: ~--'h.A.t.P dollars and P140d Removal Partial - 3" cents. 5Y 1725 $ h? _ $ ~ (Z S fJO Place and Compact Rotomill at the unit price Tailings (Under Airfield of:~y,~y„~/~~,~„i dollars and J ~ P140i Pavement) cents. CY 3180 $.~. ~ $ at the unit price of:.~y ~{~~ dollars and P152a Unclassified Excavation _ cents. CY 19760 $ ~ $ 5 Cs'O at the unit price of: ag„~~p dollars and P152b Sub rade Preparation cents. SY 41020 $ .'75~ $ ~, at the unit price Placement of Crushed of: ~~,.o,~r-i C3.~16 dollars and P209b A re ate Base Course cents. CY 5600 $ ~"? $ ~yrj' ap . w at the unit price of: py~, dollars and P310a Stabilization Fabric cents. SY 35910 $ ~ . ~7'C _ $ S / ~ , at the unit price Placement of Bituminous of: pin.[ dollars and P401b Pavin Course 3/4" Mix cents. TON 24210 $ ~ $ (,~ ~ Q, ~ at the unit price of:~ r sand P401c Modified Bituminous Material cents. TON 1575 $ ~5~. v1~ ~ $ ~ Z + at the unit price of: dollars and P603a Bituminous Tack Coat cents. GAL 13200 ~ $ n t u ~ $ IN . at the urnt price Temporary Runway and of: ~ dollars and ~ P620a Taxiwa Painting cents. SF 49850 $ ~ $ a55 . Issued for Bid January 7, 2008 Division 2-27 at the unit price Permanent Runway and of: (7 dollars and P620b Taxiway Paintin cents. SF 49850 $ (, (~ $ ~) ~ . !A Permanent Pavement at the unit price Markings (Displaced of: +fl dollars and P620c Threshold) cents. SF 15950 $ ~.Q 0 QQ $ -i57 ~ • Cr0 at the unit price Pavement Marking Obliteration of: O dollars and P620e (by Protectar) cents. SF 47880 $ ~ ~ W $ ~i 7 ~ . at the unit price P650a Runway Sawcut Groovin of: b~/L~ dollars and cents. SY 14445 $ ~ - ~ $ ~ ~ y'~ S V'O at the unit price Install 6-Inch Perforated of:~•f~ ~wAp dollars and D705a Pol eth lene Pipe Underdrain V cents. LF 4340 $ Z . t~ $ ( ~Z 2~0 - W at the unit price Install 6-Inch Non-Perforated of: `kln,i flw~ ~f~„[ dollars and - - D705b Pol eth lene Pipe Underdrain T _ ~ . LF 295 $ ~ $ to Sch. 40 PVC Pipe from at the unit price Electrical Light Base to of: ~~~ .~~,~1,,.~. dollars and D705c Underdrain Trench ~ cents. LF 140 $ ~ ~ $ L ? ~,Q . ~ at the unit price ~ ~ ~~~~ f 'T~s ' a' ~ D751a Install Inspection Pit o : o a n cents. EA 4 $ ~ $ [N at the unit price ' of: (Zy~~ ~MIWIq,.,a~l ~~dl oo la ~ D751b Install Cleanout cents. EA 15 $~j' $ . lTt7 at the unit price Tie to Existing Storm Drainage of: ~rtso ~e-U~wJ~ dollars and D751f Structure cents. EA 2 $ $ ~ at the unit price f bl ~ ~ ~ D751 Remove Existing Cleanout :~„t o ar +W~l AhaAG~+t cents. EA 1 $ ~ . ~ $ ~ 7 ~• ~ Install 12-Foot Chain-L;nk at the unit rice Fence with 3 Strand Barbed of: dollars and ro F162a Wire cents. LF 4725 $ io $ (/ ZS~. at the unit price s Install 24 Foot Double Swing of:.~ s ~„~~,1 0 tars and F162b Gate cents. EA 1 $ W $ db . ~ Issued for Bid January 7, 2008 Di~~ision 2-28 r---•- k. at t e unit price ,_,~,._,~~ t nstail 24-Foot Mechanical of• ">~ollars and ~ ~ F162c Slidin Gate cents. EA 1 $ $ at the unit price ~I,y ` -_ ~_ `-~ 1 ~ ~ Install 16-Foot, One Way Exit, d of: l "~ni' t~ ~ ~ ~~ F162d Mechanical Slidin Gate cents. EA 1 $ vV $ Install 4-Foot Pedestrian Swing at th@ Unlt DfICe n o~. d~•s ~•-~v~a,~ aka u~ ars and ~ G ,~ .~ ( F162e Gate _ I cents. EA 3 $ $ ~ at the unit price Remove Existing Mechanical of: dollars and ~ ~ F162f Gate cents. EA 2 $ $ at the unit price of: ~~~ dollars and ~ ru F162 Remove Existin Fence cents. LF 4420 $ $ at the unit price Remove Existing 24 Foot of:-~'1i..e-~J ~•~•~1~iC~ dollars and ~ .~ $ ~ F162h Double Swin Gate cents. EA 1 $ • at the urnt n e Remove Existing Pedestrian of: f~~~~ ~t d ~+ollars and ~ ~.p S~ N.J $ 3~`s F162i Swin Gate . EA 3 - $ Install 24-Foot Mechanical at the unit price ~Q Sliding Gate, Complete with pf:~1'hw~1-u ~~ ~Me~w.a.~llars and ~ ~ ~ ~O ~ ~~ ' F162' Associated Electrical Items ents. ~+~"' EA 1 . $ at the unit price of j)us ~In.e.~u.~-~ ~61 ars and ~,p ~ r~ $ ~ ~~ • T901 a Seedin W ith H dromulch nts. AC 6 $ • at the unit rice of: dollars and yo w $ ~ • T905a To soil Stri in cents. CY 720 $ ~ at the unit price of: dollars and ,;c~ ~ 8 -~ $ 3~ T905b To soil Placement cents. CY 2035 , $ at t e unit price ~J~,~,,~ "dollars and w Install Runway 25 Temporary of: ~ 1 ~ $ ~ ' $ ~" L400a Dis laced Threshold cants. • LS T OTAL CHEDULEIITOTAL $ ~l~ 02?~ 4,20 ,w Issued for Bid January 7, 2008 Division 2-29 - --- -- -- - --- _____ --T--- .._._, ,~-~. -_-- , .___~_., ,.,,.-~.., ._----, _-____, -----~ SCHEDULE III BID PROPOSAL Estimated Item No. Description Units Quantity Unit Price Total at the unit price ,~p~,~ of: cj d dollars and P100a Mobilization cen s. LS 1 $ ~ ~~ ~ /~~ /~.~.~ $ ~!/ VW • ~ at the unit price Asphalt Concrete Pavement of: .~~~ dollars and r~ P140a Removal Partial - 1 5" cents. SY 5305 $ ~ $ ~ ~ ~~ - at the unit price Asphalt Concrete Pavement of: .~Wa dollars and ~ ~ ,,' P140d Removal Partial - 3" cents. SY 57670 $ $ ~ ~7• at the unit price of: _L~tfl~" dollars and .•u P152a Unclassified Excavation cents. CY 12800 $ $ j OZ `"r ~ . at the unit price Placement of Bituminous of: dollars and ~ P401b Pavin Course 3/4" Mix cents. TON 11550 $ ~ $ (,Qt'.70 . at the unit price f ~ h ~ ~ ~ ~ P401c Modified Bituminous Material o : ~.~( . r~t dol cents. TON 755 _ $ ~ ,s - ~ G~ $ ~ 11P ~' 7~- ~ at the unit price of: ~-~wC.Q~v.~ dollars and ZS ~ P601a Crack Seaiin ents. LF 6500 $ 12• $ 7 S- at the unit price P603a Bituminous Tack Coat of: ,~.~p dollars and cents. GAL 12695 l~ $ vo $ $! ~1~ . at the unit price Temporary Runway and of: _ ~ dollars and P620a Taxiwa Paintin cents. SF 56850 $ _ $ "7 5 _ l~ at the unit pr e Permanent Runway and of: ~ dollars and P620b Taxiwa Paintin cents. SF 56850 $ • [,i $ 3~ '° Permanent Runway Painting at the unit price of:_ ~ dollars and P620d (Temp. RW markings) ~' cents. SF 22185 $ $ / 7j s//. N at the unit pric Pavement Marking Obliteration of:_ ~ dollars and P620e (by Protectar) cents. SF 20025 $ ~ ~ $ ~ UD 7. S~ at the unit price of: ~ihf dollars and P650a Runwa Sawcut Groovin cents. SY 45140 $ Uti ~ $ s~ /~d• Issued for Bid r January 7, 2008 Division 2-30 at th unit pace of: dollars and D751d Adjust Inspection Plt cents. EA 5 $ 5 ~ ~ $ ~S~ (TQ~ . at the unit price of:~~.Otn~.a,o..,.-C'f GtG1~1d~ilars acid D751e Adjust Cleanout ce s. EA 11 $ ~ to $ ~ at the unit price a d of:r~ -~•.oti,,r,~„r,¢~ dollars n T901a Seedin With H dromulch cents. AC 16 $ ~ ~ , ~ $ ~ , l~.J at the unit price of: ~~,~,~ do[lars and T905a Topsoil Strippin cents. CY 8095 $ . ~ $ ~8 . at the unit price of: dollars and T905b Topsoil Placement cents. CY 8095 $ ~,3 - w $ s 235.. • ~ I V I AL ,(~FItUULt III I U I AL ~ ^' w~ , I ` r `~ + K7 Issued for gid January 7, 2008 Division 2-31 SCHEDULE IV BID PROPOSAI Estimated Item No. Description Units Quantity Unit Price Total at the unit price P100a Mobilization cents. LS 1 $ '~ s ta.a $ '•~ ,r ~ at the unit price Asphalt Concrete Pavement of: .'~•S ~Q dollars and P140b Remova! Partial - 2" , cents. SY 5640 nn $ mac. S~j ~ $ at the unit price Asphalt Concrete Pavement of: •~-(a.,-.p dollars and ~ '~ P140d Removal Partial - 3" cents. SY 10350 $ . S~ $ ~S ?S at the unit is Asphalt Concrete Pavement of: ~~i-~~/ dollars and a~ P140e Removal Complete - 4" cents. SY 2300 $ $ D at the unit price Asphalt Concrete Pavement of: dollars and P140f Removal Complete - 8" cents. SY 3335 $ y. r ~ $ ~ 5 3~/>• at the unit price Asphalt Concrete Pavement of: ~1,/wa dollars and P140 Removal Complete - 16" cents. SY 51630 $ . s~ _ $ 3 tv5 "' at the uni ri Asphalt Concrete Pavement of: fLe~+•- dollars and ~ P140h Removal Complete - 27" cents. SY 29625 $ 7 ~ ~ $ Place and Compact Rotomill at the unit price Tailings (Under Airfield of:_~~~~.,,....,._ dollars and ~ ~ P140i Pavement cents. CY 15735 $ . $ S~ (/Z7 Place and Compact Rotomdl at the unit ice Tailings (On Perimeter Roads of: ~,?•~iv-~/' dollars and am ~ P140' and Parkin Lots ents. SY 39500 " . 1 S $ J $ D 7S~ . ~ at the unit price of: dollars and P152a Unclassified Excavation cents. CY 38490 $ $ 8 1D ~S~ .fl at the unit ric of: ,R dollars and P152b Subgrade Preparation cents. SY 88400 $ ~ $ (/ ~ at the unit price of: -'~~yv.,~-~ dollars and P154b Placement of Subbase Course cents. CY 29500 $ 'S~ $ ZSr ~ at the u it p ice Placement of Crushed of: .a dollars and P209b A re ate Base Course ents. CY 14720 /~ $ c[ 3• ~S~ $ 3 Qp . ~ Issued for Bid January 7, 2008 Diws~on 232 at the unit price of: ~ dollars and P222a Soil Sterilization cents. SY 87000 $ ~ ~ $ ~ OD . `~ at the unit price of: p~~ dollars and P310a Stabilization Fabric cents. SY 94980 $ , 7i0 $ ~ ~ ~(~ • w at the unit price Placement of Bituminous of: dollars and P401b Pawn Course 3/4" Mix cents. TON 62235 $ ~/'.'~1I0 $ Z.q 7 !ro at the nit rice ~~~ ~~ __~~..,,~~ of: O ~Kw"'cTolla'rs nd P401c Modified Bituminous Material cents. TON 4045 $ J~Z~~ =~ $ ~ 3 ZS . ~ at the unit price of: 'dollars and P603a Bituminous Tack Coat cents. GAL 36515 $ 2 • v0 $ 7.3 030 . +A at the unit pric Temporary Runway and of: dollars and w P620a Taxiwa Palntin cents. SF 57100 $ ~ $ at the unit price Permanent Runway and of: (~ dollars and ~ P620b Taxiwa Paintin cents. SF 86435 $ ~ b $ 5 la ~ • Pavement Marking Obliteration at the unit price (Temp. RW markings by of: Gv~p dollars and ~ P620f sandblastin cents. SF 20640 $ ! , t!~ $ ~O (a~(O . at the unit price of: p,n.P dollars and P650a Runwa Sawcut Groovin cents. SY 70420 $ ~ $ ~ D ~~ • ~ at the unit price Install 6-Inch Perforated of: dollars and D705a Pol eth lene Pi e Underdrain cents. LF 9550 $ ~ Z • 7 LP $ ~7 d ~S'$ , ~ at the unit price Install 6-Inch Non-Perforated of: ~.M,4.v1 /3~~ dollars and D705b Polyeth lene Pipe Underdrain ~ cents. LF 2020 $ ~o • w $ Z ~ Sch. 40 PVC Pipe from at th unit price Electrical Light Base to i of: dollars and W ~ B ~ ~ ~ ~ D705c n Trench Underdra cents. LF 50 $ . $ • Issued for Bid January 7, 2008 Division 2-33 a at the unit price ~,,,,,~,~„~ of: ~yw~ aM~,yw~.{~ ~.t x5lollars and D751a Instail Inspection Pit cents. EA 21 $ ~ ~ $ 8 at the unit price ~,~•~,~~i of: c~..P ~'~.Aro w..t1 ~x,~dollars and D751 b Install Cleanout cents. EA 14 $ ~ t{ tab , ~ ~ $ at the unit price ~ ~~~ ~~ ' ~ ofd ~M,prv..~/~ hw.. dollw a s en d D751c Install Underdrain Headwall cents.. EA 5 $ ~ vo $ ~ at the unit price of: ~,vv< ~nA•vao~.~ dollars and `~ W D751d Adjust inspection Pit cents. EA 2 $ $ ~ O pt70 at the unit price ~~,~~1 of: ~{~.t,t ~ke~,~.•-e~ ~+n~ydollars and D751 e Adjust Cleanout cents. EA 4 $ ~ $ ~2 lX~ • +'`~ at the unit price Tie to Existing Storm Drainage of: ~Jp ~,AM a•-~-~~ dollars and w D751f Structure ~ cents. EA 3 $ y° $ OW . at the unit price ~ ~ ~ of:~ ~h^,.qw..~ t„~11,,~dollar s an d D751 Remove Existin Cleanout c nts. EA 3 $ "'~ $ ~ Op ~O at the unit price ~~~ ' - D751h Adjust Storm Manhole i sand of: 5..4.r•c,,,. ~~...A .tiwl~fol ar ce ts. EA 1 $ ~ ~ $ ( t~_.3 at the unit price ~ T901a Seedin With H dromulch of: oliars and cents. AC 38 $ ~S• ~° $ GJ3 ~qa . w at the unit price T901b Install Erosion Control Blankets of: dollars and cents. SY 7915 $ L'`~ $ S O • `~ at the unit price of: /~~v~C dollars and T905a Topsoil Stnppin cents. CY 22705 $ ~ $ ~ ~ ~ .S~ at the unit price T905b Topsoil Placement of: dollars and cents. CY 20110 $ ~ 3. 1 S' $ 2 t~ HY ~S"a TOTAL SCHEDULE tV TCTAL $ ~ gSS~ ~ >so . ~o issued for Bid January 7, 2008 Drouion 2-34 SCHEDULE V BID PROPOSAI Estimated Item No. Description Units Quantity Unit Price Total at the unit price of: Ilars and P100a Mobilization cents. LS 1 $ ~ $ ~ ~ i.f~ Remove Existing 12 Foot Lighted Windcone And at the unit price ~„~,~ Reinstall At New Grade On of:,~p~.p~,yp,~ ~ dollars and L107a New Foundation cents. EA 1 $ "~ $ SEA ,'^~ Remove Existing Windcone Power Frame and Reinstall at at the unit price ~~~ New Grade on New of:~,~Q~o-ns.o..~l~ dollars and L107b Foundation cents. EA 1 $ pa , ~ $ a ~"J at the unit price of: dollars and L108a L-824C #8 AWG 5000v Cabie cents. LF 64800 $ $ ~ Cj' q ~ at the unit price Bare #6 AWG Counterpoise of: .~,Q,p dollars and L108b Conductor cents. LF 6400 $ ,~'j. D $ 7 k0. ~ at the unit rice Green Insulated #6 AWG of: ~,~p dollars and L108c Counterpoise Conductor cents. LF 27600 $ ~ w $ (,~ Provide Airport Electrical Vault at the unit price Equipment in Place, 20kW of: ~~.,~,L,t ~,..e~ysa..[tdollars and L109a Constant Current Re ulator cents. LS 1 n~ $ d~ v~ $ QZ7D , ~ Reconfigure Existing Spare at the unit price ~ ~ ~ ~ Regulator for use as Runway of: ~.i-,.e,t ~,~,stwf~ ~ollart`~` sad L109b Guard Li hts Re ulator cents. LS 1 $ ''~ $ ZtJO• ~"`~ Reconfigure Existing Runway Edge Lights Regulator and Existing Spare Regulator for at the unit price use as new Runway Edge of: rs and L109c Lights Spare Re ulators cents. LS 1 $ 7~ . `° $ 3 7 w at the unit price of: dollars and L110a 1-2" PVC Conduit DEB cents. LF 5300 $ •'1,p $ 1{ a~D . W at the unit price of: .. J.WV dollars and L110b 1-2" PVC Conduit (CE) _ cents. LF 410 $ ~~•~ $ aas~• ~ v , Q Issued for Bid January 7, 2008 Division 2-35 at the unit price of: ~.~,+.~ ,dollars and L110c 2-4" PVC Conduit (CE) ~r cents. LF 480 $ $ ~ $ , (~D at the unit price of: ~ ~ dollars and L110d 4-4" PVC Conduit (CE) cents. LF 220 $ $ ~7rjZ. ~ at the unit price Install New L-8678 Junction of:. }~,~ ~~~ d rs and L115a Box c n s. ~ EA 6 $ ~ .''a $ ~~ . ~'`~ at the unit price Adjust Existing L-867 Junction of:c'.~,~ir~x•.,.d1~LL~ dollars and L115b Box to New Grade cents.. EA 1 $ Zfd'a , 1~ $ o'D Ad t E i ti C t at the unit pric f ~ ~ ~ Q ~o ~s a d jus x s ng oncre e o : ~p. ,d,~,~,~( ,~,~,~ d ll n L115c Handhole to New Grade cents. EA 1 $ S ~ $ r.-~'O . ~ at the unit price Remove Existing L-867 of:~. sand ~ L115d Junction Box c n s. EA 3 $ S . ~ _ $ ~ O~GS • Remove Existing Concrete at the unit price Handhole and Reinstall at New of• ~ ~ o tars and L115e Grade cents. EA 6 $ ~ $ S ~ Install New L-858 Taxiway Sign with Base, Can, and at the unit price Transformer (Size 1 - 2 Panel, of:~~p ~.~.p~~r,,,~..-~ dollars and ~ L125a 1 Face), Complete cents. EA 2 $ 3 Qdb • ca $ (.0 V 6U• Install New L-858 Taxiway Sign with Base, Can, and at the unit price ~,r.,,,a,~,~~ Transformer (Size 1 - 3 Panel, of: dollars and ~ L125b 1 Face), Complete cents. EA 2 $ 'r° $ N Cp. Install New L-858 Taxiway Sign with Base, Can, and Tr f Si 1 3 P l at the unit price f f J r ~ ~ ans ormer ( - ze ane , o ars and :_ M1~A•c~-w~.rc+ ~eY L125c 2 Face), Complete , ~/ cents. EA 2 $ 'O ~ $ Install New L-858 RDR Sign with Base, Junction Can, and at the unit price - ~1 Transformer (Size 4-2 Face), of:!-,,,,~_•i}~,,,,,•,.,~ ~ dollars and L125d Com lete ~ cents. EA 1 $ W $ S ~ Remove Panels from Existing at the unit price Sign and Reinstall in Different of• d dollars and ~ L125e Sin cents. EA 32 $ ~ $ .~ 100. Remove Existing Sign and at the unit price ~~ ~ Reinstall in New Location on of:-~ o ~oua~~ ~~ dollars anT n ~ ~ L125f New Base, Complete cents. EA 3 $ o~ a,e~ • $ ~t c ~ . Issued for Bid January 7, 2008 Division 2-36 Remove and Reinstall Existing at the unit price ii ,, -- -- ,, Sign on New Foundation at of: •~,~~p ~ t~Wt7dollar L125 New Grade cents. EA 1 $ ~ . +'~ $ Qa, b at the unit pri e Provide New Panels in Existing of:-~~.~,Q ~~~1 d o ars a d L125h Sign cents. EA 16 $ ~ ~ $ (3'p. ~ Provide New L-861 T Taxiway at the unit p ice Edge Light on New Base with of: ~.~,+~.~,Q,....,L~ dollars and Q+~ L125i New Transformer, Complete , - cents. EA 51 $ ~ ~ $ Provide New L-862 Elevated Runway Edge Light on New at the unit nce ~ ~ ~ Base with New Transformer, of:~,~ ~ •11~,vlddla rs and L125' Complete cents. J EA 9 $ ~ . ~ $ 1ST . ~ Provide New L-862E Elevated Runway Threshold Light on at the unit price New Base with New of:-~,,.,,~ ~~>~ d $~ ~1ollars and ~ ~ L125k Transformer, Com lete cents EA 12 $ ~ , $ S ~ . Provide New L-850D Semi- ' Flush Runway Light on New at the unit price ~ Base with New Transformer, of:~~.-~{,~,p~,~y~,~,~2J,~.o}~A.t,dq~li~,¢and L1251 Complete cents. EA 4 $ S ~ . ~ $ ~ QL'p . ~ Provide New L-804 Runway Guard Light on New Light Base at the unit price with New Transformer, of:~~.,~Q ~~„p~,,,~/1-{~,~-,~pl rs n L125m Complete cents. EA i4 $ ,~ ~ • ~ ~ $ ~lo Remove Existing L-861 Elevated Runway Edge Light and Install New L-862 Runway Edge Light With New at the unit price of:~~ t p ~rur~d doll rs and , , ~ ~ L125n Transformer on Existin Base cents. EA 71 $ ~ • $ ~ ~ • Remove Existing L-852 Semi- Flush Runway Edge Light and Install New L-850C Runway Ed Li i h h at the unit price i d ge g t w t New of: J d Ila and L125o Transformer on Existin Base cents. EA 8 sa $ "'~ • ~ $ ~ ~i ~~ . Reinstall Existing L-861T at the knit price Taxiway light and Transformer of: ~~ ~4.r.~C~ dollars and L125 on New Li ht Base cents. EA 2 $ l7b • l~ ~ $ Adjust Existing Elevated at the unit pric , Runway or Taxiway Light to of: -khX.~,( ~,v.,•,~t,a 1 ~ddllar9and L125 New Grade cents. EA 3 $ ,~J~ . `'~ $ ~sD ~ Issued for Bid January 7, 2008 Division 237 --- --- - ------ ---- Remove Existing Elevated at the unit price Runway or Taxiway Light, of: ~~p ~.,~,..,,~~ d olla and L125r Complete cents. EA 33 $ . ~ $ p , ~ at the unit pri e Remove Existing REIL System, of• ~ dollars an L125s Complete cents. EA 1 $ ''~ $ ) ~-((Zp , ~"~ at the unit pri e Provide New REIL System, ofd ~1r~.O.n/-/~w~dollars and L125t Complete ~~ cents. EA 1 $ )S ~ $ S ~ at the unit price Install Owner Fum~shed of: -...,...c ~Gdo~rs ~.nd L125u MALSR Threshold Li ht Bar _ cents. _ EA 1 $ ,~ w $ L° at the unit pri e ~t Install Owner Furnished Semi- of:'~~.~,~,t.,~ ~,~. o la L125v Flush MALSR Li ht Bar cents. EA 4 $ $ ~' fP Install New Owner Furnished at the unit pri e ~ d Elevated, EMT Mounted, of. ollars and L125w MALSR Li ht Bar cents. EA 3 $ ~ '? ~ , t~ $ p~~ ~S~j . r''~ at the unit pr ce Remove Temporary MALSR of: oars and L125x Li ht Bar cents. EA 7 $ VO $ ~ at the unit ice Remove MALSR Threshold of:, tM r~ ,~,~ p„~ ~„„~ w..~ llars and L125 Li ht Bar , ~ , , cents. EA 1 $ ) ~ $ ) ~ IUTALS(;I'itUULtV IUTAL$ p~ issued for Bid January 7, 2008 Droisinn 2-38 BOND N0. 8906271 PERFORMANCE BOND ~~ dba United That Oldcasde SW Group, and E pRESEN'1'S' hereinafter called Contractor, ALL MEN BY THES principal, KNOW County as licexised to do business as such in Compass of M~a of Maryland as Surety, ve heirs, ~~{O7~' Fidelity and Deposit Company and their respects Colorado, as hereby bind themselves Colorado, Eagle, ~ State of Colorado, and assigns, unto Eagle County, adminisix'atoxa, successors, Owner, ir- the penal sum of nineteen millfor th~paym~ed h reof called 00 cents ($19,698A83.50) Obligee, hereinafter three dollars and 50/'1 stratara, successors and d ei h bind the~lves, their heirs, executors, admini eight thousan . 8 ty Contractor and Surety these presents. ~sig~, jointly and severally, by WHEREAS, le County, Colarada fox a contract with Eag edules, Schedule II: a Bement entexed ixrto d Fine) for all Sch Strip Contractor has by ~~ ~ e ate (Coarse ar- ~~A1~' paving, yng Schedule I: I'rocuxereent of ASST'S wa "A" pension and Taxiway 7 from Sta. 0+00 to Extension. Tad Y Runway /25 Construct Runway 7/25 Schedule III: Rehabilitate Exiatinfrom Sta. 31+25 to Sta. 80+00, and and Safety Area Grading, Runway 7/25 which contract, Sta. 3~.+25, Schedule IV: Reconatr~ucd g~gnage from Sta. 10+00 to Sta. 80+00, ce and is Li hnS oxated herein by referee Schedule V: Electrical ~ including any Present or ~ Contract.~ent ~ere~, is inCOrp hereinafter referred to as the if the Contractor CONDITION OF THIS OBLIGATION ~ a~~uthorixed changes NOW, ~gR~ORE, '~ erform said Contract including shall promptly and faithfue terms thereof, including those under which Contractor agrees to thereto, according to all ~ revailing hourly rate of wages in th~ocalia c al a legally regv-ired wage xates including the P p y the Depa~,ent of Labor and I u~usd ~ e xeCu ~°~e ontract, and, furthere determined by a of workman Te9 damages, loss and expens determination, for each cra~nd ho~ the Owner h~mless from ~ ~ fully comply with and shall defend, indesn~f3' obli ation shall be void; ecasioned by any failure whatsoever nt of the c ntract then this S o d every requ~r carry out each an otherwise it shall remain in full force and effect. er ~ be ~ default under the be and is declared by the Own Surety may promptly In the event that Contractor smarmed its obligations thereunder, the Contract~thae0 ul~ o shall pr~ PhY remedy . Com lete the contract in accordance with its tams and conditions, or a with its terms and 1 P btaitt a bid or bids for compl~nS the Contract in accordanc 2• O termination by Surety of the lowest SuP°~Io;ndydof rthe lowest conditions, and upon de Y the Owner and th tY er ~ and make Owner elects, upon deiennination b Ben ~~ bidder and the Own gh there should be a default ox a success ioa h rea onsible bidder, arrange for a contract ~''' p ro esses (even thou d under this p gi' P ) but not available as Work p 8r defaults under the con~ct or contracts of completion the Surety may cost of completion leas the balance of the contractbperi~able here sufficient funds to PaY es for which Ce , as used in this other costs and damag ~~ exceeding. including ub~ance of the contract pri to Contractor under the under, the penal sum of the bond. The term rovided in the original paragraph, shall mean the ~ ~ thereto d~sburlsedya ~~ r p Contract and any ameandmen contract, less the amount properly paid by the Owner to the Contractor. If the completion contract provides for more rapid payment than the Contract, then Surety shall advance such sums as are needed to make payment as provided in ~e completion contract and shall recover it from the Owner when payment from the Owner is due. WATVER. The said surety, for value received, hereby expressly agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder, shall in any wise affect the obligations of this bond; and ft does hereby waive notice of any such change, extension of time, or alteration or addition to the terms of the contract or the work to be performed thereunder. IN WITNESS WHEREOF, the above parties have executed this instrument, the 2ND day of __ MAY .2008. SIGNA'T'URE OF PRINCIPAL has applicable) A. Individual, partnership or Joint venture (Sfgnature of sole proprietor or general partner) B. Corporation 0ldcastle SW Croup, tnc. dba United Companies of Mesa County Na~of Corporate Principal Attest: By Asst. rotary( Crai Lam er y, President Lowe11 Laycock SIGNATURE OF SURETY Name and address of Corporate Surety FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1400 AMERICAN LANE, TOWER ONE, 19TH FL. SCHAUMBURG, IL 60196 ACCEPTANCE BY The foregoing bond is approved. By L ~seal~ Attorney in Fact (a power of attorney) MARCINDA DRYSDALE Date By The foregoing bond is in due form according to Taw and is approved. Date By BOND N0. 8906271 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That OIdcastle SW Group, Inc dba United Companies of Mesa County as Principal, hereinafter called Contractor, and Fidaltty and Deaoait Comoenv of Maryland as Surety, licensed to do business as such in the State of Colorado, hereby bind themselves and their respective heirs, executors, administrators, successors, and assigns, unto Eagle County, Colorado, Eagle, Colorado, as Obligee, hereinafter called Owner, in the penal sum of nineteen million, six hundred ninety eight thousand, eighty three dollars and 50/t00 cents {$19,698,08350) for the payment whereof Contractor and ~ Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, Contractor has by written agreement entered into a contract with Eagle County, Colorado for Schedule I: Procurement of Aggregate (Coarse and Fine) for all Schedules, Schedule II: Construct Runway 7/75 Extension, Taxiway "A" Extension and Taxiway "A1" Paving, Striping and Safety Area Grading, Schedule 11I: Rehabilitate Existing Runway 7/25 from Sta. 0+00 to Sta. 31+25, Schedule IV: Reconstruct Existing Runway 7/75 from Sta. 31+25 to Sta. 80+00, and Schedule V: Electrical Lighting and Signage from Sta. -10+00 to Sta. SO+00, which contract, including any present or future amendment thereto, is incorporated herein by reference and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if in connection with the Contract including all duly authorized modifications thereto, prompt payment shall be made to all laborers, subcontractors, teamsters, truck drivers, Owners or other suppliers of equipment employed on the job, and other claimants, for all Labor performed in such work whether done for the prime contractor, a subcontractor, the Surety, a completion contractor or otherwise (at the full wage rates required by any Iaw of the United States or of the State of Colorado, where applicable), for services furnished and consumed, for repairs on machinery, for equipment, tools, materials, Iubricants, oil, gasoline, water, gas, power, light, heat, oil, telephone service, grain, hay, feed, coal, coke, groceries and foodstuffs, either consumed, rented, used ore reasonably required for use in connection with the construction of the work or in the performance of the Contract and all insurance premiums, both for compensation and for aIl other kinds of insurance on the work, for sales taxes and for royalties in connection with, or incidental to, the completion of the Contract, in all instances whether the claim be directly against the Contractor, against the Surety or its completion contractor, through a subcontractor or otherwise, and, further, if the Contractor shall defend, indemnify and hold Eagle County, Colorado harmless from all such claims, demands or suits by any such person or entity, then this obligation shall be void; otherwise it shall remain in full force and effect. Any conditions legally required to be included in a payment bond on this contract, including but not limited to those set out in the applicable Colorado state section of the Owner Charter, are included herein by reference. The Surety agrees that, in the event that the Contractor fails to make payment of the obligations covered by this bond, it will do so and, further, that within forty-five (45} days of receiving, at the address given below, a claim here under stating the amount claimed and the basis for the claim in reasonable detail, it (a) will send an answer to the claimant, with a copy to the Owner, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed and (b) will pay any amounts that are undisputed. The amount of this bond shall be reduced by and to the extent of any payment of payments made in good faith here under. While this bond is in force, it may be sued on at the instance of any party to whom any such payment is due, in the name of the Owner, to the use of such party. The Owner shall not be Liable for the payment of any costs or expenses of any such suit. No suit shall be commenced or pursued here under other than in a state court of competent jurisdiction in Eagle, Colorado, or in the United States 10th District Court of Colorado. WAIVER. The said Surety, for value received, hereby expressly agrees that no change, extension of time, alteration or addition to the berms of the Contract or to the work to be performed thereunder, shall in any wise affect the obligations of this bond, and it does hereby waive notice of any such change, extension of time, or alteration or addition to the terms of the contractor the work to be performed thereunder. IN WITNESS WHBRBOP, the above parties have executed this instrument, the 2ND day of MAY .2008. SIGNAT~tRE OF PRINCiPA has applicable, A. Individual, partnership or joint venture (Signature of sole proprietor or general partner) B. COrporatiori Oldcastle SW Group, Inc. dba United Companies of Mesa County Nam of orate Prindpal Atbeat: By ICsst fir( s Crai amberty, resident Lowell Laycock SIGNATURE OF SURETY Name and address of Corporate Surety FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1400 AMERICAN LANE, TOWER ONE, 19TH FL. SCHiAUMBURG, IL 60196 Bye{ Yli~t~~=- ~seat,~ Attorney in Fact (attach power of attorney) ACCEPTANCE BY MARCINDA DRYSDALE The foregoing bond is approved. Date By The foregoing bond is in due form according to Law and is approved. Date By SURETY ACKNOWLEDGMENT STATE OF UTAH } COUNTY OF SALT LAKE } SS On this 2ND day of MAY, 2008, before me personally came MARCINDA DRYSDALE to me known, who, being by me duly sworn, did depose and say that she is an Attorney-In-Fact of FIDELITY AND DEPOSIT COMPANY OF MARYLAND the corporation described in and which executed the within instrument; that she knows the corporate seal of said corporation, that the seal affixed to the within instrument is such corporate seal, and that she signed the said instrument and affixed the said seal as Attorney-In-Fact of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. Notary Public '~ ~ ~ ~~, E ~ i..• Notary Public ' KIRIE MARTIN 326 Woodlake Or N252 ~ Murray, UWh 84107 My Commission Expires ~ March 3, 2011 • State of Utah • Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by FRANK E. MARTIN JR., Vice President, and GERALD F. HALEY, Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of the By-Laws of said {~ n~y, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d iz~-hereby nominate, constitute and appoint Tina DAMS, Marcinda DRYSDALE and Kiri al City, Utah, EACH its true and lawful agent and Attorney-in-Fact, to make, execute ~~ , a ' ~~~ surety, and as its act and deed: any and all bonds and undertakings a Q ~ o f su a. ngs in pursuance of these presents, shall be as binding upon said Co y, a 1 , p nd purposes, as if they had been duly executed and acknowledged b ~ 1~~~ ~c~ pany at its office in Baltimore, Md., in their own proper persons. T are ~ ehalf of Tina DAMS, Marcinda DRYSDALE, Derik STEVENSON, date ~~~~2, '~ The said Assistant s~y certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-L s said Company, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 21st day of February, A.D. 2008. ATTEST: ~p 9fPpS~ P f ~:~ +~A"~yF a _ D O ~ ~~ ~ W ~~yy ~ rPaY T`Z 4 h,n~ State of Maryland 1 ss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND i~ ~~ ~ / Y '_ - Gerald F Haley Assistant Secretary By: Frank E. Martin Jr. vice President On this 21st day of February, A.D. 2008, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ratF '•~,,c . t i..f~t ~ ~~~s~" ,f~hf IC ~~ ~ ~~ , ~ ~ : ~` ` ~ ','~~ ~ IC1114144,`` Maria D. Adamski Notary Public My Commission Expires: July 8, 2011 POA-F 020-8022