Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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