Routing Expenditure Contracts copies: NRS Any 4 5. 2. 3 lowest advertised amount from policy, Complete Staff direction and amount Action Discussion 1. Seal Return Contact: Category: Department: fJ Dept information approve, to recommends Action American 338.1389 future one bid. requested: American & of of or to: for to description documents goals, Approval Danielle in $665,677.54, $665,677.54, and each Regular staff Impact the or provided Public requires obtained Pavement deliberation Commissioner, reject Pahrump

on NYE to: Pavement (Include reuuirine McKee by how Presentation Award after Agenda of Works by the (Sign FY(s): requested that and or competitive what,

to COUNTY the contract; Systems, Valley & Intermountain sienature proceed the to: one the Systems, agenda Intermountain Date) with Item (Provide for 1) County Bid whom, Times bid, action: Discuss the is and must Inc. with to published detail accountability Clerk, Inc. American when,

4) 11 be choose

in AGENDA and the on (Include, Slurry submitted Fund in the

the I one Presentation Sluriy where, Financial Location: or project. Date Date on the Date Date Date for bid amount during the the from measures) amount Seal, if the Pavement why, proposals Seal, applicable, with best Form) Nyc District Phone: the how 10205 Inc. of

three INFORMATION bid, meeting Inc 9. 7 6.

8. io. County of & $497,980.00, much 775-751-6394 Finance Legal HR Attorney, in County background, orieinal $497,980.00, in Action Systems, the Road received; the ($) the of best Website. the and amount amount conies. Manager Fund; one Commissioners terms) bid impact, Inc. for 2) Wulfenstein must or Award the of Wulfenstein There of long-term 5) Public $857,768.00;

$857,768.00. \J”IN-c14 not Reject

November Agenda W1 were Bid

viIl FORM and be Continued commitment, require Construction ace 2020-09 greater two bid; three

Construction JTEM#q6

Date: D

for Ioi., and 3) on you 16, The No from the bids Agenda than Approve,

Phone: vrij existing — to financial 6) 2020 County bid meeting RTC provide received Provide 5% Co. was Co. county

Manager. i Chip Date Date Date of Date Date impact in of: 20 amend . . in the the the ,

forth

intention

set

13

the

Price”

words

purpose.

Road

E TELEPHONE

CITY,

BUSiNESS

NAME

complete

(Because

MAIL

forth

“Quantity”

as

for

and

and

STATE,

In

The

The

OF

ADDRESS

a

is for

the

case

The

“Unit

Bridge

not

this

figures

some

Responder

the

Responder

work

ADDRESS

complete

for

evident

amount

NO:

proposaL)

of

ZIP

“Total

CHIP

Price”

the

colored

embraced

discrepancy

Construction,

in

AREA

dpimley©americanpavementsystems.com

the

particular

from

SEAL.

set

Cost”,

Project

is

shall

1012

respective

American

Modesto)

inks

forth

ambiguous,

CONTRACT

CODE

the

herein

PROPOSAL

the

LOCATED

set

will

“Item

between

or

proposal

as

11th

State

“Unit

Work.

forth

not

(20g)

the

shall

spaces

Ca

No.”,

Street

of reproduce

Pavement

“Total

unintelligible

the

Price”

NO.

the

95354

and

Nevada

522-2277

be

IN

the

TO

“lJriit

provided

PANRUMP.

“Unit

done

other

Cost”

Ste

2020-0!

sum

shall

THE

In

Department

Price”

1000

Price”

in

contract

of

shall

copy

prevail,

Systems

COUNTY

or

accordance

the

in

PWP-NY-2021

the

uncertain

for

be

(cost

- machines,

“Total

NYE

documents

the

each

“Schedule

provided

of

OF

per

COUNTY,

extension

Cost”

Inc.

Transportation,

with

“Unit”,

for

NYE

unit

please

-063,

however,

of

any

Standard

of

upon

of

all

in

Item

NEVADA.

of

measure)

cause

Items

clearly

use

the

which

and

if

black

“Unit

Specifications

1986.

will

the

and

Prices”

legible

the

and

be

Price”

amount

ink

a

Response

the

contrary the

to

in

for

“Total

times

total

both

this

set for .‘s’, •‘ . S.’ S S. ‘

is based, or if the Responder made no entry in the “Unit Price” column, or entered the same amount in the “UnitPrice” and “Total Cost”, then the amount set forth as the ‘Total Cost” for the number of units specified in the project shall prevail. When the amount set forth as the “Total Cost” prevails, it shall be divided by the “Quantity”in the corresponding “Item No.”,and the price thus obtained shall be the “UnitPrice”.

Ifthis proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish the bonds inthe sums required bythis Invitationto Response and Response Package, with surety satisfactory to the County, within eight (8) calendar days, not including Saturdays, Sundays and legal holidays, after the Responder has received notice from the County that the contract has been awarded, the County may, at its option, determine that the Responder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such security accompanying the proposal shall operate and the same shall be the property of the COUNTY.

The undersigned, as Responder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the Invitation to Response and the Response Package; that he fullyunderstands that the COUNTYshall have the sole right and discretion to accept any Parts of the Proposal; and the undersigned proposes, if this Proposal, is accepted by the COUNTY;that he willcontract with the COUNTYto provide all the necessary machinery, tools, apparatus and other means of production, and to do all the work and furnish all the materials specified inthe contract that willbe awarded, in the manner, the time and cost therein prescribed, and according to the requirements of the Director as therein set forth, and that he willtake, in fullpayment therefore, the followingSchedule of Items and Prices, to-wit:

14

.‘,.

S

l ;“

Sc”

15

10

8

7

6

5

4

2

rn

Shelly/Barney

Van/Barney,

Fritz/Barney,

Windsong/Bamey,

Detail

Greyhound/Leslie,

Detail

Detail

Detail

Ramona/Murphy,

Maple/Murphy,

Detail

Quail

Greyhound/Darcy,

Fox/Kisha,

Greyhound/Landmark,

Detail

Bennet/Vicki Verde/Marion

Miller,

Detail

Detail

Whirlwind/Jearie,

Table

Detail

traffic

chip

Supply

DescriDlion

#3a

#3

seal,

#2d

#2c

Run/Cabo,

#2b

#2a

#2

#la

E. #1

control,

1).

CHIP and —

— BennetiOakridge, — — — —

— Whirlwind/Manse,

— including

Hafen

Jackie/Manse,

VerdelLabrador,

Savoy/Jane,

Cabo/Blosser

Martin/Fox

Ramona/Barney,

Van/Murphy,

Maple/Barney,

Greyhound/Royal,

place

of

Windsong/Murphy

Ann

SEAL,

Miller,

and

Shelly/Murphy

Work

Martin/Coyote

Fritz/Murphy,

Ranch/Thorne,

Cabo/Bell

JackieIieane

first

Fox/Ashley,

cleanup

sweeping,

LOCATED

Soplo/Marion

single

Schedule

Ranch

(per

E.

Vista

layer

IN

PAHRUMP,

of

Items

uantitv

Estimated

158,472

6

4

1

1 5

8

5

3

1

and

NYE

Prices

EACH

EACH

EACH

EACH

EACH

EACH

COUNTY,

EACH EACH

EACH

Unit SY

$______

$7G

$

$

$ooo

$3x

$

$

$22.$

nLt

/4)

3oo

NEVADA.

Z15,u

$

$th:

$

$:

$

$ $

$______

3sg

Total

‘‘

lDd

°

/

,c)ao

-

.2

Cost

oQc

4

c —

••

16

ñWh4,d4QZ’

TOTAL

TOTAL

i4.’,4

17

16

16

14

13

12

11

PRICE

74?Aiy

control,

Roadwnner

(from

chip

Optional

Supply Mobilization

PRICE cleanup

including

Supply

items

Detail Detall#4b—SavoyIQuarter

Detail

IDetail#4—

,t/l2AtZ2

1

seal,

miles

W.

#1-14

— #5

(Sum #4a

7I7)/$,w.s9

and

(Sum

and

and

Item

‘9

Mazzuka

7?1fly surface

— including —

-

Blosser

place

Murphy/Charleston

place

cleanup

Rd.)

and

of (no

Turner/Fox

of

Items Items

VM7

overlapping),

demobilization

fora

preparation

first

fog

7/o€iJAn

Ave.

sweeping,

Ranch/Alvin

on

1

seal

single

I

distance

iz1yflvo

to

to

N. to

17

‘.N.

16)

over

Linda

Horse

layer

including

and

traffic

of

Cents

Dollars Park

76.J

St.

optional

158,472

14,232

I

1

I

1 I

item)

EACH

EACH

EACH

EACH

LS

SY

$4’L.’

o.

$

$

$J2’ 2.15

Zao

Cents

Dollars

6o

z5

$

3

$

$1.2.

$

$7’o $ #Y.co

$______

,Zoo

écc 022 ‘ cc

“S.

4. S’S

‘S

under

clause

17

opportunity

subcontractors

Secretary

NOTE:

filing

President’s

Contract

required,

opportunity

E

TITLE:

BY:

CONTRACTOR:

The

Response

The

THE

X

MAIL

requirements.

are

Responder

undersign

are

The

SHALL

The RESPONDER’S

,

ADDRESS:

Compliance,

has

exempt.)

he

of

set

clause. above

Committee

clause,

Responder

Labor

PRICE

has

not

forth

only ALSO

CERTIFICATIONS

hereby

filed

certification has

______

(41

in

in

as

for

Contracts

CONSTITUTE

41

with

received

a

connection

CFR

[email protected]

this

required

on

American

Federal

M8,icn

agrees

EXECUTION

(p1dory

participated

CFR ______,

Equal

the

Work

60-1.7(b)(1))

PmvI,,e

President

is

60-1.5.

arid

Joint

Addendum

and

required

by

Government

proposed

Employment

is

lefr.

with

Pavement

subcontracts

B’RWed

as

WHICH

Executive

acknowledges

Reporting

AN

in

t.

ON follows:

contracts

(Generally

a

ENDORSEMENT

by

and

THE

previous

#

subcontractor

ARE

the

(Signature)

contracting

must

Orders

Opportunity,

Systems

Committee,

SIGNATURE

Equal

/

and

which

A

only

that:

PART

contract

be

to

subcontracts

10925,

Employment

#

submitted

contracts

are

Inc.

or

OF AND

______,

/

the

all

exempt

administering

or

PORTION

11114,

THIS

reports

subcontract

Director

inclusive

EXECUTION

or

by

that

Opportunity

PROPOSAL

subcontracts

from

hereby

Responders

or

due

are

of

OF

11246,

and

the

agency,

the

under

subject

subject

certifies THIS

equal

the

OF

Office

Relations

and

and

TOTAL

the

of

PROPOSAL

THOSE

or

to

to

opportunity

$10,000

that

that,

the

of

applicable

the

proposed

the

Federal

former

he

of

equal where

equal

the

has or % v’••I ‘•

.

18

Department

that

Contractor

Federal

subcontract

Proposed

implementing

Currently,

41

Highway

CFR

prime

Standard

submits

of

subject

regulations.

60-1.7(b)

Labor.

Contractors

Administration

a

to

Form

report

the

(1)

100

Executive

covering

and

prevents

(EEO-1)

or

subcontractors

by

Orders

the

the

the

is

delinquent

the

Director,

award

and

only

have

who

report

of

Office

period

have

contracts

not

required

of

fried

or

participated

Federal

such

the

and

by

required

other

the

Contract

subcontracts

Executive

in

period

a

reports

previous

Compliance,

specified

Orders

should

unless

contract

or

by

know

such

U.S.

their

the or .:“•‘ S., •

S

19

certified

signature

ProposaL

NOTE:

states,

competitive

agreement,

the

period

a

under

because

prevented

has

under

federal

Contractor

TITLE

a

penalty

because

In

under

In

penalty

The

If

proprietary

RESPNDERS

to

Has

In

court

accordance

the

of accordance

of

criminal

accordance

RESPONDING

Signing

from

participated

above a

this

23

the

penalty

answer

of

violation

to

has

of

of

PUBLIC

perjury,

UNITED

Responder,

comply

Statement,

RESPONDING

the

perjury,

been

Statement,

interest

prosecution.

this

PUBLIC

is

Contractor’s

of

with

with

Yes

of

are

with

yes,

issued

that

perjury,

with

in

STATES CONTRACT

Proposal

law

the

in

Title

Public

any

cautioned

Public

explain

in

any

no

Questionnaire, connection

an

following

or

CONTRACT

against

the

more

Questionnaire,

a

23,

collusion,

order

that

officer

on,

failure

safety

Contract

CODE,

Contract

Responder,

the

on

United

or

than

he

of

CODE

questionnaire:

the

of

that

the

circumstances

completing

to

the

with regulation?

has

the

one

SECTION

Contractor

or

SECTION

comply

Code

signature States

Code

National

making

this

SECTION

and not, Responder,

otherwise

final

ever

and

contract.

Section

Non-Collusion

Section

either

with

Code,

unappealable

a

112

Non-Collusion

Labor

federal,

10232

within

a

been

in

portion

an

10162

false

directly

taken

the

NON-COLLUSION

or

10232,

Section

order

10162,

No

Relations

disqualified,

the

any

STATEMENT

following

state,

certification

QUESTIONNAIRE

any

thereof

immediately

of

X

employee

or

finding

the

the

Affidavit.

a

112,

indirectly,

federal

or

action

Affidavit

Contractor

Board.

Responder

space.

local

the

shall

of

removed,

of

contempt

court

in

Responder

may preceding

government

AFFIDAVIT

the

entered

also

restraint

are

Responder

hereby

which

shall

subject

part

or

constitute

of

otherwise

into

two complete,

ordered court

of

hereby

of

states,

project

free year

any

the

the

who by

20

Name:

Name:

Name:

REFERENCES

Insurance

Contracting

Nevada

LIABILITY

Time

Business

Federal

Vendor

Telephone:

City:

Address:

Company

CONTRACTOR

Part

Period1,1-

I

Jo4,

State

Payment

Tax

Modesto

70L.

License

Carrier:

1012

Name:

Limits:

(209)

ID#

Contractors

fo)(

O’OSto/)

Temis:

11th

INFORMATION

#

t1or/

American

522-2277

y>O1O2Z

How 01)0

______

Street

Long

License

So

(Attach

(y3D

Pavement

in

CONTRACTOR

Ste

f

Business

t*2

#

FAX:

Proof

State:

1000

0082548

9

Systems

of

(209)5772564

Ca

Inturance)

Io

QUALIFICATION

P8

Phone:

Phone:

Phone:

Inc.

(if

l°)’

(7o)

applicable)

Policy

Zip

Code:

No:

17

72

77

95354

tf’t

3I’11

/r05

) 3Z?—

21

List

If

EXPERIENCE

Have

Have

,471t4.

the

List

Liquidation

you

PERFORMANCE

Company

CONTRACTOR

Part

subcontractors

0

j.4’O

substantial

all

1(Ii5,

anticipate

you

No’

you

II

projects

Ji5

ever

ever

Name:

Damages

e

P’*’rn’ri4

defaulted

failed

subcontracting

disputes

in

INFORMATION

p

normally

the

American

to

and/or

last

Jrç

complete

1Ze

or or

2

been

protests

used.

years

,

Disputes

work,

II,J1s1

CONTRACTOR

Pavement

terminated

any

k,ni

where

occurred,

under

work

4h

liquidation

what

awarded

on

,

or

Systems

a

conditions

are

QUALIFICATION

contract?

to

currently

damages

you?

O/2

Inc.

)I.)e

would

If

Date:

If

yes,

occurring.

were

yes,

O/

subcontractors

explain

f1fP1

Loi 10/20/2020

explain

or

£b’&i..

may

Explain

where

where

be

L

Jc1c

assessed,

In

and

be

and

detail.

h&j

used?

why.

why. where

‘‘

,

.

ç.C

c’

çc’

22

Have

Have

anti-discrimination

any

Have

COMPLIANCE

Company

CONTRACTOR

Part

D’4-’c(

Name

m4i

in

Background

A4’

contract

similarly

you

you

II

any

had

had

charges

Name:

(;47456L

work

constituted

any

any

and

INFORMATION

violations/fines

for

violationslfines

experience

legislation

been

American

Nye

entity filed

County.

or

against

of

charged

CONTRACTOR

regulations?

the

j/c.

for

Pavement

for

principal

OSHA

environmental

you

by

or

any

non-compliance?

your

members

Title

I

If

state

yes,

11:5

Systems

QUALIFICATION

firm

non-compliance?

or

explain

with

local

of

your

Mrø,a

the

Date:

government

in

Inc.

If

Equal

detail. organization

yes,

1012012020

give Opportunity

If

yes,

with

details.

who

Experience

give

the

would

Commission

enforcement

details.

be

(Years)

involved

or of s’•• ‘ ‘ %

RESPONDER’S BOND

COUNTYOF NYE

KNOWALLMEN BYTHESE PRESENTS:

American Pavement That we, Systems. Inc. as PRiNCiPAL,and Travelers Casualty and Surety Company otAmeiica as SURETY,are held and firmlybound unto the County of Nye,hereinafter called the County, in the penal sum of TEN PERCENT(10%) OFTHETOTALAMOUNTOF ThE Response of the Principalabove named, submitted by said Principal to the Countyof Nye for the work described below,forthe payment ofwhich sum in lawfulmoney of the United States, well and trulyto be made, we bind ourselves, our heirs, executors, administrators and successors, jointlyand severally, firmlyby these presents jn nti hII the liehilitynfth ctirety hriinderexc’rf the sum of $ TenPercentofAmountBid(10%) Pahrump , Nevada on November 2 , 2020 for______

CHIP SEAL.LOCATEDINPAHRUMP,NYECOUNTY,NEVADA, CONTRACT NO. 2020-0/ PWP-NY-2021-063 (Copy here the exact desc,iption of work, including location, as it appears on the proposal.)

NOW,THEREFORE,ifthe aforesaid Principalis awarded the contract and, withinthe time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters intoa writtencontract, inthe prescribed form, inaccordance wiThthe Response, and files the two bonds withthe Department, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law,then this obligationshall be null and void;otherwise, it shall be and remain infullforce and virtue.

In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by the Obligee in such suit, includinga reasonable attorney’s fee to be fixed by the court.

INWiTNESS WHEREOF,we have hereunto set our hands and seals on this 19th day of

October , 2020.

American Pavement Systems, Inc. (SEAL) E

TravelersCasualtyaridSuretyCompanyofAmerica(SEAL) 23 ______

.‘ S.,’

(SEAL)

Che’sea Arnold, Attorney-in-Fact (SEAL) Surety

NOTE: Signatures of those executing for the Surety mustbe properly acknowledged.

24 \

‘,

@2014

0

Signer

D

O

O

D

Signer’s

Capaclty(Ies)

Title

Number

Description

or

subscribed

his/her/their

who

Trustee

Other

Individual personally

Corporate

Partner

On

County

State

CALIFORNIA

Though

the

A

document

or

I

NatIonal

Is

notaty

proved

Type

entity

of

Name:

Representing: of

of

______

California

this

Pages:

fL

Place

Officer public

of

OCT

appeared

0

to

to

ypon

of authorled

Notary

Claimed

El

Contra

to

section

: Attached

limIted which

the

Document:

Date

______

ALL-PURPOSE

me

192O2

0

or

Notary

NOTAT’1

fraudulent behalf

within

Association

Attorney

other

Guardian this

______

Costa

on

SJiEJCCMr

COMM.

Title(s):

is

by

PU.

capac1tyes),

certificate

optional,

the

0

SealAbove

officer

Document

of

Signer(s)

!C

instn.iment

General which

-

SIgner(s)

basis

In

______

reattachment

?“C746

C

or

completing

JFOMA

Cs

Fact

www.NationelNotary.org

Conservator

is

hforR

completing

MOS

ACKNOWLEDGMENT

the

attached,

of

and

and

person(s)

satisfactory Other

—.

ni

I

this

that

acknowledged

and

of

certilicate

Than

this

OPTIONAL

this

by

not

acted,

his/her/their

)

Information

Signature.

the

WITNESS

Is

form

of

I

evidence

Chelsea

Named

certify

true

C]

Signer

C]

C] 0

0

the

Signer’s

truthfulness,

Name(s)

verifies

Here

Trustee

executed

Corporate

Partner

IndIvidual

to

Other.

1-808-US

Anibal

State

and

to

an

under

Above:

Is

Insert

my

me

only

unintended

to

sig

correct.

can

Name:______

of

Arnold Representing: of

Document

Samuel

hand

nature(s)

accuracy,

be

PENALTY that

the Signer(s)

the

NOTARY California

deter

Officer

Name

0

the

identity

Signatde

Instrument.

limited

he/she/they

and

alteration

Campos,

0

C]

person(s)

and

or

document on

(1-800-876-6827)

official

Attorney

Guardian

Date:

validity

OF

that

of

the

Title(s):

Title

the

of PERJURY

0

the

Instrument

lndMduai

Notary

seal.

Nota,y

of

of

General

of

executed

whose

that

foregoing

In

the

or

the

CIVIL

Fact

Conservator

document.

document

Officer

Public

Public

under

who

name(s)

the

CODE

the

paragraph

signed

person(s),

the

same

§

or

Isfare

laws

1189

the In Travelers Casualty and Surety Company of America Travelers Casuafty and Surety Company TRAVELERS. - St. Paul Fire and Marine Insurance Company -- POWER OF ATtORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty end Surety Companyot Arnerico, Travelers Casualty end Surety Company, end St. Paul Fire an, Mblne Insurance Company are corporitions duly organized under lie laws of the State of Connecticut (herein collectively coiled the ‘Conipanies). and thut the Comparues d nerby make cunstitule and appoint CHE1.SEAARNOLD of SA)tRAMON Cdifotnia , their true and lawrul Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, coidifanal undeitakings and othet wtitlngs obligatory In the natute thereof on behalf of the Companies In their business of guaranteeing the fidelliy of persons, guaranteeing the performance of conuaits end executing or guaranteeing bonds arid undertakings required or permitted in any actions or proeecilngs afiowed by law. INWITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seats to be hereto affixed, this 17th day of January. 2019.

State of Connecticut

Cityof Hartford ss. Robert L Ranat’enior Vice President

On this the 17th day of January, 2019, before me personally appeared Robert L Raney, who acitnowledged himself to be the Senior Vice President of Trvelex Casualty and Surety Company of America, Travelers Casualty and Surely Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a dulyauthorized officer.

INWITNESS WHEREOF, I hereunto set my hand and oftidal seal. ,, c— MyCommission expires the 30th day of June, 2021 jlitG t? Anna P. Nowik, Notary Public

This Power oFAttorney is granted under and by the authonty of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company at America, Travelers Casualty and Surety Company, and SI. Paul Fire and Marine InsuranceCompany, whIch resolutions are now In full force arid effect, reading as follows: RESOLVED, that the Chairman, the President any Vice Ctiairnian, any Executive Vice President, any Senior Vice President. any Vice President, any Second Vice President, the Treasurer, arty Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-ln.Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certilicale of authority may prescribe to sign with the Company’s name and seal with the Company’s seal bonds, recognlzances, contracts of Indemnity,and other writings obligatory in the nature ora bond, recognizance, or conditionalundertaking, and any of said officers or the Board or Directors at any time may remove arty such appointee and revoke the power given him or her and it is FURTHER RESOLVED, that the Chairman, the PresIdent. any Vice Chairman, any Executive Vice President. any Senior Vice President or any Vice President may delegate ati or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is Inwriting and a copy thereof is filedin the office of the Secretary; and it Is FURTHER RESOLVED. that any bond, recognizance, contract of indemnity, or writing ob1gatry in the nature of a bond, recogntzance, or conditional undeitakirig shall be vaud and binding upon the Company when (a) signed by the President, any Vice Chairman. any Executive Vice President, any Senior Vice President or any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company’s seat by a Secretary or sslstant Secretary; or (b) duly executed (tinder seal, It required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certilicate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the followingofficers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimUe signature or facsimile seal shall be vatid arid binding upon the Company and any such power so executed and cerlifled by such facsimile signature arid facsimile seat shall be valid and binding on the Company In the future with respect to any bond or understanding to wtric2iItIs attached. I, Kevin E. Hughes, the undersigned, Assislani Secretary of Travelers Casualty and Surely Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above arid fbregolng is a true and correct copy of the Power of Attorney executed by said Companies, which remains in fullforce and effect

Dated this 19th day of October . 2020 _ftd’.,. ,-KevinE. Hughes, Asstant Secretary To verify the authenticity of this Power ofAttorney, please caff us at 1-500-421-3860. Please refer to the above-namedAftorney-In-Factandtlw derails of the band to which this Power of Attorney is attacked.

,s

American

c2015

C

Signer El

El

El

gCorporate

Sinner’s

Capacity(ies)

Title

Signer(s)

Document

Description

or subscribed

his/her/their

who

personally

cn

County

State

Trustee

Other:

individual

CALIFORNIA

Partner

Though

the

document

A

or

notary

Oct

National

proved

Is

entity

of

Type

Name:

Representing:

of Other

California

27,2020

Pavement

Date:

this

public

Place

appeared

Officer

of

to

to

of

authorized

El

upon

Notary

Claimed

Stanislaus

to

which

section

Attached

the

limited

Than Document:

Gregory

Date

ALL-PURPOSE

me

Notary

or Commtion

______

C]

I]

Notary

behalf

KATHLEEN

fraudulent within

StanhlU

other

Association

this

Attorney

Guardian

on

Named

Systems

PubIt

Title(s):

is

by

certificate

B

capacity(ies),

optional,

the

officer

El

Seal

Document

of

Reed

Signer(s)

instrument

C.

Ce.tY

General

26O643

C

which S’.’..IH

______

basis

in

Above:

reattachment

hernia

or Above

President

completing

Fact

Inc.

www.NationalNotary.org

Is

before

Conservator

ACKNOWLEDGMENT

completing

attached,

the

of

and

and

person(s)

satisfactory

me,

this

that

acknowledged

arid

of

certificate

this

OPTIONAL

by

this

not

acted,

his/her/their

Gregory

the

information

is

of

I

form

evidence

certify

true

El

El the

Signer

C]

C]

El truthfulness,

Signer’s

Name(s)

verifies

Here

executed

Kathleen

Trustee

Individual

Partner

Corporate

Other: to

1-800-US

State

and

to

an

under

Insert

Is

only

me

B.

to

signature(s)

unintended

correct.

can

Name:

of

of Representing:

accuracy,

be

Reed

PENALTY

that

Signer(s) the

the

California

NOTARY

deter

Name

Officer

C.

C

the

identity

Number

instrument.

Limited

he/she/they

Smfth-Notary

______

alteration

El

El person(s)

and

or

document. on

(1-800-876-6827)

Guardian

Attorney

validity

OF

of

that

the

Title(s):

Title

of

the

PERJURY

C]

Instrument

the

Pages:

individual

of

of

General

of

executed

whose

that

foregoing

in

the

or

the

CIVIL

Public

Fact

Conservator

document.

document

Officer

under

who

name(s)

the

CODES

the

Item

paragraph

signed

person(s),

the

same

415907

or

is/are

laws

1189

the In -

A

ARD CERTIFICATE OF LIABILITY INSURANCE DATEIMMIDDrYYY’Il 4!4!2020 This CERTIFICATE is ISSUEDAS A MATrER OF INFORMATIONONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER. ThIS CERTIFICATE DOES NOT AFFIRMATIVELYOR NEGATIVELYAMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATEOF INSURANCE DOES NOT CONSTITUTE A CONTRACTBETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVEOR PRODUCER,ANDTHE CERTIFICATEHOLDER. IMPORTANT: If the certificate holder is an ADDITIONALINSURED,the pollcy(les) must have ADDITIONALINSUREDprovisions or be endorsed. if SUBROGATION WAIVED, IS subject to tile terms and conditIons of the polIcy, certain policies may require an endorsement. A statement on this certificate does not confer rlahts to the certificate holder In lieu of such endorsement(s). PROOUCER CONTACT NAJi Mane Lavana Andreini & Company-San Mateo PHONE 220 West 20th Ave IA/C.No.EZtI 650-378-4243 I rL5D-376-4361 E.MAII. San Mateo CA 94403 DS: [email protected] INSURERIS)AFFORDINGCOVERAGE NAIC# Llcense#: D208B2. INSIJRERA: National Union Fire ins Co PA 19445 1NSIJRERB: GUldeOfle National Insurance Co American Pavement Systems, Inc 14167 1012 11th Street #1000 Rsirnsiuc Acceptance Casualty Ins. Co. 10340 Modesto CA95354 MSURERD: MSURERE: INSURERF: COVERAGES CERTIFICATE NUMBER:548913668 REVISION NUMBER: This is TO CERTiFYTHAT ThE POLICIESOF INSURANCE LiSTEDBELOWHAVEBEENISSUEDTO THE INSUREDNAMEDABOVEFOR THE POLICYPERIOD INDICATED.NOTWITHSTANDING ANYREQUIREMENT,TERMOR CONDITIONOF ANYCONTRACTOR OTHERDOCUMENTWITH RESPECT TO WHICHTHIS CERTIFICATEMAYBE ISSUED OR MAYPERTAIN,THE INSURANCEAFFORDEDBY THE POLICIESDESCRIBEDHEREINIS SUBJECT TO AU. ThE TERMS, EXCLUS1ONSANDCONDITIONSOFSUCHPOLICIES.LIMITSSHOWNMAYHAVEBEENREDUCEDBYPAIDCLAIMS. iã3 1.JUW — TYPEOF INSURANCE poLIcy8FF poucy Ex? POLICYNUMBER MMIDDIYVYV?IMMlD0YrYY LIMiTS______A ONMERCIALGENER.Ai.LIABIUTY , 45993522 41812020 3/1/2021 EACHOCCURRENCE S 1,000,000 — CL*JMS.MADE OCCUR DAMAGETO RENTED [] PREMISES{Fgonce) S 300,000 MEDEXP(A one pen) 25.000

PERSONPJ.&AIJVINJURY $ 1,000.000 GENI. AGGREGATEUNITAPPUES PEI GENERALAGGREGATE $2,000.000 PRO. POLI‘‘ F] • LJ JECT fl PRODUCTS-COMP/OPAGG 12.000,000 •[ pnsn — Oee po 5 5,000 A AUTOMOEILEUA8IUTY 542565 41812020 COMBINEDSINGLELIMIT 3/1/2021 lELpecIdanU $1,000,000 X ANYAUTO BOOILYINJURYIPer p.ron) S OWNED F1 SCHEDULED AUTOSONLY I I AUTOS BODILYINJURY(Prfedanl) S HIRED NON.OWNED PROPERThDAMAGE AUTOSONLY AUTOSONLY IP.r accldenli $ Pts DethibIe $ 250 8 X UURELLAUA5 550001960600 — 4/8/2020 311/2021 EACHOCCURRENCE $5,000,000 liLa EXCESS CI.P.JMS.MADE I I AGGREGATE 9 5,000,000 DEDIXIRETENTlONS S A WORKERSCOMPENSATION —15852318 4/812020 3/1/2021 X I I 0TH- ANDEMPLOYERS’ my ) ATLITEI lEN Y1N AN’VPROPRIETORIPARTNERRXECLJTJVEr—, OFFICERIMEMBEREXCLUDEO7 N/ A EL EACHACCIDENT $ 1,000000 (MandaloyIn NH) U EL. OISEASE-EA EkIPLOYEI Ifvan,denalb. uralel $1,000,000 l)5scflo OF OPERATIONSbelow — E.L DISEASE POLICYLIMIT 11.000.000 C Excess UaIly EMM0000I2500 4/8/2020 3/112021 UxIl 5,000,000

DESCRIPTIONOFOPERA110N51 LOCATIONS/VEHICLES(ACORDtO1,AddlUanalRemark. Schedule, may hi attachid Ifmornspic.Ia mqulrnd) UmbrellaLiabilityand Excess LiabIlityprovides follow-form coverage over the underlyIng General Liability,Automobileliability Re: Evidence of insurance and Employer’sliability polIcies.

CERTIFICATE HOLDER CANCELLATION

SHOULtANYOFTHEABOVEDESCRIBEDPOUCIES BE CANCELLEDBEFORE THE EXPIRATiONDATE ThEREOF, NOTICE WILL BE DEUVERED IN ACCORDANCEWITHThEPOUCYPROVISIONS. Evidence of Insurance AUTHORIZEDREPRESENTATiVE %kç’%. j_ © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD •1 Receipt specifications. Bid Receipt ADDENDUM RTC REQUEST Opening: Chip of Q&A The 1986 of addendum Addendum Seal FOR NDOT specifications. BY: ADDRESS: FIRM DATE: Attached. NO. PROPOSALS 1 specifications NAME: MUST ACKNOWLEDGEMENT No. Ito be Bid acknowledged BID to 2020-08 ______/o/2

use 1 2020-08 are iCi, change

NDOT (I

and Dt’ OF (ev7i the returned . 2014 (‘A RECEIPT specifications

Specification SJ e,.I- with bid ,OO to package. NDOT 2014 NDOT I. if

RTCChip Seal BidQuestions

1. What isthe engineers estimate to use for our bond request? The estimated cost for this project $673,073.63 2. What isthe spread rate for the FogSeal? We can’t find the 1986 spec. The spread rate for Fog seal needs to be .15 gal/sq yd. Please use the NDOT2014 specifications instead of NDOT1986. 3. Willit be acceptable to use CSS1-hfor the Fog Seal oil? Yes 4. Does the county have any staging area locations for the awarding contractor to stockpile materials and stage equipment? Ifso, could you please share those locations. For the Cabo area, we have a gravel pit approximately 1,985 IF to the west of Cabo. Please see the following website and APN’sfor additional staging areas: https://portico. mygisonline.com/html5/?viewer=nyenv APN027-741-01 APN045-411-02 APN041-333-17 APN035-121-16

5. I know you guys answered this question at the Pre BidMeeting but wanted a little more clarification on the time frame that this project is set to commence. Is it a funding issue and that

why this project needs to happen this year? I have been looking at the weather a bit closer and it willbe very close to stay above the 65 Ftemperature in December/January. Work will be per-formedas weather permits. A no cost time extension can be given ifweather prevents project completion. 6. Duringour onsite visit, we noticed quite a bit of gravel roads. Isthe county planning to complete any surface prep on the gravel roads? For example, Roll/Compact/Prime Coat before chip seal

operation??? I am asking because the specs reference nothing to this. NyeCounty will prep the gravel portions of the roads before chip seal. No prime coat is specified in the bid. 7. Just for clarification, willthe 38 intersections that need to double chipped (Caped) require the same application on both lifts?Yes • 3/8” chip size and 25 # on the application rate for both lifts? Yes • 0.45 GSYon the Emulsionfor both lifts? Yes 8. Lookingat the bid items, biditerw#fhas-wquantity of 158,472 SY.Does this quantity include th first lifton the 38 intersections? Yes,the first lift is included in line item 1 9. Option (N.LindaSt) — The bid item #17 for this says nothing about fog seal. Does the county want a fog seal price included on bid item #17 or is this option just a chip seal with no fog seal? Include fog seal costs in the line item. 10. The BidDocuments say that the Preconstruction Meeting will be held on November 23Id and that the project must be done within 60 Calendar Daysof the Notice to Proceed. When willthe Notice to Proceed be issued as there are weather concerns? The Notice to Proceed will be sent out as soon as possible after the contract is awarded. 11. I could not locate the 1986 Version of NDOTSpecifications, but the most recent version say that the Contractor must have 65 degree ambient temperature and 80 degree pavement temperature prior to placement. Please use the NDOT2014 Specifications instead of NDOT 1986.

Continuous Pahrump,

The

775-727-5575

Utilities,

has

material

and Wulfenstein

1240 fashion

requirements

track Wulfenstein

sale

Nevada

Re: Dear

Tonopah,

P.

Nye

November

100%

0.

provided

following

County

quality of

E.

Commissioners

Box

Response

record

road

Employee

State

and

Inc.

when

JCONSrRUCTIONCO.

NV

NV

1031

2,

material

Board

material

of

will

Construction

Construction

road

2020

for

St.,

is

in

89049

requested.

89048

the

Owned

a

Nye

cooperate

No.

applying

Ste

materials

list

of

material.

supply

County.

Commissioners

specified

115

2020-09/PWP-NY-2021-63

of

entities

Co.,

Co.,

this

fully

of

identical

base

We

in

inc.

Inc.

material

with

to

the

would

material.

which

has

or

would

bid

all

similar

been

for

necessary

provide

to

Wulfenstein

provide

over

meet

engaged

to

those

30

for

—Chip

the

testing

the

years.

certified

sought

in

Construction

stringent

material

Seal

the

to

We

weighing

assure

by

production

Bid, 2201

have

License

this

specification

Pahrump,

in

E.

Pahrump,

Co.,

a

a

the

bid:

Postal

proven

of

timely

775-727-5900

No.

type

P.O.

Inc.

and

the

NV

0084910

Drive

Box

89041

#1 38

BRW:as

By

Yours

WULFENSTEIN

Attn:

Death

P.

Supply

Death

Supply

760-852-4352

Shoshone,

P.

CalTrans

Continuous

775-727-5606 Attn:

Pahrump,

Floyds

1202

Page

November

Nye

0.

0.

Construction Bryan

County

Box

Box

2.

South

Ainsley

truly

Valley,

Valley

Bruce

of

Construction

of

R.

579

road

road

188

NV

2,

CA

Wulfenstein

material

Highway

Board

Floyd

Park

2020

CA

chips

89048

chips

83284

CONSTRUCTION

Manager

92328

Service

of

and

and

supply

Commissioners

160

base

base

of

material.

material.

base

CO.,

material. INC.

Email

Area

Area

Name

City

Company

Company

items

Please

form

If

NOTICE

you

/

Code/Fax Code/Phone

REQUESTS

to

VENDOR

State

Address:

/

and

are

have

Title:

dmckee(co.nye.nv.us

Name:

Address:

interested

any

/

OF

VENDOR

Zip:

this

Number:

associated

REQUESTS

Russ

ACKNOWLEDGES

submitted

Number:

FOR

Wulfenstein

“Nye

in

Pahruinp,

2281

Lewis

russ(iwuLfcon.com

this

MUST

RESPONSE

County

addenda

East

invitation,

by

FOR

TYPE

Nevada,

COMPLETE

Nye

or

November

775

is

Postal

775

Construction

an

fax

CONFIRMATION

RESPONSE

County

727-6010

Equal

is

727-5900

to

immediately

or

NO.

faxed,

Drive

RECEIVING

89048

775-751-6394.

PRINT

Opportunity

2,

2020-09/

Finance

THE

Suite

emailed,

2020

BID

For

Prolect

NO.

FOLLOWING

I

upon

CLEARLY

at

Employer PWP-NY-2021-63

Department

2020-09/P

1:30

THE

or

FORM

Manager

receipt

mailed

p.m.

FOLLOWING

and

please

WP-NY-2021-63

to

INFORMATION:

to

Provider”.

ensure

you.

email

CHIP

project

NOTICE

this

SEAL

confirmation

CHIP

relational

BID

OF SEAL 11. 10. 9. 8. 7. 6. 5. 4. 3. 2. 1. temperature the The that I Notice 1986. out want Option Include first Just same Looking gravel operation??? any During project performed it why clarification I APN APN APN APN we https://portico.mygisonline.com/htmi5/?viewernyenv website WIll materials What Does seal $673,073.63 What could know will Contractor as • • have Bid surface for the lift this It 045411-02 needs 035-121-16 041-333-17 027-741-01 a application the be soon is to portions Is not be fog (N. our you on fog Documents completion. clarification, 3/8” 0.45 at project the the and very project a Proceed county acceptable and the the Linda locate seal gravel onsite 5eal as guys to as prep on spread engineers prior GSY chIp APN’s I close weather be possible stage 38 bid must am price of the costs must St) answered needs on on the on .15 have size pit intersections? visit, the to be items, asking time for to say

— RTC rate the the have equipment? both will included approximately placement. gal/sq issued to 1986 in be The and roads stay any additional estimate permits. after we to that the use gravel Emulsion done for frame the bid because 65 lifts? bid happen 25ff Version noticed staging above this

yd. Chip line the the as CSS1-h before the 38 degree Item item on within there roads? on that Yes question Please Intersections A Fog item. Preconstruction Yes, to contract Please bid if the staging #1 no for this the the area #17 quite of use so, chip for this 1,985 Seal?

ambient Seal are the item has cost 60 both 65 NDOT specs application year? For use could the for for locations use project Calendar seal. weather a at first F a is areas: time #17 We example, LF temperature the bit this quantity our lifts? Fog the awarded. the Specifications, reference I you to that temperature lift

No Bid of have can’t or NDOT bond says extension Seal Pre the NDOT is Yes gravel Meeting is prime please is for concerns? Days set rate need included Bid been this west find nothing of oil?

Roll/Compact/Prime Questions request? the 2014 to 2014 158,472 for nothing Meeting roads. of coat option to In the share Yes commence. awarding looking of can will the both December/January. double specifications and but Cabo. Specifications about in 1986 The is be Notice be Is The those line just specified to SY. 80 the lifts? but the given at Notice held spec. this. chipped Please degree estimated fog Does item contractor a most the wanted county locations. chip Is to Yes on seal. if Nye it weather The Proceed. #1 to in this weather a instead see recent November Coat seal pavement instead the funding (Caped) Proceed County Does planning spread a quantity the cost to with little before bid. Work For version a stockpile of following the prevents When for bit of the issue will require no more rate NDQT will 23,d to will NDOT county closer this include chip fog Cabo prep complete be say for will and and be project seal? 1986. seal sent the Fog that and the the area, that the PROPOSAl.. TO THECOUNTYOF NYE

CONTRACT NO. 2020-0! PWP-NY-2021-063.

CHIP SEAL. LOCATEDIN PAHRUMP. NYEC.OUNTY NEVADA.

(Because some colored inks willnot reproduce in copymachines, please use black inkto complete this proposal.)

NAMEOF Responder WulfensteinConstructionCo.,Inc.

BUSINESSADDRESS P0 Box38

CITY,STATE,ZIP Pahrump, NV89041

TELEPHONENO: AREACODE(775) 727-5900

E MAILADDRESS wsswuifcon.com

The work embraced herein shall be done in accordance with Standard Specificationsfor Road and Bridge Construction,State of Nevada Department ofTransportation, 1986.

The Responder shall set forth the “UnitPrice” for each “Unit”,in clearly legible in both words and figures inthe respective spaces provided in the “Schedule of Itemand Prices”forthis purpose. The amount set forthas the “TotalCost”shall be the extension of the “UnitPrice”times the TMQuantity”for the particularultemNo.”,the sum of the “TotalCost”ofall Itemswillbe the “Total Price”for the complete Project or Work.

in case of discrepancy between the “UnitPrice” (cost per unit of measure) and the total set forth for the “TotalCost”, the “UnitPrice” shall prevail,provided however, ifthe amount set forth as a “Unit Price” is ambiguous, unintelligibleor uncertain for any cause and a contrary intentionis not evidentfromthe proposal and other contract documents uponwhichthe Response

13

14

and

and

the

and this

sole with

Response this

same

and

abandoned

contract with

Sundays and

thus

Cost”

number

amount

is

based,

necessary

cost

that

furnish

Proposal,

proposal

furnish

right

void

any

surety

obtained

shall

prevails,

The

if

he

therein

In

of

has

this

other and

and

and

and

or

the

will

all

be

the

units

undersigned,

satisfactory

the

as

been

if

proposal

the is

machinery,

the

discretion

legal

the

shall

the

“Unit

take,

bonds

it

the

person,

prescribed,

contract,

accepted

principals

shall

specified

materials

forfeiture

property

Response

awarded,

holidays, Responder

be

Price”

in

in

be

full

the

shall

the

to

firm,

to

and

divided

as

tools,

by

payment

“Unit

are

and

the

of

in

accept

specified

and

sums

of

be

Responder,

the Package;

after

the

the

the

or

thereupon

those

such

County,

“Total

accepted

made

according apparatus

Price”.

corporation;

COUNTY;

COUNTY.

by

County

required

project

the

any

therefore,

the

security

in named

Cost”,

no

Responder

that

Parts

the

within

“Quantity”

this

shall

declares

and

entry

may,

to

by

and

contract

he

that

then

the

herein;

accompanying

this

of

proposal

the

the

that

eight

fully

prevail.

other

at

in

the

requirements

he

following

Invitation

the

undersigned

its the

has

that

he In

understands

will

that

Proposal;

(8)

that

means

option,

the

amount

“Unit

has

and

When

received

the

contract

calendar

will

this

corresponding

Schedule

to

only

carefully

the

be

Price”

of

the

determine

proposal

Response

set

the

of

and

production,

shall

awarded,

acceptance

that

with

persons

the

notice

proposal

days,

forth

amount

column,

the

fail

Director

the

examined

the

of

is

as

undersigned

from

Items

not

to

that

and

“Item

COUNTY

COUNTY

in

made

or

the

shall set

enter

and

the

or

including

thereof

parties

Response

the

as the

and

“Total

No.”,

forth

entered

to

manner,

without

therein

the

operate

Into

County

Responder

do

Prices,

shall

to

as

and

interested

shall

Invitation Cost”

proposes,

all

the

provide

Saturdays,

the

set

Package,

the

collusion

the

have

the

the

and contract

that

to-wit:

be

for

forth,

“Total

work

same

time

price

has

null

the

the

the

the

all

to

in If

15

f

6

5

4

2

Seventy-one

Three

thirty-nine

Maple/Murphy,

Ramona/Murphy,

Detail

Quail

Ninety-one

Four

FoxiKisha, Detail

Greyhound/Darcy, Greyhound/Landmark,

ninety-five

Forty-five

Four Verde/Marion

BennetlVicki

Miller,

Detail five

Forty-eight

Detail

Whirlwind/Jeane,

Four forty-three

Sixty-three

Thirteen

Five

Detail Table

traffic

chip

Supply

Descrirtion

thousand

thousand thousand

seal,

thousand

Run/Cabo,

#2b

thousand

#2a

#2

#1

#1

control,

E. 1).

CHIP

and a

— BennetlOakridge,

— Three —

— Including

Hafen

Verde/Labrador,

Savoy/Jane,

VanlMurphy,

place

Greyhound/Royal, of

Windsong/Murphy Ann

SEAL,

Miller,

and

Work

ninety

one

one

SheIly/Murphy

nine

three

MartinlCoyote

FrItz/Murphy,

RanchlThome,

JacklelJeane

first

Fox/Ashley,

cleanup

hundred

hundred

sweeping, hundred

LOCATED

SoplolMarion

hiindred

single

dollars

cents

dollars cents

Schedule

dollars

dollars

cents dollars

cents

cents

(per

E.

dollars

cents

ninety- layer IN PAHRUMP,

of

ltemsand

Quantity

Estimated

158,472

5

8

5

3 I

NYE Prices

COUNTY1

EACH

EACH EACH

EACH

Unit

EACH

SY

$

$

$

$

$

$

Price

3,339.71 4.090.91

NEVADA.

4.195.45

4.995.48

5,143.63

3.13

$

$

$

$

$

$

Total

16,698.55

32,727.28

20,977.25

4,995.48

15,430.89

496,017.36 Cost

16

10

8

7

eighty-six

One

Fifty-nine

Van/Barney,

ShellylBamey

FiitzlBamey,

Detail

Forty-five

ninety-one

One

Greyhound/Lesile,

Three

Detail

Sixty-two

seventy-four

Twenty-one

Detail two

Four

Datafl

thousand

thousand

thousand

#3a

#3

#2d

#2c thousand — — —

Whirlwind/Manse,

Jackie/Manse,

CabolBlosser

MartinlFox

RamonalBarney,

Maple/Barney,

three

four

one

six

Cabo/Bell

hundred

hundred

hundred

hundred

dollars

cents

dollars

Ranch

cents

twenty-

dollars

vista

dollars

cents

cents

6

4

I

1

EACH

EACH

EACH

EACH

$

$

$

$

1,386.59

1,491.45

3.674.62

4122.21

$

$

$

$

8,319.54

5,965.80

3,674.62 4,122.21

17

TOTAL

Fifty-four Six

16

15

14

13

12

11

hundred

Sixty-four

seven Nine

Twenty-four

Mobilization Zero

cteanup

including

PRiCE

Supply

!tems

One

Eighty-six

two

Detail Two

Eighty-nine

gteen seventy-three

Detail

Two

Two

seventy-one

Detail

Detail

thousand

thousand

thousand

thousand

sixty-five

thousand

#1-14

#5

#4b

#4a

#4

(Sum

and surface — — —

Blosser

place

Murphy/Charleston

and

(no

Savoy/Quarter

Turner/Fox

of

thousand

three

two

nine

seven

four

Items

overlapping),

demobilization

preparation

fog

hundred

Ranch/AMn

hundred

hundred

hundred

seal

hundred

I

to

six

dollars

over

dollars

cents

16)

cents

cents

dollars

cents

dollars

hundred

thirty-

cents

Horse

cents

dollars

eighty

and

twenty

Park

seventy-seven

158,472

I

I

1

1

I

EACH

EACH

EACH

EACH

LS

$

$

$1,320.86

$2,982.89

$ $

9,237.64

0.24

2.773.lt

2.400,71

Cents

Dollars

$

$

$1,320.86

$2,982.89

$

$

9,237.64

$

38,033.28

2,773.18

2,400.71 665,677.54

18

Thirty-eight

TOTAL

Seven

17

hundred

PRICE

(from

control,

1.01

Roadrunner

chip

Supply

Optional

Thirty-seven

Three

seal,

miles

W.

(Sum

and

thirteen

and

Item

Mazzuka

including

place

cleanup

Rd.)

of

Items

thousand

for

first

Ave.

sweeping,

a

on

1

single

distance

to

to

N.

six

17

W.

Linda

layer

including

hundred

traffic

of

Cents

Dollars

St.

thirty-nine

optional

14,232

item)

SY

$

3.37

Cents

Dollars

$

$

47.96184 713,639.38

clause opportunity

under

17 subcontractors

Secretary filing

NOTE:

Contract

President’s

required,

opportunity

TITLE:

E

BY:

CONTRACTOR:

$

The

Response The

THE

X

MAIL

SWkf4

requirements.

undersign

Responder

are

SHALL

are

The

RESPONDER’S The

,

ADDRESS:

Compliance,

has

he

exempt.)

of

set

above

PRICE

clause. Committee

clause,

Responder

713,

Labor

has

not_,

forth

ALSO

only

CERTIFICATIONS

hereby

has

fired

C,3’t..3

certification

for

(41

Contracts as

in

in

participated

received

CONSTITUTE

this

with

a

connection

Wulfenstein 41

______

required

CFR

agrees

on

Federal

EXECUTION

kz

CFR

X

Work

Equal

the

60-1

I?t

Addendum

and

Is

and

Joint 60-1.5.

,

by

is

Government

required

yn

proposed

.7(b)(1))

Employment

in

with

sJVisa4

as

Construction

acknowledges

subcontracts

WHICH

Executive

a

Reporting

AN

follows:

ON

contracts

previous

(Generally

ENDORSEMENT

by

#

arid

THE

k

subcontractor

fll

ARE

the

(Signature)

contracting

Orders

must

I

Opportunity,

SIGNATURE

Committee,

/

Equal

Coj.

contract

and which

.r

A

4,.

that:

only

to

PART

be

Inc.

subcontracts

#

10925,

Employment

submitted

contracts

are

or

OF

or

AND

1

the

all

exempt

administering

PORTION

subcontract

11114,

THIS

reports

inclusive

Director

EXECUTION

or by

,

that

Opportunity

PROPOSAL

hereby

subcontracts

from

Responders

or

due

are

OF

of

11246,

and

the

agency,

subject

the under

certifies

subject

THIS

the

equal

OF

Office

and

Relations

TOTAL

the

PROPOSAL

and

of THOSE

or

to

to

that

opportunity

that,

$10,000

the

of

applicable

the

the

proposed

he

Federal

former

where

of

equal

equal

has

the or

18

Department that

Contractor subcontract

Federal

Proposed

Currently,

implementing

41

Highway

CFR

prime

Standard

submits

of

subject

regulations.

60-1.7(b)

Labor.

Contractors

Administration

a

to

Form

report

the

(1)

100

Executive

covering

and

prevents

(EEO-1)

or

subcontractors

by

Orders

the

the

the

is

delinquent

the

Director,

award

and

only

who

have

report

of

Office

period

have

contracts

not

required

of filed

or

participated

Federal

such

the

and

by

required

other

the

Contract

subcontracts

Executive

in

period

a

reports

previous

Compliance,

specified

Orders

unless

should

contract

or

by

know

such

U.S.

their

the or

Receipt

Bid

specifications.

Receipt ADDENDUM

RTC REQUEST

Opening:

Chip

Q&A The

of

1986

of

addendum

Addendum

Seal

FOR

NDOT

specifications.

BY:

ADDRESS:

FIRM

DATE:

Attached.

NO.

PROPOSALS

1

specifications

NAME:

ACKNOWLEDGEMENT

MUST

No.

ito

be

Bid

acknowledged

BID

to 2020-08

_____

use

2020-08

are

?4,

(O-1A-ZO

change

NDOT

and

OF

38

1N’J

the

returned

2014

RECEIPT

specifications

(flirji(.LiInc.

Specification

81o’Il

with

bid

to

package.

NDOT

2014 NDOT

19

certified

signature

Proposal.

NOTE:

competitive states,

agreement,

the

a

period under

because

prevented

has

under

federal

Contractor

a

TITLE

penalty

because

In

under

penally

In

The

If

proprietary

Has

In

RESPNDERS

to

court

the

of

accordance

accordance

of

Signing

accordance

criminal

RESPONDING

from

above participated

a

the

23.

this

answer

penally

of

violation

to

has

of

of

PJLIC

Responder,

perjury,

UNITED

RESPONDING

comply

Statement,

perjury,

the

been

Statement,

interest

this

prosecution.

PUBLIC

is

Contractor’s

of

with

with

Yes______

of

are

with

yes,

issued

that

perjury,

with

CONTRACT

in

Proposal

law

STATES

the

cautioned

in

Title

Public

any

Public

explain

in

any

no

following

or

an

connection

Questionnaire,

CONTRACT

the

against

Questionnaire,

more

a

23,

order

officer

collusion,

on,

that

safely

failure

Contract

Contract

CODE.

Responder,

on

the

United

or

than

he

CODE

that

of

questionnaire:

of

the

the

circumstances

completing

regulation?

to

with

the

has

the

one

SECTION

making

Contractor

or

SECTION

comply

Code

signature

Code

States

National

SECTION

Responder,

this

not,

and

otherwise

final

ever

and

contract.

Section

Section

either

Non-Collusion

with

a

Code,

a

unappealable

Non-Collusion

false

112

Labor

federal,

been

10232

within

in

portion

an

10162

directly

the

taken

or

NON-COLLUSION

10232,

10162,

order

Section

certification

No

Relations disqualified,

any

the

following

STATEMENT

state,

OUESTIQNNAJRE

thereof

any

immediately

of

employee

or

finding

the the

Affidavit

X

a

112,

indirectly,

or

federal

action

Affidavit

Responder

Board.

Contractor

space.

local

the

may

shall

of

removed,

of

contempt

in court

Responder

preceding

government

the

AFFIDAVIT

subject

entered

also

restraint

are

Responder

hereby

which

shall

part

or

constitute

of

the

otherwise complete,

into

two

court

ordered

of

hereby

of

states,

project

year

free

any

the

who by

20

Name:

Name:

REFERENCES

Name:

Insurance Contracting

Nevada

LIABILITY

Time

Business

Federal

Vendor Telephone:

City:

Address:

Company

CONTRACTOR

Part

Period

I

Death

CalTrans

Floyd’s

State

Payment

Tax

Pahwmp

License

Carrier

P0

Name:

Limits:

775-727-5900

42vrs

ID#

Valley

Contractors

Construction

Box

INFORMATION

Terms:

8&-0

Travelers

#

Wulfenstein

38

Unlimited

Park

How

143388

NV19771005413

Service

Net

Long

License

Property

(Attach

30

Construction

in

CONTRACTOR

BusIness

#:

FAX:

Proof

State:

Casualty

0084910

775-727-6010

of

42

NV

Co.,

Insurance)

Co

years

QUALIFICATION

inc.

of

Phone:

Phone:

Phone:

America

(if

760-786-3264

760-852-4352

775-727-5606

applicable)

Policy

Zip

Code:

No:

89041 VTC2JCO9325B35ATILI9

21

List

If

EXPERIENCE

Have

Have

the

List

PERFORMANCE

Liquidation

Company

CONTRACTOR

Part

Statewide

you

No.

No.

subcontractors

N/A

substantial

all

Ii

you

anticipate

you

projects

ever

ever

Name:

Damages

kr,i&

Traffic

defaulted

failed

disputes

in

subcontracting

INFORMATION

the

normally

Wulfenstein

Safety

to

last

and/or

complete

or

Crvh-rd

or

2

protests

been

years

used.

and

Disputes

work,

CONTRACTOR

Construction

terminated

Signs,

any

where

occurred,

under

work

Oi

I

liquidation

Kustom

awarded

what

92ri

on

Co.,

or

a

QUALIFICATION

are

n.Llnj

conditions

contract?

Inc.

Koatirigs,

damages

currently

to

you?

if

Date:

would

If

yes,

occurring.

were

Pavement

yes,

explain

subcontractors

1O22-2O

or

explain

may

ExplaIn

where

be

where

assessed,

In

and

and

be

detail.

why.

used?

ConLptj

why. where

22

Have

Have anti-discrimination any

COMPLIANCE

Have

Company

CONTRACTOR

Part Bryan

LoaDel

Name

We in

Background

Donald

No.

No.

contract

similarly

Wuifenstein

II

you

have

you

Fisher

any

M

Matthews

had

had

charges

Name:

work

had

constituted

and

any

any

for

INFORMATION

experience

excess

violations/tines

violations/fines

legislation

been

Wulfensteiri

Nye

filed

entity

County.

dust

of

or against Construction

Office

charged

President

CONTRACTOR

the

Construction

regulations?

emission

for

for principal

Manager

OSHA

you

environmental by

Manager

or

any

members

non-compliance?

your

Title

fines

If

Co..

yes,

state

QUALIFICATiON

firm

Inc.

in

explain

non-compliance?

or

with

of

the

local

your

the

past

Date:

in

government

organization

detail.

If

Equal

yes,

that

10-22-2020

25

26

14

give

Opportunity

If

have

yes,

with

details.

who

Experience

give

been

the

would

Commission

details.

enforcementof

resolved.

be

(Years)

involved or

23

day

fee

Surety

to

and

and

and

signature,

the

October severally,

made,

below, the

That

Principal as

Chip KNOWALL

County

guarantee

to

of SURETY,

void; files

sum

manner

penal

Seal. we,

be

shall

IN

In

we

proposal.)

NOW,

for

the

fixed

of

of

the

otherwise,

WITNESS

above

enters

sum

firmly

the

Located

bind

(Copy

Nve

$

Wulfanstein

pay

two

required

payment

MEN

event

are

THEREFORE,

by

payment

of

ourselves,

all

bonds

by named,

Into

the

TEN

held

here

BYTHESE

In

.Nevada

suit

costs

those

it

Construction

WHEREOF,

court.

Pahrump,

a

PrincfpeY

under

Wulfenstein

for

shall

______(SEAL)

and

witten

PERCENT

with

Is

the

of

2020.

submitted

10%

Incurred

labor

presents

brought

which

our

firmly

be

the

the

exact

on

or

if

contract,

Co.

and

heirs,

the PRESENTS:

Nye

and

the

specifications,

Department,

_OcIobr

sum

Constwction

bound

we

Total

Inc.

upon

by

aforesaid

description

(10%)

County,

remain

materials,

by

In

executors,

RESPONDER’S

have

the

Amount

in

said

no

in

COUNTY

this

Iaviftd

unto

OF

Obligee

19th

as

the

ri5-ch5U

In

hereunto

Principal

Nevada

of

bond

Principal

PRINCIPAL,

one

full THE

the

Co..

as

prescribed

the

after

of

money

administrators

force

Response’’

required

to

County

work,

by

Inc. In

OF

TOTAL

,2020

the

guarantee

such

set to

the

the

Is

NYE

of

and

BOND

the

prescribed

including

swerded

our

Obligee

the

form,

liability

of

for

bylaw,

suit, and

AMOUNT

virtue.

County

Nye,

hands

United

Contract

faithful

In

including

and

The

of

hereinafter

accordance the

and

then

location,

(S

forms

(SEAL)

(SEAL)

th o

of

and

successors,

States,

EAI_) OF

contract

No2020-D!PWP-NY-2021-083

judgment

Nye

performance

this

,Ilrefy

CnsuItv

seats

a

THE

are

for

obligation

reasonable

as

well

called

presented

the

with

and, hrøimdexteerl

on

Insurance

Response

it

is

jointly

and

this

appears

work

recovered,

the

within

the

and

truly

shall

Company

19th

Response,

attorney’s

described

and

County,

to

the

the

of

to

him

be

on

the

other

be

time

null

the

the

for in TheO Casu Insurancèt n (S

rely lana M. Jarzen I oin -iñ-Facf - :-. - NOTE:Signatures of ose executingforthe Suretymust be properlyacknowledged.

24 z

— o. , > 0 — C 0 03

LM$-12673

IN

has herebycertity

I,

the Company, obligations. fect

AuthorIzation

CertIficate

Company,

This

therein

IN

Company,

CountyofMONTGO€RY

Onthls

Slate

theretotts

of

IN execute,

Renee persons,

all

Dianc

raider

Llferty KNOWN

TESTIMONY

seine

WITNESS

not

these

as

WITNESS

of

Power

signed

shall Anyofflcerof

Company bonds, ARTICLE

article

be

power

My ARTICLE

undertakings, may

of

the

may

been

the

contaioed

M.

C.

Mutual

PENNSYLVANIA

force as

Ulic

wherever

presents

seal,

city

officer

and

4th

prescite,

of

AU.

appoint

The

laws

of

be

Ueweltyn,

Jarzen.

blndblg

may

to

revoked.

by

recugnlzances

thattheorlqinal

Designation

WHEREOF,

Attorney of

-

and

WHEREOF,

West

necessary bind

OC1C

acknowledge

WHEREOF, 4th

the

Ohio

by XII

Insurance

PERSONS

By

of

MLutual.

V-OFFICERS:

Liberty

or

be

dayof

by

effect

the

their

such

unanimous

president and

the other

-

appearing the

as

bonds,

revoked

Gary

American signing

WAIC

shall

Casualty

Execution

the

State

Is

If

dayof

Comparrya

Corporation

shall

signabire

altomeysn-fact,

as

signed made

official

to

undersigned,

eppeint Company SURETY

I K.

Muru

-The

this

recognizances

have

BY

though

and

I

October of

act

on

at

end

end

powarol

be

Las

hre

Prater,

upon

Insurance

consent

Company,

Indiana

any

end Power

CoO62Q1B

behalf

ThESE

on

of

other

by

as

of

hereunto

President

deliver,

Section

attested

Vegas

Ocuobor

and

sudi

the

hereunto

behalf

manually

time

the executed

binding

Contracts:

by

a

is

certified

surety

Corporation of Russell

attorney

execution

of

a

(herein

their

of

President

Assistant

attorneys-In-fact,

PRESENTS:

by

corporation

the

Company

icr Attorney

,

edfcrthatpurposekrwiiig l2PowerolAttorney.

the

and

of

as

by

subscribed

and

the

of

upon

signature

set

and

the

corporations 2018

0a’°t4

affixed.

obligations.

the

This

may

pursuant

Cranpas

the

collecthely

copy West Board,

°

of

Swain other

,

Section

my

Company

secretary.

of on

the

wlrkir Company,

Secretary,

and

has

be

Power

2018

authorized

wlikh

hand

any

of

Its

Arnedcan

beforemeperson&iyappearedDautdtCaey.wloadinowtedgedh duty

surety

Companies

necessary

and

That

state

my

the attested

any

been

to behalf

OF

5.

bind

suck

the

Such

end

and

Board

as organized

name of

by

resdubons

called

Chairman,

%-

execution

Surety

power

to

The

of

foregoing

fP

Attorney

subsalbed

delgations. may

acting

The

Nrreelf the

E’

make, Insthmiento

afflxed

as

by

for

Insurance

attorneys-In-fact to

foIP0%%

of

and

OhIO

the

authority

surety

to

A

that Company

Bonds

be

ONo

of

as

by

Directors,

The

pursuant

act

attorney

under

execute,

affixed

as

of

necessary

the

if

the

the

Companles,

West

are

purpose Casualty

is COIIMONWEALTH Liberty

U*•

limits

they

POWER

bythechabmanorthepresden any

Casualty

In and

a

by

efuU, and

seals

President Such

Secretary.

Ohio

now

duty

Company,

oldie

behalf

and

the

NV

an

such

my

as

have

except

Undertakings.

the to

issued AmencanTnsurance

the seal,

P**dmor

In

authorized

laws

authorized

of

In

true

to

attorneys-In-fact,

Its

the

notarial

Insurance

to

subject

following

full Mutual

Company

Casual

wilting

Insthimenta

acts

Insurance of

said

attach

been act

aciki

or

and

Bylaws

anowledge

pursuant

of

the force

In

Any

by

and

and

by

Companies

the

of

the

the

conedcopy seal

OF

duly

Company

to

by

thereto

behalf the

OF

power

those

that

officer.

and

By-laws

State

officer

deed,

Company

the

Insurance

manner

consents of

the

Company Company,

PENIusvLVA)L.

at

dffcer

signed

to

each

and

the

Insurance

he, effect

O%

Imitations ATTORNEY

Chafrman

King

and

of

named

otMassadiusetta,

or

the

any

subject

or

and

Company,

to

as

tais/’tSiay

the

and

to

lediidually

authority

or

official

and

by

of

seal

reading

by

attack

and

that

otthePowerofAttofneyexecutedby

is

make,

suck,

In

delver

officers Corporation

Authorizations

Prussia,

liberty

authority

a

the

herein,

connection

to

to

at Company

of

facsimle

set

or

corporation

Company

of

the

thereto

being

the

president

the

dsubjecttosuchImftationsastiiadiaá-manothepresldentmayprescre, uidertatrings,

the

Company

execute,

granted

authorizes

as

forth

the

as granting

By:______

If

Mutial

extent

follows:

By:

Imitations Pennsylvania,

end

President.

Company,

By:______

there

herein

surety

Companies

aithorized

In

to

or

tire

and

Renee

with

leresa

they

their

to

make, West

of_(2L

sea),

&The

and

Au4-)

duly

be

Insurance

herein

seal

such

set

West

any

any

DavId

surety

more

have

reeclIve

bonds,

set attested

C.

forth,

American

arid

organized

Vinen

acknowledge

of

and representatIve

execute,

power Pastella,

Ohio

American

Lleweltyn, so OCaO

and

stated.

lL

the

on

forth

than

subject

bonds,

no

all

to

does

Company, Carey,

the

tobetheAantSecretaryofLfoertyMubJallnsurance

so

recognIzans

Corporation. the

Casualty

authority

or

reproduced

do,

by

undertakings,

In

one

executed

powers

Insurance

day

seal,

Notary

authority.

corporate under

hereby

theW

the

shall

to

Lz(

execute

Insurance

Asutstant

Assistant named,

and

such and

secretary

acknowledge

said

or

Insurance

respeclie

be

and

the

Public

Cecate

of

to

year name,

delIver attorney-kr-fact

such

Imitation

teflnen

valbi

signature

attorney,

Company

Companies,

the

seals

laws

Ito

West

and

bonds,

Secretary

Company

Secretary

first

bile

foregoing

Instruments

of

constitute

arid

other

as

so

of

Company, of

American

powers

above

the

No:

and

as

swety

executed,

the

and the

shall

of

binding recognizances

surety

Companies

die

any

8196945

lawful

lee

Islnfutiforce

to

Companies

State

delver

under

witten.

Inshianent

have

of

and

appokitsudi

Chairman

erry

assistant

corporation

shall

Uberty

upon

Insurance

attorney,

obhgatlons,

attorney-hr-fact

of

such

appo*

0

fruit

and

the

as

New

be

the

power

surety In

provisions

Mutual

and lnstniments

all

have

for

secretary

or

as

their

andetfect Company

Harnpshiie,

shall

undertakings,

Company

the duly

______

attorneys-in

binding the

other

In

been

any

to

own

lnsuranoe

President

pursuance

have

purpones

bind

organized

to

surety

end

of

of

affixed

proper

whir shal

as

make,

and

the

this

the

do

Iii

alt

that

If

l—’

‘5 o —

: U

LU 5 Co

voluntarily

and

were

with

the executed

K.

Diana

On

COUNTY

STATE

Ailsero,

this

officer

that

the

made

M.

19th

OF

seal

the

Jarzen

the

OF

and

of

by

known

day

NEVADA)

foregoing

of

said

officers

said

CIARKj

for

said

My

ofjctober,

Notary

Appointment

DEBORAH

ACKNOWLEDGMENT

personally

Appt.

the

to

corporation

corporation

corporation

Pubkc,

Expires

me

uses

of

instrument

)

No.

State

K

said

ss.

Feb.

to

02-73474.1 ALISERO

and

of

24,

2020

be

Nevada

appeared

2022

corporation

purposes

the

as

and

executed

A.D.

and,

above-designated;

Attorney-in-Fact

that

before

upon

therein

the

as

OF

the

indicated

oath,

seal

me,

SURETY

NOTARY

said

mentioned.

affixed

a

did

Notary

instrument

of

that

after

depose

the

PUBLIC

to

she

corporation

Public,

said

said

is

that

signatures;

acquainted

instrument

freely

he/she

Deborah

and that is

ACORD

CERTIFICATE

DESCRIPTiON

Nye

Re:

iNSA

A

COVERAGES

INSURED

B

B

Wuifenstein

PROOUCER

B

Pahrump, P.O.Box38

Aillant

333

Los

B

EXCLUSIONS ThIS

CERTiFICATE

iNDICATED.

this

IMPORTANT:

If

BELOW.

REPRESENTATIVE CERTIFICATE

This

All

An?ROPRIEIORIPARTNERIEXECUTTVE

If (Mandaayln

OFFICERII,MIUSEREXCUJOED?

AND

*PCrnjCERSCOW€NIATION

County

Ezcie.-FkilLsyer AUTOMOSLELIASIUTY

5

X

:

SUBROGATION

CEN.

]_CLAJMS.MADE

ESCRJPTiONOF

X

ye.,

Angeles

S

Nevada

certificate

IS

25(2016103) EMPI.OYERS’

Hope

PtipJc&

EXCESS

ur

AUTOS

AUTOS

URW.AUAB AWYAUTO Insurance

OWNED

dewlb. HIRED

POLICY

COMMERC1ALGENERALUABILITY CERTIFICATE

AGGREGATE TO

OF

Is

Tonopal’I,

P.O.

Nye

NV

OPERATIONS

CERTiFY

THIS

added

Construclion

X

ONLY

ONLY St

Jobs.

Dw

1YPE

NH)

HOLDER

NOTWITHSTANDING

CA

ader

AND

LIAS

[]

MAY

89041

County

Ste

If

pPwrnous

RETENTiON

does

BOX

DOES

90071

OF

lABILITY

CERTIFICATE

Services,

the

coNomoNs

as

UMIT

BE

I INSURANCE

IS

I_-i 3750

J ‘I

I

THAT

NV

OR

153

additIonal

K

not

certificate

IS

I

ISSUED

WAIVED,

j2Lj

LOCATiONS

APPUES

[]

NOT

ICampCdI

I

PROD

89049

AUTOS ISSUED

AUTOS

NON.OWNED

SCHEDULED

confer

$

THE

i Co.,

bdaw

in

CL.NMS-MADE

OCCUR

OCCUR

Inc.

AFFIRMATIVELY

nin

LOG

PER:

OF

DR

ONLY

Insured

POUCS UCER

Inc.

0.

subject

ANY holder

I

i1hts

OF

VEHICLES

As

SUCH

[]

MAY

Yl

CERTIFICATE

N INSURANCE

CERTIFICATE

REOUIREMENT.

A

AND

under

to

PERTAIN,

NI POLICIES. I. —

MATTER wg.

OF

to

The

the

IACORD

A

an

THE

the

INSURANCE General — — —

— .

ADDONAL

ACORD

certificate

OR

temis

CERTIFICATE

101,

‘THE

SXS0057597 LIMITS

UB-9K16850A-20-25-I<

CUR.3K990350-1B-25 OF

VJ.J..9325361-’flL.20 VTC2J.CO.9325835A.TIL.20

..

NUMBER: DOES

NEGATIVELY

AdNoni

LiabIlity

TERM

INFORMATION

INSURANCE

and

name

SHOWN LISTED

holder

NOT

POLICY

conditions

OR

INSURED,

R.n.a,U

policy

and 1963852250

OF

CONDITION

HOLDER.

CONSTITUTE

In

BELOW

MAY

NURSER

logo

AFFORDED

lieu AMEND,

where $ch.th.h.

PAVERE HAVE

LIABILITY

ONLY

the

of

of

are

HAVE

required

such

the

CANCELLATION

pollcy(Ies)

OF

BEEN

regIstered

may

PISURERF:

INsuRER

esu

D1UasRC: FISURERA:

THE

ACCORDANCE ADDREIm

EXTEND

SHOULD COKTACT

po

AND

policy,

BEEN

BY

ANY

A

.ndorsemantts).

b.

REDUCED

CONTRACT

.I*aid

ThE

by

EXPIRATiON

I’MMIOOn’YYY

CONFERS

101112020

101112020

POUCYEPF

101112020

CONTRACT €ifl

101112020

C

101112020

a

ISSUED

written ANY

,,

certain

.vonneGalvan

vvonne.aIvanaUiant.com

must

OR

Travelers

POLICIES

Indian

marks

213402.0232 ©

INSURANCE

If

OF

mc..

WITh

1988.2015

ALTER

BY

contract.

TO

have

INSURERtS)AFFORDSIOcOVEHAOS

THE

Haitor

policies

PAID

NO

of

speas

BETWEEN

(MMIDOIVYYYI OR

THE

DATE

101112021

THE

POUCTE

101112021

101112021

101112021

Property

1011l2021

DESCRIBED

ABOVE

ACORD

ADDm0NAI.

RIGHTS

THE

OTHER

CLAIMS.

Is

POLICY

INSURED

inewance

r.qufrd)

ACORD

may

THEREOF,

DESCRIBED

COVERAGE

Casualty

DOCUMENT

‘ THE

AGGREGATE

EACNOCRRENCE

EL

EL

E.L

AGGREGATE

require

REViSION

SACHOCCURRENCE

PROViSIONS. UPON

PROPERTY eooLYwajUy(Paipew)

lEa C0I4SINED

Per

PRODUCTS.

GENERAL

PERSONAL

MED

PREMISES

DAMAGE EACHOCCURRENCE

HEREIN

NAMED

I

ISTATUVEI

D1SEASE.EAEMPLOYE

DISEASE.

EACH Conipan

acddeAl

CORPORATION.

adet)

PER

EXP

INSURED

ISSUING

NOTICE

I

Co

THE

TO

ACCmENT

an

(Any

POLICIES

AGGREGATE

SIGLE

DAMAGE lEa

A IS

ABOVE

AFFORDED

RENTED

COUROP

ABV

WITH

endorsement.

Y(PvIcddMd)

NUMBER

POLICY

an

amnc.)

I

SUBJECT

CERTiFICATE

INSURER(S),

INJURY

provisions

pew)

WILL

I

I

LIMIT

IER lOiN.

FAX

RESPECT

e.c.

FOR

SE

LIMIT

AGO

io

CANCELLED

SE

TO

All

ThE

I

F

BY

$1,000,000

$1,000,000

S

$

$5,000,000

$

$

$ $

$ 8004834852

$

$4,000,000

$4,000,000

$2,000,000

$10,000

$300,000

$2,000,000

5,000,000

5,000,000

5,000.000

1.000.000

rights

ALL

2,000,000

DEUVE

or

DATE

TO

A

POLICY

ThE

HOLDER.

AUThORIZED

statement

be

9128/2020

ThE

WHICH lMOIYYYY)

reserved.

endorsed.

POLICIES

BEFORE

PERIOD

TERMS,

25674

36940

THIS

ThiS

IN en Southern Nevada Office Northern Nevada Office 2310 Corporate Circle, Suite 200 5390 Kietzke Lane, Suite 102 Henderson, Nevada 89074 STATE Reno, Nevada 89511 (702)486-1100 CONTRACTORS BOARD (775) 688-1141 The Nevada State Contractors Board certifies that

WULFENSTEINCONSTRUCTION CO INC Licensed since December 24, 2018

License No.0084910

Is duly licensed as a contractor in the followingclassification(s):

PRINCIPALS: LIMIT: A General Engineering EXPIRES:13112020Unlimited CHRISTIANSPROSS, President, Q STEPHEN CONCANNON, Secretary NATHANBEYLER,Treasurer OF

JThAaJL Ccwu Chair, Nea State Contractors Board NEVADA STATE CONTRACTORS BOARD 5390 I(IEFZNE LANE, SUITE 102, REND, NEVADA. 89511 (775)688.1141 FAX (775)688-1271, INVESTiGATIONS (775)888-1150 2310 CORPORATE CIRCLE, SUITE 200, HEM)ERSON, NEVADA, 89074, (702)486.1100 FAX (702) 486.1190, INVESTIGATIONS (702)486-1110

CERTIFiCATE OF ELIGIBILITY PER NRS 338.147 and NRS 338.1389

CERTIFICATE NUMBER: BPC-19-05-03-0583 WULFENSTEIN CONSTRUCTION CO. INC. (HEREIN THE “GENERAL CONTRACTOR”) NEVADA STATE CONTRACTORS’ LICENSE NUMBER: 0084910 ORIGINAL ISSUE DATE: 12/24/2018 BUSINESS TYPE: CORPORATION CLASSIFICATION: A-GENERAL ENGINEERING MONETARY LICENSE LIMIT: UNLIMITED STATUS: ACTIVE IS HEREBY ISSUED THIS CERTIFICATE BY THE NEVADA STATE CONTRACTORS’ BOARD, BASED PON THE INFORMATION CONTAINED IN THE STATEMENT OF COMPLIANCE WITH NEVADA REVISED STATUTES tNRS) 338.1 47 AND NRS 338.1389 AND THE AFFIDAVIT OF CERTIFIED PUBLIC ACCOUNTANT SUBMITTED TO THE NEVADA STATE CONTRACTORS BOARD AS PROOF OF CONTRACTOR’S COMPLIANCE WITh THE PROVISIONS OF NRS 338.147 AND NRS 338.1389. IN ACCORDANCE WITH THE PROVISIONS GENERAL OF NRS 338.147(3), ThE ABOVE-NAMED CONTRACTOR AND A CERTIFIED PUBLIC ACCOUNTANT HAVE NOTARIZED SUBMITTED FULLY EXECUTED AND SWORN AFFIDAVITS AS PROOF OF PREFERENTIAL BIDDER STATUS, ERTIFYING THAT UNDER PENALTY OF PERJURY, THE GENERAL CONTRACTOR IS QUALIFIED TO RECEIVE PREFERENCE FORTH IN NRS A IN BIDDiNG AS SET 338.147 AND NRS 338.1389 AND OTHER MATTERS RELATiNG THERETO. THIS CERTIFICATE OF ELIGIBILITY IS ISSUED ON JANUARY 1, 2020 AND EXPIRES ON DECEMBER 31 LNLESS SOONER REVOKED 2020, OR SUSPENDED BY THE NEVADA STATE CONTRACTORS BOARD.

121,9 /2Oi MARGI& GREIN, EXECUTIVE OFFICER DATE

The Nevada State Contractors Board assumes no liability or responsibIlity for the accuracy validity of or the information contained in the Contractors Statement of Compliance or the of Certified Affidavit Public Accountant as Proof of Contractors Compliance with the Provisions of NRS 338.1 47 and NRS 338.1389. The above-named General Contractor shall bear the responsibility to ascertain the accuracy and validity of the affidavits provided support certificate. to the Issuance of this

Q

19688

This address

Started:

THIS

Business

LICENSE

designated

June

22,

License

1994

MUST

below.

is

BE

issued

POSTED

Pahrunip,

2281

Wulfenstein

to

satisfy

iN

E

2lOOEWaltWilhiamsDr,

A

Postal

PROMINENT

the

NV

Town

Construction

provisions

Pabrump,

Rd

89048

of

PLACE

NV Pahruinp

of

Pahrump

Co,

89048

AT

Inc

THE

Ste

Town

100

PHYSiCAL

Ordinance

Business

LOCATION

June

Expires:

#35

22,

for

License

OF

operating

2021

BUSINESS.

W12OCC

Number

at the

r

You-may

online

Certificate

so

License

license, provisions

Valid

payment

License

In

will

accordance

until

at

result

pemiit

must

for

of

htix/iwww.nvsos.gov

veriI’this

in

the

appropriate

business

Number:

Nevada

in

or

expiration

be

with

late

registration.

cancelled

Title

Revised

activities

fees

NEVADA

certificate

B202008201019278

prescribed

date

7

Nevada

or

of

WULFENSTEIN

on

penalties

Statutes.

Nevada

listed

conducted

or

before Business

fees,

unless

Revised

Expiration

License

which,

STATE

the

within

suspended,

its

above

expiration

Identification

Statutes,

by

is

the

CONSTRUCTION

not

law,

named

State

Date:

transferable

BUSINESS

revoked

hand

pursuant

office

cannot

of

date

is

OF

WITNESS

08/31/2021

Nevada.

hereby

and

or

on

BARBARA

If

be

#

to

cancelled

and

business

NV19771005413 affixed

08/20/2020. waived.

STATE

proper

granted

Secretary

is

WHEREOF,

not

CO.,

LICENSE

the

application

in

in

activity

K.

a

accordance INC.

Nevada

lieu

Great

of

CEGAVSKE

State

of

ceases.

any

Seal

I

State

duly

have

local

with

of

filed

Business

Failure

hereunto

State,

the

business

and

at

to

my

set do

-.

my 0

-

.

(775)

Buildings

(175)684-4141 Carson

515

Public

Las

Governor Steve

-

E.

Vegas

.

684-1800

cc: WDP/kp

Public War

Sincerel Please

Qualified I46rks

Musser our This

Small

$1,000,000

license public

City,

On

Dear Sisafak

RE:

Pahruznp,NV

P.O.

Attu:

Wuifenstein

Ma.y28,2020

&

file

...

Grounds

web

Offices:

May

Nevada

qualification

D. Qualification Section

,_..

Works Mr.

Box

Street,

contact

Commercial •

works

Mr.

Fax

Fax

classification

Patrick,

site bidders.

-.

28,

Spross:

38

Section

(775)

(775)

69701-4263

Chiistian

SuIte using

-

www.publicworks.nv.gov

Administrator

.

2020

ConstructiOn

this

construction

.

89041

684.1817

6844142

P.E. 102

-

to

the

Qffice

results

the

1

bid

Spross State

-

A

State

is at

valid

(775) projects

Co.,

of

Genera)

Public

Nevada

Inc.

through

684-4141,

DEPARTMENT

up

Works

Engineering , license

to

the PUBLIC

—.-——-

May

$10,000,000 “bid”

Board if

.. STATE

27, you

=

number

WORKS

drop

-

2022.

should

qualified

-‘.‘‘;-

OF

and

OF

down

85626

ADMINISTRATION

The

using

to

NEVADA

have

DIVISION

bid

menu results

Wulfenstein license

.

the

KEIVEUJUNO8

any

= public

-

State

at

questions.

of

the

classification

L

the

works

—.

of

top

Qualification

-

Nevada

Construction

of

construction

the

home

B2

license

(702) (702)

wifi

page Las

Residential

486-4300

486-5115

Co.,

number

- projects

be

BuIldings

Vegas,

—.

/

posted

Inc.

List

-

-

Nevada

Public

Carson

2300

Ward

Fax

.

Fax

84910

to

& of

up

.rrr

Grounds

and

on

bid (702)

(702)

McLeod

0.

to

Woiks

Laura Admlnlsfr’etor

——

City

89104-4134

Patrick,

486-4308

486-5094

Section

Offices:

8.

Director

Sect/on

Street

Freed P.E.

Name:

Name:

Name: REFERENCES

Insurance Contracting

Time

Nevada

LIABILITY

Vendor

Business

Telephone:

Federal

City: Address:

CONTRACTOR

Company

Part

I

Period

VSS

American

Kiewit

Las

Payment

State Tax

License

Carrier:

5035

Name:

Vegas

Limits:

702-318-7035

International

ID#

19-20

Contractors

Schuster

INFORMATION

Terms:

46-0606069

Pavement

#

Statewide

How

______

NV2012

Long

St.

30

License

(Attech

Preservation

Net

Traffic

172524

in

Business

Proof

CONTRACTOR

#:

FAX: Safety

State:

of

N/A

Insurance)

33

888-502-7605

and

NV

yrs

SiQns

QUALIFICATION

Phone:

Phone:

Phone:

(if

appilcable)

Policy

Zip

.702-560-2275

916-373-0183

702-507-5444

Code:

No: 89118 ______

Adrian

Brian

Danny

contract

Name

Background None Will

List

EXPERIENCE

If

Have

Have

substantial

List

Liquidation

PERFORMANCE

CONTRACTOR

Company

Part you

Not

subcontractors

Flintz

all Samaniego

None No II

None

you

anticipate you Jones

be

projects work

Subcontracting

ever

ever

Name:

disputes

Damages

and

for

defaulted

failed

in

subcontracting

experience

Nye INFORMATION

the

Statewide

normally

or

to

County.

last

and/or

protests

complete

or

2

been

years

of

used.

Disputes

Traffic

the

work,

Sales

occurred,

Dispatchl

Branch

CONTRACTOR

terminated

any

where

principal

Safety

under

work

Manacier

Title

Manager

liquidation

Project

or

awarded

members

and

what

are

on

a

Skins

currently

conditions QUALIFICATION

Manger

contract?

damages

to

of

Date:

you?

your

occurring.

If

would

organization

If

yes,

were

October

yes,

explain

subcontractors

or

explain

Experience

Explain

may

20,

25

7

35

who

where

2020

be

where

in

assessed,

would

detail.

(Years)

and

and

be

be

why.

used?

why.

involved

where

the in

None

None

None

Have

details.

Have

yes,

government

Commission

Have COMPLIANCE

Signs

Company

CONTRACTOR

Part

explain

II

you

you

any

had

charges

had

in

with

or

any

detail.

Name:

any

INFORMATION

any

the

violations/fines

been

violationslfines

enforcement

similarly

CONTRACTOR

filed

against

constituted

for

of

for

anti-

OSHA

you

environmental

QUALIFICATION

discrimination

or

Statewide

non-compliance?

entity

your

charged

firm

Date:

non-compliance?

legislation

with

Traffic

by

October

the

If

yes,

any

Equal

or

give

state

regulations?

20,

Safety

Opportunity

details.

2020

If

or

yes,

local

give

and If ACORD CERTIFICATE DESCRIPTiON NYE RTC Contrectors INSRI 0 C COVERAGES A A B INSURES A dba PRODUCER Statewide Nipomo 522 Philadelphia The A The

1 ACcRD THIS EXCLUSIONS CERTIFICATE INDICATED. this If IMPORTANT: REPRESENTATIVE THIS BELOW. CERTiFICATE Penn DtSCRIPTIONOFOPERAT1ONSbeIaw Ilyas. (Mandatory OFFICER’MEMOEREXCLUDEO? .NYPROPRIETOR1PARTNER,XECUTIVE ANDEMPLOYERS’LIABIUTY WORKERS ContcaclorsPolluUon Properlyi1nst&IIknFIoter ._ HOTHER: COUNTY CHIP AUTOUOBILEUABILITV )(

GEN’L x )( SUBROGATION — X Undon Statewide Graham Graham certificate IS 25 GEt) EXCESSLIAB UMBRELLALJAB AUTOS AUTOS ANY desc1be HIRED OWNED POLICY CERTIFICATE COUMERCIALOENERALLIAaILrrY Square AGGREGATE CA TO AND OF (201 PollutIon

Wulfenstein Pahrump, 2281 Traffic AUTO COMPENSA11ON CIMMADE

In I OPERATIONS CERTIFY Lane THIS 93444 - ONLY ONLY TYPE RHI HOLDER NOTWITHSTANDING PA wider AND 6103) [ Building Company SEAL PWP MAY

X I Safety E. West If RETENTIONS does DOES 19102- OF Safety CERTIFICATE CONDITIONS the — JECT PRO LIMIT Pasta BE No. INSURANCE [-._J F1 IS Per THAT NV OR not certificate IS (LOCATIONS/VEHICLES ISSUED Systems WAIVED, Construction NV-2021-63 APbUES NOT I Occurrence: AUTOS NON-OWNEI) PRODUCER, AUTOS 891 ISSUED SCHEDULED and canter THE CLAIMS.MADEI OCCUR OCCUR AFFIRMATIVELY LOC Signs, PER OF OR ONLY POLICIES subject ANY holder rIghts OF Suite SUCH

AS [] MAY Y/N CERTIFICATE $1,000,000 CERTIFICATE INSURANCE Co. Inc. A REQUIREMENT, AND

I I # to PERTAIN, EADDLISUBRI NI POLICIES — is MATTER — — jg OF to The the A (ACORD I an nc THE the INSURANCE — — — - ADDITIONAL ACORD certificate OR I terms CERTiFICATE I $2,000,000 101, THE NY2OECPX000B6NC CPP557177908 LIMITS 1000003811 1000003810 AUC685608702 OF 1000198589201 1000025627201 NUMBER: DOES NEGATIVELY AddItional TERM INFORMATION INSURANCE and name LISTED SHOWN holder NOT POUCY conditions OR INSURED, Aggregate Ramarka -AZ and 1211402660 OF HOLDER. CONDITION CONSTITUTE BELOW In MAY TRAFSOL.O1 NUMBER logo AFFORDED lieu AMEND, Sch•dut,, HAVE LIABILITY ONLY — the of of are HAVE DeductIble: sI!ch the CANCELLATION pollcy(Ies) BEEN OF registered may INSURER INSURER INSURERS: INSURER INSURER INSURER THE E-MAIL ACCORDANCE ADDRESS: IAJS.No.EeiI: EXTEND SHOULD PHONE NAME: CONTACT AND polIcy, BEEN BY ANY A b. endorsementls). REDUCED CONTRACT attached THE EXPIRATION IMMIDDIVYYVI CONFERS 8/1I2020 8/11/2020 8111/2020 6/11/2020 8/1112020 POUCY 8111/2020 CONTRACT F: o 811112020 8: B: A: $10,000 ISSUED John ANY REPRESENTATIVE certain KIIganiff_Unitgrahamco.com OR must Zurich-American Navigators American POLICIES Starr marks 2157015325 © INSURANCE II OF 8FF mor Kilgamif/Meghen WITH ALTER 1988-2015 BY TO Indemnity have INSURERIS)AFFORDINGCOVERAGE per ThE

I policies I °AID NO of apace BETWEEN LMU4ONV’YY’j OR THE DATE 8/1112021 8111/2021 ThE 8/11/2021 8/11/2021 POUCYEXP 611/2021 6/1112021 occurrence Guarantee 8/11/2021 DESCRIBED ABOVE ACORD Specialty ADDITIONAL RIGHTS OTHER THE CLAIMS Ii POUCY INSURED r.qulr.dI ACORD & may THEREOF, Insurance LIability DESCRIBED COVERAGE UIuLi,Umits IPtrOInIaI(atIofl THE

DOCUMENT x Insurance EI..C7ISEASE.POUCYLII,IIT E & EL. REVISION require AGGREGATE Bergeron EACHOCCURRENCE PROVISIONS. (P PROPERTY BODILY UPON BODILY PROOUCTS-COMPIOPAOG tEa COMBINED PERSONAL MEOEXP(Anyoneperaonl GENERAL PREMJSESIEaoccw,ence) DAMAGE EACHOCCURRENCE L. HEREIN LiabilIty NAMED I II’€R DISEASE EACH par1I) CORPORATION. edenII STATUTE Company INSURED ISSUING Company NOTICE INJURY INJURY THE TO an ACCIDENT AGGREGATE POLICIES DAMAGE SINGLE Company SADVINJURY Ins. IS ABOVE AFFORDED - RENTED WITH endorsement, EA

NUMBER: I CERTIFICATE SUBJECT (Pef (Per Co. EMPLOYEE INSURER(S), provisions

WiLL I I

LIMIT I personi acdon)) tAlC. FAX RESPECT 0TH. ER FOR BE UNITS No): CANCELLED TO All

THE 1510000000

I I .5 BY $1000000 51.000,000

$ L S $ 54,000,000 s 5 si,00o,aao 85,000 $100,000 82.000,000 SeeBelow 5500000 1.000.000 rIghts 10.000,000 ALL 2,000,000 4,000.000 DELIVERED DATE or A TO POLICY THE HOLDER. AUTHORIZED statement be 111212020 THE WHICH (MMIODIYYYY3 endorsed. reserved. POLICIES BEFORE TERMS, PERIOD 36055 26247 38318 16535 RAId THIS THIS IN on

Name:

Name:

Name:

REFERENCES

Contracting

Insurance

Nevada

Time

LIABILITY

Business

Vendor

Federal

Telephone:J7

Address:

City:

Company

CONTRACTOR

Part

Period

5M.

APVM-t9

______State:

Payment

State

Tax

License#

Carrier

Name:

Limits:

+pc1

7’1’?

ID#

I’T7 Contractors

-

INFORMATION Terms: -

-

A1.c$ ______

How

L_/

?1Z-$(

JJV

IktJ

AØLT

Long

License

crLø4Z-(

1641

NT!r

(Attach

IJ5ciZ.AjJLC

CONTRACTOR

,1Od4r

in

Business

#

7b’ro

FAX:

Proof

64

W-t

Z-Z7h8

775

of

Insurance)

4

QUALIFICATION

IC.4

71z.--

Phone: Phone:

Phone:

(if

(66t—

?7’-

7’i.4’

applicable)

Policy

Zip

Code:

No:

771 b?

______

i

I

4k351c

—Ø3

•il1 (

List

If EXPERIENCE

Have

Have

the

List

Liquidation

Company PERFORMANCE

CONTRACTOR

Part

you

subcontractors

substantial

all

H

you

anticipate

you

projects

ever

ever

Name:

Damages

bJ()

,rr

defaulted

failed

disputes

in

subcontracting

INFORMATION

the

normally

to

last

and/or

4,4T7A4..

complete

or

or

2

protests

been

years

used.

Disputes

work, COtITRACTOR

terminated

any

where

occurred,

under

work

I4k1iJ&

liquidation

awarded

what

on

or

a

OUAUFICATION

are

conditions

contract?

damages

currently

to

you?

I

If

Date:

-‘

would

If

yes,

occuriing.

were

yes,

C.

explain

subcontractors

explain

or

I

may

t

Explain

-Z

where

be

where

H

assessed,

in

Z-O

and

and

be

detail.

why.

used?

why. where

Have

Have

government

yes,

Have

Commission

Company

COMPUAIICE

CONTRACTOR

Part

Name

be

Background

involved

explain

II

you

you

any

had

had

Name:

charges

in

in

with

and

“Jo

or

any

any

detail.

contract

INFORMATION

experience

any

the

violationslflnes

violationslfines

been

enforcement

similarly work

-

tiled

for

of

CONTRACTOR

the

against

Nye

constituted

for

for

of

principal

(L#7

County.

OSHA

environmental

anti-discrimination

r

you

members

non-compliance?

or

Title

entity

&‘

your

QUALIFICATION

charged

?pt-•

non-compliance?

firm

of

your

legislation

with

Date:

organization

by

if

the

yes,

any

Equal

or

f.-Z4—zo

give

If

state

regulations?

yes,

details.

Opportunity

who

Experience

give

or

would

local

details.

If (Years)

ACORD

INSOZS

CERTIFICATE

Auto

policy(ies)

Wore

d8tozeined Written

Pro).ct:

A

C

B A

A

cOVERAGE ReflO

KU5tC

7998

IWRE0 Rezzo

A

Suite L(P

300

PROVUCOI1

CPTI004GF0PE0LcJ1CI11I

ThIS

WSIONS

CERflFICAIE

INDICATO.

certifIcate the

REPREISN1A11VE

PEI.ow

054DJ30(D

CET1FICATE THIS

,rm0c0USAn0N

COt2te2

:

OlYPROPET0msNNvWTuvl

— :i

X

AUmsOeiLELI4SIUTY

ORtA0OREGAmLa4YrAP9UE8

— jmJEenAJ.cermALuAmu1v

9C8.71OS

Ease

1

rpocrANu

(204401)

East

nsuran0e

terms ISTQGERTIFYTHTThE

25(21114101)

Security

f

4IU5UAUAE

HAEDMJTOS

1300

CERTIFICATE

contract

ED5t1fl5

When

#C&flC9(O1117):

THIS

2nd

and

by

holds

HOLDER

NThSWNGNWR

AND

TTM0utmAhcm

MAY

listed

(01/17),

.05.MP.OE

i

Rm

CL

comEt(o,

smor 0058

5q2pe.nt

CERTWICATE

Street

Named

CONDrnCNS

Circle

BE

Services

4n

Pore

or

Inc

ISSUEDOR

011

Heu

IS K

LOCAIIDIE

1OTAH

above:

I

L!J

[j]OOCUR

agreement

IS8UEDASAMATrER.oF

pODUCER

Workers

macreds ci

s

#32O1OR(12/1l)

of

such

FOUCIES

t040WSE

p5l,

the

ehoIder

OF

N.e

OF

NV

NV

I

lNMAThJE1yORNEGA[tVELyp4€lD,

MAY

Waiver

dditiona1

SUCH

pdlcy..

endorsem.nUsI.

N8URANC5

YIN

C1ss{ACD

CERTIF1CATE

PEMTFE Compensation

89506

89501

ezecuted

operations

AND

OF

CERTIFICATE

POLICIES.

lIlA

ceotain

-—

NSURANCE

The

of

THE

Subrogation

ACORO

Insured

DOES

CERTIFICArE

- polIcIes

LIMiTS

1,ACoUewI

INSURANCE

.mrsAoNcoNoq1of

by

2..)

£0442113 1e50225U07

Ku.

INFOI1MATION

10141103 N.

jo.

02442113

NUMBER.•20/21

axe

PU.N73213205F

USIE)

Tore

Waned

NOT

3.t

SHOWN

name B.t

..t

may .,t

INSURzepäflcy(há)mjátheEfldoieed.

perfotmed

Status

.eb

CONSflflflEA

pLYNu

BELOW

180013(04/84);

*atadi

2id.

ffO

at:

require

at.s

Znuured

Status

and

HOLDER.

MAY

OF

!d,i1.,

ONLYAND

$lll

logo

is

HAVE

1.

HAVE

A

S

,

n

an

KI

KIlt

DEYTHE

UABILflT

AU

ocYcompAcr

EXTEND

is

determined

for

endorsement.

are

prior

OEEN

BEN

m

K

Katherine

CONTRACT W!

CANCELLATION detre4n..A

74ne.

21

relstered

WH0ecl.spI

[Certificate

ACGORDANCE THE

sHouw 1GUEz

CEoNPERS

erereiera

eauAzWiLIrcia1

2J

REbUCNDBYCLJMS

POUCIES

DRALTERThE

to

EXPIP.A1ION

1T

212412020

2/24/2020

2/24/1020

1/1/2020

2/24/2020

PrImary

lose.

ANY

by

kae.rossiVixs.net

Eathêxine

Astatelnönt

I

BETWEN

Rosai/KA1I5 matie

NO

DESCRIRE

INSURANCE

OERDoCThTTO9CH1Ws

OF

(715)996-6100

by

attached

incence

WITH

1988-2014

RIGRIS

ThE

DATE

Ct.

Ko1der

In

and

of

THE

COVEIAGE

ls,eqidm4

2/24/2021

2/2412021

2124/lOU

ANOVEOE5G1WSED

111/2021

2124/2021

ACORD

pore

THEP.EOF.

accordance

THE

an

Eoigf

HEREIN

POLICY

taan UPONTHE

No-Cont Prooerts’

Pacif

CL

ACORD

U1

KSUBROG1)Ol

AFF000ca

8SLflNO

CQ2010R(12/U),

pursuant

Fo

csdfllcete

PROVISIONS.

IS

Ic

NOTICE

a.0J.deqi.e’*

L1S54ZE.POLICVL021 E.L 51.5404

REVISION

1

,.ooeoTE

AFPOIDEOY

904

800LY

FrYflW4a

000LY

lED

eiwwI. E14

-

SUSJECTTOALLTHETENS.

of

bes45E-0P,E$lfl.Qy

wrwzasi Insurance

CRTW)CA1EHOLI3ER.THIS

TUTE

INSURER(S),

Casualtij

with

1CG2010R11.2/U), a

occzon

COVASE

hutcay

0CCaC8

045EV

W03.

INANY

POLICIES

the

02Nr

to

does

av

the

NUMSER

BEDEIJVERN)

West

I

IS

a

U’de10

I

not

‘IVED,

e,

States valid

,,,,.

BE THE

I

Co

pe&0

W

AUTHO

Confer

cANCELI.ED

Auto ‘anvz

-

of

POLICIES

p.11

$

S

1

Aee S

S s

$

subject

$ £

is

*

$

$ S

j

$

m,n-si

tIghts

iighls

N

412412020

BEFORE

to

to

31453

rezen,ed. 27847

25674

1.000

1,000,000

1,000,000

5,000.000

5.000.000

1000,000

1,000,000 2,000,000

2,000 i,OOODOO

1,000,000

$100000 6420,400

the

vm

iO000O

KACI

50

005 DUOS

20

Name: Name: Name:

REFERENCES

Contracting

Insurance

Nevada Time

LIABILITY

Business

Vendor

Federal

Telephone:

City:

Address:

Company CONTRACTOR

Part

I

Period

Payment

State ______

______

Tax

**SEE

Juwpa

License

Carr1er

Name:

10240

Limits:

341975How

ID#

Contractors

714-826-3011

ATTACHED**

Valley

INFORMATION

Terms:

95-291

#

Travelers San

Pavement

$

7,000,000

Sevalne

303609

6670

Long

Net

License

Property

(Attach

Coatings

30

CONTRACTOR

Way

in

BusIness

Casualty

FAX:

Proof

State:

0079452

Co.

of

714-826-3129

Co

CA

Insurance)

45

of

QUALIFiCATION

Years

America

Phone: Phone:

Phone:

(if

applicable)

PoTicy

Zip

Code:

No:

Workers

VTC2J-CAP-9325B361-TIL-20 VTC2J-CO-9325B35A-TIL-20

Auto

UB-9K1

General

91752

Liability

6850A-20-25..K

Liability

Comp

Policy

Policy

Policy

#

# #

CMmt54.Tha,5

dy-Id.

10554.5555

C.a.y.4d.

lit) Ca7dIh.nI4.Dq..w1

P....we

5514

Slit

.yIl

I..kU..d

Slarr

S.&Trirm’.W

1,40.4.1

55.r.75.’lPr,J,dFY2,1712011

IA

LACmISyJOCWONeK3).41J

1l140DhS..nD%Sa.li4

LAC,lOCWDlaOUJ.IIA

15141

ISWOA.,S4II

1.,..’.

.

S..

DrohedAn.SwNis..CA

S01bPlw4

Sw.7

s

Sad

Sw

C.wty

S.al

I

Ik’..tdCA PalDCAl1ll 1Wfl.

he,

.4.0t%CA

W

lWl4tbSlroet

A0nCAIN3 Oil

W.

SqIl

La

Sw

1I’.lIl*fl

LaA.5*. he 50,a..

Ch c.wisal’..S’,

va.,w,cA rn,&

bhe

3S35i4I51’.

Sw.7

5475..

1..,wwn.

JWW55 a_I

A...

0t.1W,w%

Projed

LYnA,o.

L

SOC

A.d.

DO,g.

427w....

Iq..a

F,,A.t

L

arPJ.et*ld.

Sw4.dq

he

CAIU1S-U04

155a7.

,alp..p. Wo$..

wSl.r/Cnd

CA

.SW)4.

C.at7

Shed,

0.sa4l.Ca.. CA

CA

IMI

TI

c.w

c..u, he

“5.

10240

01305

Still

01003

134024001 hiss

113511

c.’er

5I-11

Sal

1.1511011

IA

1155,554

55)4.142

d_A..

CA I’y1tI5-lhIa

PO*VIb

Ia.

‘s

o’.d.p.dPhISzSlU

1.113

San

109*

11111

ZIQ

70

Sal

a143

—d

Sevil’e

1451

drl

P.*u

Co•tradoT’,

Way,

PAVEMENT

Jurnpa

Llcze

Valley,

K.glawllh40..M.ay-

LfrSW4.

PcW..*aOrea0w,.

Joist.

SWd.*Zt*

Che1554.. Number

8003354589

)Id,hM,.d.51 Tr.lwM—q

Cy PWISW5

110401.U33

410411.1454

L.. 4514553750

5514334042 KW

31044444

110

0344504110 CalifornIa,

505-05347w

H..,SW55.

020.4514110

U1-0I7

c,.,.e

Sabdla.

5514374173

Si,.

£,PW

Mmdasa

COATINGS

Pr.I..’

13

eSW

Nail.

$w

,

Dial,.

303609

Ih.’.p.

Pruject

91752,

;

DIR

714-826-3011,

References

1000003382

Co.

W*iT

l,wl,irJw

OwsI

S.difl

l.Ufl.SW.(MSa,a.d..

£ad.

,w4

ChIp

Il.4,.ea53a_I,.d

IawST.fl55,’s5’.I

a.v$a&a,sdQØkd

l.ailau...t7.0

1pq

isO

Sal,

I.4

Typ.

(Fax)

‘.455.’e,1al 155.rS..l,

.lfl.

10.n70..I

Dd 1

isO

5Oa

MheoallAC

5.

II

aa_a

714-826-3129

Sal

Slirs,

I.

U

C55

S

nals,

3IySWl.rd

Salad

J,Ua...aI,*e .1

hel.

Sw!,

awl

I

S

$

$II33,17U7

53.520,043J4

1l,flI.$313l

11452,111

04,704,104

£W’.tA..,

$I.24LTX

$3SI1.1IJ

SIOIIAII

R704,4I1

1.523J22.I0

2455,02)15

1.053.511.10

1/15/1015

58/0020)7

5/15/1014

1011/Sill

va/Sat. mi/loll

411/2011

4.1212010

lflL3aIO

W11551)

OIutb,I,

WltIISIl Wt511617

Ill14J3hI

104111011

10/20/201,

V,0/lIII

11/0/2011

Visas,,

7111.1111

1100/5020

SISSjIOSO

4.10.1110

c..hIi.. 10

21

List

If

EXPERIENCE Have

-

Have

the

List

Liquidation

PERFORMANCE

Company

CONTRACTOR

Pavement

Part

you

No

No

None

No

subcontractors

substantial

all

subcontractors

II

anticipate

you

you

projects

ever

ever

Rehab

Name:

Damages

defaulted

failed

disputes

subcontracting

in

Co.,

INFORMATION

the

normally

needed

Pavement

to

Global

and/or

last

complete

or

or

to

2

protests

been

used.

Road

complete

years

Disputes

work,

Coatings

CONTRACTOR

terminated

Sealing,

any

where

occurred,

under

this

work

Co.

project.

Hardy

liquidation

awarded

what

on

or

and

a

QUAUFICATION

are

condftions

contract?

Harper,

currently

to

damages you?

______

Ri

would

Dale:

If

If

occurring.

yes,

Noble,

were

yes,

subcontractors

explain

explain

or 10)2812020 Chrisp

______

may

Explain

where

Co.,

where

be

BC

assessed,

in

and

be

and

Traffic

detail.

used?

why.

why.

Specialists where

22

Have

Have

anti-discrimination

any

Have COMPLIANCE Company

CONTRACTOR

Part

Name

in

Background

No

Doug

No

Tom

No

contract

similarly

II

you

you

any

Muenski

Ford

had

had

charges

Name:

work

constituted

and

any

any

INFORMATION

for

experience

violations/fines

violations/fines

legislation

been

Nye

Pavement

filed

entity

County.

of

or

against

charged

CONTRACTOR

Secretary

the

Coatings

regulations?

President

for

for

principal

OSHA

environmental

you

by

Co.

or

any

non-compliance?

members

your

Title

If

state

yes,

QUALIFICATION

firm

or

non-compliance?

explain

with

of

local

your

the

Date:

government

In

organization

Equal

detail.

If

yes,

10/2812020

Opportunity

35

give

30+

If

Years

yes,

with

Years

details.

who

Experience

the

give

would

enforcement

Commission

details.

be

(Years)

Involved

or of

ACORD

CERTIFICATE

I

DESCRIPTION

RE:

Jurupa

Pavement

10240

INSURED

COVERAGES

r

PRODUCER

A

Alliant

333

A

Los

ARD

Th

CERTIFICATE INDICATED.

EXCLUSIONS

thi.

IMPORTANT:

If REPRESENTATIVE

BELOW.

CERTIFICATE

THIS

dalay

OmCERnAEI2EREXCLUDED? .WIVROPRJETORIPARTNERIEXECLJnVE

ANO

‘*SCRJPT1OH S

WC,,uCERSCOW’ENSAflON

EViDENCE

AUTOMOeLEUAS(LITY

X

SUBROGATION

GENt

X

ma.

Ange)es

S

certificate

IS

San

EMPLOYERS’UASflJTI

25(2016/03)

Valley,

Hooe

PnysIc

Insurance

EXCESS”

050 HIRED

AUTOS OWNED

UMBRELLA AUTOS

ANYAIJTO -

POUCY

deesa.

CERTiFICATE

COIIMRCIOENERALLIABJUrY

AGGREGATE TO

OF

Coatings

250

Palirump,

County

Sevalne

CLAIMS.MADE

I

In

OPERATIONS

CERTiFY

THIS

TWE

St

ONLY

ONLY

DIN1

tIQ NOTWIThSTANDING

HOLDER

CA

AND

[]

OF

OF

MAY

CA

N.

IRETENTION$

Ste

lithe

does

OPERAT)ONE

DOES

90071

OF

COVERAGE

CERTIFICATE

Services,

Hwy

CONDmONS

91752

&

of

LIMT

BE

E4SURANGE 3750

Way

IS

I

I

L._I Co.

LI

F9

ThAT

OR

Nye

NV

not

certificate

is

I

ISSUED

WANED.

I

[_J

LOCATIONS

APPLIES

160 NOT

I

INON.OWNED

CcE

PRODUCER,

ISSUED

AUTOS

AUTOS

SCHEDULED

89060

confer

ThE

I

b

c.,uus.i,a.wr

#2

OCCUR

OCCUR

Inc.

AFFIRMATIVELY

ONLY

LOC

PER:

OF

OR

ONLY POUCIES

Di holder

subject

ANY

rights

I

OF

AS

SUCH

VEHICLES

[]

MAY

YIN

CERTIFICATE

CERTIFICATE

INSURANCE

A

REQUmEMENT.

AND

to

PERTAIN,

POLICIES.

N Is

— MATTER — —

——

OF

to

IA

The

the

en

(ACORD

THE

the

INSURANCE ‘1 — —

ADDITIONAL

A

certificate

ACORD

OR

terms

CERTIFICATE

100,

THE

UMITS

OF

UB-SKlee5aA.70.25-I(

VTC2J-CAP-9325B361-T1L-20

VrC2J-CO.9325B35A-T1L-20

DOES

NUMBER:

NEGATIVELY

TERM

ddonaI

INFORMATION

B4SURPINCE

and

name

U5TED

SHOWN

holder

NOT

POLICY

conditions

OR

INSURED,

R.mañi

and

1567790427

OF

HOLDER.

CONDiTiON

CONSTITUTE

in

BELOW

MAY

HUMIER

logo

AMEND.

AFFORDED

lieu

Sch.dul.,

PAyERS

HAVE

LIABILITY

ONLY

the

of

of

are

HAVE

such

the

AUThORRED

policy(les)

CANCELLATiON

OF

BEEN

registered

eIsuRER

WSURFR

may

iNSURERD:

SI5URERC: ssuaa

EXTEND

PHO(

THE

ACCORDANCE

SHOULD

AND

policy,

BEEN

BY

ANY

A

endorsement(s).

b,

NaF.)

REDUCED

CONTRACT

ThE

.tIactild

EXPIRATiON

IMM1DD1YYVY

CONFERS

POLICY

10/1/2020

CONTRACT

B:

F:

10/1/2020

101112020

ISSUED

Yvonne

ANY

REPRESENTATIVE

certain

yvonne.oeIvanarnant.com

OR

must

Travelers

POLICIES

marks

213.402-0232

® INSURANCE

IOnic,,

EFF

OF

ALTER

WITH

1988-2015

BY

TO

have

PISURER4S)AI’FORDINO

ThE

Galvan

policies

PAID

NO

space

of

BETWEEN

IlIMlDDlYYm

OR

THE

DATE

POLICY

THE

1011/2021

Property

10/1/2021

101112021

DESCRIBED

ABOVE

ACORD

ADDITIONAL

RIGHTS

ThE

OTHER

CLAIMS.

Is

INSURED

POUCY

r,qultid)

ACORD may

EXP

THEREOF,

COVERAGE

DESCRIBED

Casualty

DOCUMENT THE

REVISION

EL. ‘

EL

AGGREGA1E

requIre

EL

EACH

(Pa, UPON

BODILY

C0INEO

pPERrrDmAGE 8OOILYINJURY(P.rpin)

PROViSIONS. PRODUCT8

GENEILLAGGREGATE

PERSCI4AL

MDEXP(Mronip5ilJ

PREMISES

DAMAGE EACHOCCURRENCE

HEREIN

NAMED

DISEASE-

DISEASE EACH

isrs

CORPORATiON. adanI)

INSURED

ISSUING

COVERAGE

OCCURRENCE

Co

NOTiCE INJURY

THE

TO

an

ACCIDENT

POLICIES

(Emcete

SINGLS

IS

I

.COUPOP

ABOVE AFFORDED

-

RENTED

ADV

WITH

endorsement.

NUMBER:

POLICY

EA

I

SUBJECT

CERTIFICATE

(P.,

EDFt.O1-

INSURER(S),

INJURY

pmvtalons

I

WILL

LiMiT

I

id.nI)

.No:

RESPECT

FOR

BE LIMIT

AGO

CANCELLED

BE

TO

All THE

BY

$1,000,000

$

$1,000,000

$

$

$

$

$ 8004834852

$

$ S

$

$4,000,000

$2,000,000 S

$10,000 52.000,000

1,000.000

4,000,000 AU.

zooo.ooo

300,000

rights

or

DAT!

DELIVERED

A

TO

POLICY

THE

HOLDER.

AUThORIZED

statement

be

9/28/2020

ThE

WHICH

(MMDNYYY)

endorsed.

reserved.

POUCIES

BEFORE

TERMS,

PERIOD

25674

4*0CC

THIS

THIS

IN on

Receipt

Bid

specifications.

Receipt

RTC

ADDENDUM

REQUEST

Opening:

Chip

of

Q&A

The

1986

of

addendum

Addendum

Seal

FOR

NDOT specifications.

BY:

ADDRESS:

FIRM

DATE:

Attached.

NO.

PROPOSALS

1

specifications

NAME:

MUST

ACKNOWLEDGEMENT

No.

ito

be

Bid

acknowledged

BID

to ShawjSticques,

____

2020-08

Reno,

1120

October

Intermountain

use

2020-08

are

Terminal

NV

change

NDOT

28,

89502

and

2020

OF

Way

Slurry

the

returned

2014

RECEIPT

specifications

Chief

Specification

Seal,

with

Estimator

Inc.

bid

to

package.

NDOT

2014 NDOT

11.

10. 9.

8.

7.

6.

5.

4.

3.

2.

1.

temperature

1986. the

out

that

The

I

want

Notice

Include first

Option

LookIng

Just

same gravel

operation???

any

During

project performed why

it

clarification

I

APN

APN

APN

APN

we

could

web5ite

https

Will

seal

materials

Does What

$673,073.63

What

know

will

Contractor

as

Bid

the

surface

lift have

for

this

035-121-16

a

it

041-333-17

027-741-01

045-411-02

needs

application

://nortico.mygison

soon

be

the

to

not portions

fog

is

is

(N.

our be

fog

you

on

Documents

0.45 clarification,

3/8”

completion.

at

project

the

and the

very

project

Proceed

a

acceptable

county

the

the and

locate

seal

Linda

gravel

seal

onsite

as

as

guys

to

prep

on

prior

GSY

chip spread

engineers

APN’s

I

weather

close

possible

38

be

bid

must

stage

am

price

of

the

costs

must

St)

answered

needs

on

the

on

on

size

intersections?

.15

have

visit, pit

to

be the

items,

asking

say

time to

for

RTC

have the rate

the

will

both

equipment?

included

placement.

issued approximately

gal/sq

1986

in

be

The

to

and

roads

stay

after

any

permits.

we

additional

that

to estimate

the

gravel

Emulsion

use

done

Iine,com/html5/?viewer=nyenv

the

frame

for

bid

65

because

bid lifts?

happen

25

Version

noticed

above

staging

this

line

yd.

as

the

Chip

before

the

the

CSS1-h

38

item

degree

#

item

on

within

there

roads?

on

Yes

that

question

Please

intersections

item.

A

Preconstruction

Yes,

contract

Fog

Please

to

bid

If

the

#1

staging

for

no

this

the

the

#17

of quite

area

chip

so,

use

for

this

1,985

ambient

Seal?

are the

item

has

cost

60

Seal

both

NDOT

65

application

specs

For year?

use

could

for

the

for

use

locations

Calendar

seal.

project

weather

first

a at

F

a

is

areas:

time

#17

example, We

temperature

LF

this

bit

quantity the

lifts?

our

awarded.

the

Fog

the

Specifications,

reference

I

you

to

temperature

that

lift

No

of

have

Bid

or

can’t

NDOT

says

extension

bond

Pre

Seal

NDOT

the

is

Yes

gravel

is

Meeting

prime

is

please

concerns?

for

Days

rate set

need

included

this

been

Bid

of

west

nothing

find

Roll/Compact/Prime

oil?

Questions

request?

the

2014

to

2014

158,472

for

nothing

of

roads.

Meeting

option

coat

to

in

the

Yes

share

commence.

looking

awarding

of

can

the

will

both

double

December/January.

and

specifications

but

Specifications

Cabo.

in

about

The

is

1986

be

Notice

be

Is

The

just

line

specified those

SY.

80

the to

lifts?

the

but

given

Notice

at

held

this.

spec.

chipped

degree

Please

fog

item

Does

estimated

a

contractor

most

the

county

wanted

chip

to

locations.

Yes

Is

on

seal.

if

Nye

it

weather

Proceed.

The

#1

to

In

this

weather

recent

a

November instead

see

Coat

seal

pavement

instead

the

Proceed funding

(Caped)

County

Does

planning

spread

a

quantity

the

cost

with

to

little

before

bid.

Work

For

version

a

stockpile

the

of

following

When

prevents

for

of

bit

will

the

issue

no

require

will

more

rate

NDOT

23

to

will

NDOT

county

closer

include

this

chip

fog

Cabo

prep

be

complete

say

for

will

and

and

be

seal? project

1986.

seal

sent

the

that

Fog

and

the

the

area,

that the

day fee

Surety

and

to

and and

signature,

the

severally,

the

below,

made,

Principal

That

as ______

KNOW

iq

October

guarantee

to

CHIP

SURETY,

of

files sum

void;

manner

penal

we,

be

shall

IN

In

we

proposal.)

NOW,

for

ALL

the

of

fixed

SEAL,

the otherwise,

above

WITNESS

Intermountain

enters

sum

firmly

the

bind

(Copy

$

pay

two

required

payment

MEN

event

THEREFORE,

are

by

payment

Ten

of

ourselves,

all

LOCATED

by

named,

bonds

into

the

TEN

held

here

BY

suit

costs these

Percent

Nevada

it

WHEREOF,

court.

a

Princi,(,,

under

Shawn

for

shall THESE ______

and

Intermountain

PERCENT

written

with

Is

the

of

2020.

Slurry

submitted

labor

Incurred

present9.

brought

which

our

firmly

be

the

the

IN

exact

(10%)

on

if

St.

contract, PRESENTS:

heirs,

and

the

PAHRUMP,

and

Seal,

specifications,

Department,

sum

bound

November

we

Jacques,

upon

description

by

aforesaid (10%)

of

remain

by

materials,

fri

executors,

Inc.,

RESPONDER’S

have

id

the

Slurry

in

said

no

COUNTY

in

this

lawful unto

Amount

OF

Obligee

as

F3’_’L__.%%.

the

case

in

hereunto

Principal

NYE

Seal,

bond

Principal

2

Chief

PRINCIPAL,

one THE

full

the

prescribed

as

after

of

money

shll

administrators

force

required

COUNTY.

County

to

work,

by

in OF

Inc.

TOTAL

Estimator

the

2020

guarantee

such

to

set

fhe-Jiability

the

is

NYE

of

and

BOND

the

prescribed

including

awarded

our

the

Obligee

form,

of

for

by

and

suit,

AMOUNT

virtue.

County

Nye,

NEVADA.

hands

United

law,

CONTRACT

faithful

in

including

and

Travelers

Company

of

hereinafter

the

accordance

and

then

location,

(SEAL)

(SEAL)

forms

(SEAL)

(SEAL)

the

of

and

successors,

States,

OF

contract

Nye

judgment

performance

this

s’

seals

THE

‘rety-here’

a

are

Casualty

of

for

obligation

NO.

reasonable

as

well

America

called

presented

the

with

and,

on

Response

it

20200/

is

jointly

and

this

appears

work

recovered,

the

within

,nder_evrd

the

and

and

truly

shall

Response,

described

and

attorney’s

County,

to

PNPNY2021063 Surety

the

22nd

of

the

to

him

be

on

the

other

be

time

null

the

the

for in Isab& Barron, Attorney-In-Fact (SEAL) Travelers Casualty and Surety Company of America (SEAL) Surety

NOTE: Signatures of those executing for the Surety must be properly acknowledged.

24

I

Iwho

Icestificate IA

vf attached,

notasy

that

signed

document.

Signature

WITNESS

paragraph

I person(s), who

subscribed

his/her/their

personally

On

County

State

and

public

certify

vetifies

the

not

document

proved

or

Octoer

the

of

only

other

under

truthfulness,

of

California

the

officer

Maria my is

or

appeared

to

to

identity

to

authorized

Santa

which

true

22,

the

the

PENALTY

hand

completing

me

accuracy,

2020

this

of

entity

Gomez,

and

within

on Cruz

the

ceslificate

and

individual

the

correct.

this

or

upon

capacity(ies),

validity

instrument

official

OF

Notary

basis

is

behalf

PERJURY

I

I I

I

seal.

of

Isabel

Public

ACKNOWLEDGMENT

satisfactory

and

of

before

and

which

Barron

acknowledged

under

that

me,

the

evidence

by

the

person(s)

Maria

hislher/their

laws

(Seal)

(insert

to

of

to

Gomez,

me

the

be

acted,

name

that

the

CcsmmExp&esSep.242O22f

State

signature(s)

Notary

Notary

COMM.

Santa

and

executed

person(s)

he/she/they

MAFAGOMEZ

of

Public

title

Cruz

California

#2259557

Public

CounLy

of

calomia

on

the

whose

the

the executed

-

instrument.

officer)

- that

instrument

1

z

name(s)

the

the

foregoing

same

is/are

the in

Dated

Attorney

Company, I,

such executing

Attorney

signature

FURTHER Vice

Company or

president, Secretary

undertaking

FURTHER

Is

President FURTHER

power recognizance,

the

Agents Second

force Surety

RESOLVED,

This

In

My

himself

Travelers

On

he,

2017.

IN

actions Companles’, Paul

fidelity conditIonal

KNOW

Kevin

California

in

more

Witness

TRAVELERSAtT

Company’s

City

State

Commission

WiTNESS

this

writing

as

facsimile

President

Power

this

and

given

Fire

Company

to

such,

executed

as of

Attomeys4n.Fact

or Vice

the

E.

and

or

of

ALL

and

officers of

and

may

effect,

act

any

and

, Octoer

Casualty

Hartford

RESOLVED,

to

a

RESOLVED,

and

RESOLVED,

and

proceedings

shalt

Whereof,

Connecticut

Hughes,

of

him persons,

3rd

duty

undertakings

facsimile

Please any

President, being

for

that

duly

signature

attesting

Assistant

or

delegate MEN

WHEREOF,

SI.

Attorney

or name

a

arid

Marine

expires

cc

reading

day

and

be

22,

pursuant

conditional

of

copy

authorized

by

certificate

Paul

the

any

attested

ss.

tier;

and

America,

authorIzed

valld

that

BY

said

2O2

of

referte on

and

the

I

seal

guaranteeing

Chairman,

thereof

Vice

bonds

hereunto

Fire

and

all

Vice

February,

or

that the Surety THESE

Is

allowed

the Insurance

behalf

as the

that

that

Companies,

‘)

and

seal

undersigned,

to

and

or

granted

Ta

facs1nie

and

shaH

and

the

follows:

it

30th

relating

end Companies

President,

Treasurer,

officer.

the undertaking,

a

President,

any

Travelers

any

Is

the

and binding

veHfy

Is

the

with

written

Companles

so

of

Agents Company

seated

other

be

filed

PRESENTS:

set

by

Marine signature

their

day

the

part

the

Chairman,

bond, to

undertakings

aboire-namedAttnn,ey-!n-Factandthe

2017,

under

the

valid

Company

law.

my

thereto

seal

do,

Meauthentldty the

in

of

which

upon Company

President,

delegation

writings

of

true

with

Company’s

Casualty

the

pursuant

any

any

hand

June,

any

rio

Assistant

Insurance and

the

recognizance, executed

w

before

shall

performance

and

and of

of

have

office

the

the

hereby

appointing

remains and

Secretary, Second America,

Assistant

foregoing

binding

each

the and

That

2021

any

by

are

be

a

obligatory

Company’s

Company

and

and

ma caused

any

of end

of

lawful

to

President,

the

official

valid

Secretary

the

of of

make,

seal

Company,

corporations

authority;

Travelers

the

may personally

the

Tn Vice

other

on

Surety

Vice

said

the

authority

Travelers

Treasurer,

authority

Resident any foregoing

full

of

and Secretary;

of

contract

bonds,

the

this

Atlomey4n-Fact

seat,

power

give

when

following

constitute

In

contracts

President.

this

force officers

writings

Chairman,

seal

Assistant

Company

binding

Cornparry,

lnstniment

any

and

the

of

Casualty

do such

Power

recognLzances,

of

appeared

to

(a)

by

and Casualty

prescribed

Travelers Vice

of duly

Instnxnent

Vice

hereby

It

the

the

nature

and

one

or POWER

a

officers:

obligatory signed

Is

Indemnity,

appointee

and

upon

effect.

and

Secretary

Secretary,

the the

Presidents, organized

in

Corporate following

any

Ills

Chairman,

or

ofAttume.

and

and

to

appoint

the

executing

certify

Board arid

Treasurer, more

to

Robert

the

thereof

be by

Executive

Casualty

OF

President, In

future

St.

Surety

for

I

I

i”

signed, sign,

the

in

Company

Surety

such

or

his

details

contracts

or

ATTORNEY

officers

Paul

resolutions

the

!HARTFORD,

and

thaje1qve

the

of

under Secretary

*

Isabel

President. writing

Resident

Assistant

L

with

any

on

or

Directors

Company

execute,

authority

purposes

or

CONN. nature

the

Fire

Travelers

Raney, Travelers

St.

please

any and

and

Company,

Vice

her

SUR.%

any

behalf

Executive

guaranteeing

of

respect

the

or

Barren

and seal

of

obligatory

and

Paul

their

Assistant

the

Surety employees

certificate

President,

Assistant

Executive

indemnity,

adopted

thereof,

or

laws

Secretary;

any

who

as

callsrsat1OO421-388O at

any

of

seal

therein

Marine

bondto

any of

of

corporate

Jo

to

any

end

the

his

and

Vice

Fire

America,

of

any

such

Vice

Company

the

acknowledged

Casualty

Assistant

Casualty

and

or

Company

and

in

Treasurer,

time

foregoing

the

by

St.

Secretaries or

bonds

By

insurance

Vice

bond

contained

of

any

Chairman,

and

her

the

or

Companies

and

President,

power

which

the

Paul

this

any

Slate

their

acknowledge

seals

(b) may

certificate

Senior

nature

President, Travelers

other

or

Boards

Company,

and

of Marine

duly

such

Secretary

Fire

Kevin

certificates

understanding

so

may

remove

Is to

of

the

Robed

the

and

and

America,

Company,

by

writings

any

a

executed

be

himself

or

undertakings

executed

Marie

Connecticut

Vice

of

and

Power any

be

powerlcattad,erL

true

signing

E.

Corporate in

of

Allomeys.ln-Fact of

hereto

of

a

Casualty

Executive

Surety

any

Surety

affixed

I..

Hughes,

ILL,.L Marine

Directors

any

WATSONVILLE

Senior

their

bond,

President,

Insurance

authority any

provided

may

C.

and

‘“‘

Raney,

obligatory

to

of

of

Travelers

Senior

Tetreaull,

which

such

and

on

affixed,

(under

be

Attorney

and

correct

to

appoint

authority

business

by

recognIzance,

Insurance

Vice (herein

C.

behalf

and

Secretary

Assr

which

the

Vice

required

certified

Company Company

of

may

Setr

facsimile “

that

appointee

Vice

resolutions

all

any

J7.LQui*

seal,

Senior

this

Surety

In

Travelers

President

copy

Casualty

tant

President, Notary

AHomeys-InFact

each

or

bonds,

prescribe

of

it

the

for

Company

President,

or

Vice

collectively

Is

of

Vice

3rd

if

certIficate

the

by

Company,

or

Secretary

purposes

or

nature

by

attached.

of

required)

to

Vice

such

gueranteeing Company,

and

such

day

Public

permitted

President.

corporations

the

any

any or President

are

one

Casualty

of

recognlzances,

and

or

to

any

conditional

President

of

revoke

delegation

of

Power

now

Power

Assistant

facsimile

Aniéá

any

any

sign

or

bearing February,

called

a

Surety only

by

and

Senior

more

bond,

in

Vice

and

Vice

in

one

with

and

any

and

the

of

of of full

that

any

by

the

of

the St. 1.2 PREPARATIONOF RESPONSE

Allresponse prices must be submitted inwriting, in ink, or be typewritten, in both words and figures and completed according to the Schedule of Items and Prices. The Responder must submit a Contractor Qualification (a copy of which is included in this Response Package) for the Responder and any subcontractor the Responder intends to use for the job. Allrequired certifications must be fullyexecuted when submitted.

Each Response must be submitted in a sealed envelope bearing on the outside the name of the Responder, his/her address, and the name of the project for which the Response is submitted. If the Response is forwarded by mail, the sealed envelope must be addressed and labeled as noted above. No Responses transmitted by facsimile willbe considered. One (1) original and two(2) copies of the Response must be included.

1.3 METHODOF RESPONDING

The COUNTY requests responses include the price per unit in accordance with the Schedule of Items and Prices. The Responder’s Response shall be totaled on the last page of the Responder’s Proposal.

The COUNTYreserves the right to make modifications in specifications and/or conditions prior to Response opening, ifdeemed necessary, in which event, all Responders willbe timely notified, and/or the time for Responses extended.

Each Responder willsubmit with its Response the following:

1.3.1 The informationrequested on the forms entitled “Contractor Qualification”, included in this Response package. 1.3.2 Data relating to the duration of time it has engaged in the type of work for whichthis Invitationto Response is made. 1.3.3 References, with names, addresses and telephone numbers of entities to which the Responder has previously performed work similar to that sought by this Invitationto Response.

Anyother terms, costs, conditions or options that would affect Responder’s Response and which have not been requested or specified inthe Response package, must be noted and included in the submitted Response.

Apprentices-SB207 (Required forms to be completed at time of Response)

As of January 1, 2020, Senate Bill(SB) 207 (2019) requires all contractors employing workers on certain public works projects to utilizeapprentices for portions of the work. One or more apprentices must be used for at least 10% of the total hours on vertical construction and 3% of the total hours for horizontal construction. These percentages apply to the total hours of labor worked for each apprenticed craft or type of work to be performed on the public work for which more than three workers are employed. Under NRS Chapter 338, this 5 PROPOSAL TO THE COUNTYOF NYE

COIbITRACTNO. 2020-01PWP-NY-2021-063.

CHIP SEAL. LOCATED IN PAHRUMP, NYE COUNTY.NEVADA.

(Because some colored inks willnot reproduce in copy machines, please use black ink to complete this proposaL)

NAMEOF Responder lrltemrGuntalnSlurry Seal. Inc.

BUSINESS ADDRESS 1120 TermInalWay

CITY,STATE,ZIP Reno, NV89502

775-358-1355 TELEPHONE NO: AREACODE ( )

E MAILADDRESS shawn.stjacquesgclnc.com

The work embraced herein shall be done in accordance with Standard Specifications for Road and Bridge Construction, State of Nevada Department of Transportation, 1986.

The Responder shall set forth the “Unit Price” for each “Unit”,in clearly legible in both words and figures in the respective spaces provided in the “Schedule of Item and Prices” for this purpose. The amount set forthas the “Total Cost” shall be the extension of the “UnitPrice”times the “Quantity”for the particular “Item No.”,the sum of the “TotalCost”of all Items willbe the “Total Price”for the complete Project or Work.

In case of discrepancy between the “UnitPrice” (cost per unit of measure) and the total set forth for the “Total Cost”, the “Unit Price” shall prevail, provided however, if the amount set forth as a “Unit Price” is ambiguous, unintelligible or uncertain for any cause and a contrary intention is not evident fromthe proposal and other contract documents upon which the Response 13

14

and

and this

the

and

with

sole

this

Response

same

abandoned

contract

and

with

Sundays

and

thus

Cost”

amount

number

is

based,

necessary

that

cost

furnish

Proposal,

proposal

furnish

right

void

any

surety

obtained

shall

prevails,

The

If

he

therein

in

has

of

this

other

and

and

and

and

or

the

will

all

be

the

units

undersigned,

the satisfactory

as

been

if

proposal

the

is

machinery, discretion

the

legal

the

shall

the

“Unit

take,

bonds

it

the

person,

prescribed,

contract,

accepted

principals

shall

specified

materials

forfeiture

property

Response

awarded,

holidays,

be

Responder

Price”

In

in

be

full

the

shall

the

to

firm,

to

and

divided

as

tools,

by

payment

“Unit

are

the

and

of

in

accept

specified

and

sums

of

be

Responder,

Package;

the

the

after

the

the

or

thereupon

those

such

County,

“Total

accepted

made

apparatus

according

Price”.

corporation;

COUNTY;

COUNTY. by

County

required project

the

any

therefore,

security

the

named

in

Cost”,

no

Responder

that

the Parts

within

“Quantity”

this

declares

shall

and

may,

entry

to

and

by

contract

he

that

the

herein;

then

accompanying

of

this

proposal

the

the

that

fully

eight

other

prevail.

at

in

the

requirements he

Invitation

following

undersigned

the

its the

has

that

he

understands

in

will

that

Proposal,

that (8)

means

option,

the

amount

“Unit

has

and

received When

the

contract

calendar

will

this

corresponding

to

Schedule

only

carefully

the

be

of

Price”

the

determine

proposal

Response

the

set

of

and

production,

awarded, shall

acceptance

with

that

persons

the

notice

proposal

days,

forth

amount

the

column,

fail

Director

the

the

examined

of

is

undersigned

as

from

not

Items

to

that

COUNTY and

“Item

COUNTY

in made

or

the

shall

and

enter set

the

or

including

parties

thereof

Response

the

the

as

“Total

and

No.”,

forth

to

entered

manner,

without

therein

the

operate

into

County

Responder

do

shall

Prices,

to

interested

and

as

shall

Invitation

proposes,

Cost”

all

the

Saturdays,

provide

the

set

Package,

collusion

the the

have

the

the

and

contract

that

be

to-wit:

for

forth,

work “Total

same

time

price

has

the

null

the

the

the

all

to

in if Schedule of Items and Prices i ScheduIe

CHIP SEAL, LOCATED IN PAHRUMP, NYECOUNTY,NEVADA.

rn Estimated Unit Description of Work Unit Total Cost Quantftv — Price Supply and place first single layer -— chip seal, including sweeping, 158,472 ‘Q traffic control, arid cleanup (per SY $ I. $ 33l,q . S ThleiL Detail #1 — Savoy/Jane, 2 Whirlwind/Jeane, Jackie/Jeane 3 EACH $______$______Detail#la—Wincisong!Murphy 3 I EACH $______

Detail #2 — VerdelLabrador, VerdelMarion Miller,Soplo/Marion 4 Miller,E. BennetlOakridge, E. 5 EACH $______$______BennetlVicki Ann

Detail #2a — Greyhound/Royal, — Greyhound/Landmark, Greyhound/Darcy, Fox/Ashley, Fox/Kisha, Hafen RanchlThorne, 8 EACH s1.,5c Quail Run/Cabo, Martin!Coyote $______

Detail #2b — Van/Murphy, Ramona/Murphy, Fritz/Murphy, 6 Maple/Murphy, Shelly/Murphy 5 EACH $,WO’ $ ‘P°° Detail #2c — Cabo/Blosser Ranch ,f’ 7 1 EACH $5

Detail #2d — Martin/Fox

8 1 EACH $(22 $

Detail #3 — WhirlwindlManse, ‘Mndsong/Barney, 4 EACH a•3/.-Pc2- Greyhound/Leslie, Cabo/Bell Vista $

Detail #3a — Jackie/Manse, Van/Barney, Ramona/Barney, 10 Fritz/Barney, Maple/Barney, 6 EACH $ AZD $______ShellylBamey

15 11 Detail #4 — Murphy/Charleston Park I EACH $ i’ $ 12 Detail #4a — Turner/Fox I EACH $‘Soo $ qo 13 Detail #4b—Savoy/Quarter Horse I EACH $w $L/coO 14 Detail #5—Blosser Ranch/Alvin I EACH $L,oQ $

Supply and place fog seal over 158,472 items #1-14 (no overlapping), 15 including surface preparation and sy sa%t) cleanup

16 Mobilizationand demobilization I LS $

TOTALPRICE (Sum of Items Ito 16)

hwrJr i’er Iku&wJJ&W) hM6tr/yMDollars

Zero Cents

Optional Item Supply and place first single layer chip seal, including sweeping, traffic control, and cleanup on N. Linda St. (fromW. Mazzuka Ave. to W. 17 Roadwnner Rd.) for a distance of 14232 SY 1.01 miles 1 Dollars 71O Cents

TOTALPRICE (Sum of Items I to 17 including optional item)

k)wlc)n1J flf4 tweflf? t* 41j (jce b4.4iki( tDolIars

zeco

16 _____, ______,

The undersign hereby agrees and acknowledges that:

The Responder has received Addendum # I to # .1.. inclusive and the TOTAL Response PRICE for this Work is as follows:

- gza,2

CONTRACTOR: Intermountain Slurry Seal, Inc.

BY:

(Signature)

TITLE: Shawn St. Jacques, Chief Estimator

E MAILADDRESS: shawn.st.jacquesgcinc.com

THE RESPONDER’S EXECUTIONON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTEAN ENDORSEMENTAND EXECUTIONOF THOSE CERTIFICATIONSWHICHARE A PART OF THIS PROPOSAL

X The Responder , proposed subcontractor hereby certifiesthat he has

X , has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal

Contract Compliance, a Federal Government contracting or administering agency, or the former

President’s Committee on Equal Employment Opportunity, all reports due under the applicable filingrequirements.

NOTE:The above certificationis required by the Equal Employment Opportunity Relations of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by Responders and proposed subcontractors only In connection with contracts and subcontracts that are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) 17 Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations.

Proposed prime Contractors arid subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should know that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such Contractor submits a report covering the delinquent period or such other period specified by the Federal HighwayAdministration or by the Director, Officeof Federal Contract Compliance, U.S. Department of Labor.

18 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE

In accordance with Public Contract Code Section 10162, the Responder shall complete, under penalLyof perjury, the followingquestionnaire:

Has the Responder, any officer of the Responder, or any employee ofthe Responder who has a proprietary interest in the Responder, ever been disqualified, removed, or otherwise prevented from RESPONDING on, or completing a federal, state, or local government project because of a violation of law or a safety regulation?

Yes N0X

Ifthe answer is yes, explain the circumstances in the followingspace.

PUBLIC CONTRACTSECTION 10232 STATEMENT

In accordance with Public Contract Code Section 10232, the Contractor hereby states, under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor withinthe immediately preceding two year period because of the Contractor’s failure to comply with an order of a federal court which ordered the Contractor to complywith an order of the National Labor Relations Board.

TITLE 23, UNITEDSTATES CODE. SECTION 112 NON-COLLUSIONAFFIDAVIT

In accordance with Title 23, United States Code, Section 112, the Responder hereby states, under penalty of perjury, that he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive RESPONDING in connection withthis contract.

NOTE: The above Statement, Questionnaire, and Non-Collusion Affidavit are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement, Questionnaire, and Non-Collusion Affidavit.

RESPNDERS are cautioned that making a false certification may subject the certified to criminal prosecution.

19

20

Name:

Name:

Name:

REFERENCES

Contracting

Insurance

Nevada

Time

LIABILITY

Business

Vendor

Federal

Telephone:

City:

Address:

Company

CONTRACTOR

Part

Period

1

See

See

______

State

Payment

Tax Reno

License

Carrier:

1120

Name:

Appendix Appendix

Limits:

38

775-358-1355

lD#

Contractors years

A

Terniinal_Way

870307259

Terms: INFORMATION

#

See

Intermountain

Unlimited

How

B2

BI

NV Appendix -

-

______

Long

License

Completed

References

Contractors

(Attach

in

CONTRACTOR

Al

Business

#

Slurry FAX:

-

Proof

State:

0023657

Jobs

Insurance

#0023657

Seal,

of

38 NV

____

Insurance)

years

Inc.

QUALIFICATION

Phone:

Phone:

Phone:

(if

app!!

Policy

Zip

cable)

Code: No:

- 89502

21

List

If

EXPERIENCE

Have

Have

the

List

Liquidation

Company

PERFORMANCE

CONTRACTOR

Part

No

No

you

See

subcontractors

substantial

all

anticipate II

you

you

Appendix

projects

ever

ever

Name:

Damages

defaulted

failed

disputes

subcontracting

in

INIORMATION

Cl

the

normally

Intermountain to

-

andlor

last

Liquidated

complete

or

or

2

protests

been

used.

years

Disputes

work,

CONTRACTOR

terminated

any

Damages

where

Slurry

occurred,

under

work

liquidation

Seal,

awarded

what

on

or

a

QUALIFICATION

are Inc.

conditions

contract?

to currently

damages

you?

would

Date:

If

If

occurring.

yes,

were

yes,

subcontractors

explain

11/02/2020

explain

or

may

Explain

where

where

be

assessed,

in

and

be

and

detail.

used?

why.

why. where

22

Have

Have

anti-discrimination

any

Have

COMPLIANCE

Company

CONTRACTOR

Part

See

See

Name

in

Background

See

No

contract

similarly

II

Appendix

you

Appendix

you

any

Appendix

had

had

charges

Name:

work

constituted

and

any

any

El

Fl

INFORMATION

Dl for

experience

violations/fines violations/fines

-

legislation

been Intermountain

-

Environmental Nye

-

OSHA

Experience

entity

filed

County.

Citations

or

against of

charged

CONTRACTOR

the

regulations?

for

Slurry

for

principal

OSHA

environmental

you

by

Seal,

or

any

non-compliance?

your

members

Title

If

Inc.

state

yes,

QUALIFICATION

firm

or

non-compliance?

explain

with

of

local

your

the

Date:

government

in

organization

Equal

detail.

If

yes, 11/02/2020

______

Opportunity

give

If

yes,

with

details.

who

Experience

the

give

would

enforcement

Commission

details.

be

(Years)

involved

or of Agent: AM. AM ZURICH Zurich Builder’s CNA CONTINENTAL Umbrella AM AGSC Contractor’s Steuart AM Contractor’s Schaumburg, 1400 STEADFAST AM Contractor’s Slate New Hawaii 333 TRANSPORTATION AM Out VALLEY Ca/iJbnzia CNA Workers’ AM Anto VALLEY Generalliabi/qy

CNA List General Best: Best: Best: Best Best S. of

Best: of York Best: Plaza American LiabiIiy North PLAZA, State WABASH PLAZA, Tower, W’aibin,gton Alliant MARINE e’yMontana San

100 of A A+ Rating; A+ - A A ó’NewJersy A 37S, AMERICAN Liability XV Risk - Compensation Pine Francisco, Equip. XV

FORGE Insurance XV FORGE XV America, XL XV XV - I Professional Insurance Lane CHICAGO Chicago, CHiCAGO Equipment 60196 - Market A+ INSURANCE Street, AyE, - - INSURANCE

XV / CASUALTY 1400 CA INSURANCE INSURANCE Auto Street, 11th CHICAGO Illinois Policy Term: Policy Services, Policy Term: Policy Policy Term: Policy 94111 Term: / Policy Policy INSURANCE Effective Policy Term: Policy Policy Policy INSURANCE Policy Term: Policy Policy American XL Auto:

Term: / Policy Policy Policy Floor

IL $50,000,000 Carriers $10,000,000 Liability and Suite 60685 60685 - 60685 Limits; 09/30/20 #: Linu #:

10/01/20 Lum 07/01/20 Property #MXI Limits: # 10/01/20 #409 Limits: # # 10/01/20 $2,000,000 Limits: # COMPANY # 10/01/20 Limits: # # 10/01/20- Pollution MBR CUE2068209455 E0C508792215 IL WC274978661 WC2074978658 Inc. 1470 WC WC COMPANY 10/25/05 BUA GL COMPANY Lane, 60604 . . 023 $25,000,000 93059745 $8,000,000 COMPANY $35,000,000 $25,000,000 COMPANY 2074978689 General 274978644 274978630 5371199-08 San Statutory Liability Statutory General 2074978692 - - - - 062 Schaumburg, - - 09/30/21 10/01/21 07/01/21

COMPANY Insurance 10/01/21 COMPANY Combined 10/01/21 Francisco 10/01/21 10/01/23 Liability - No Aggregate Aggregate $2,000,000 per Appendix (CNA) Policy an total per per Occurrence/Aggregate Part ALLIANZ CA Part Single Occurrence Occurrence Illinois limit Expiration 94705 Part of of per Limit CNA Al CNA 60196 of Occurrence Contact: Company CNA Insurance Insurance Insurance John Companies Companies Gilliland Companies — Senior Vice (415) President 403-1427 Jntermountain Slurry Seal, Inc. Vendors and References

Telfer Western Emulsions, Inc. P.O. Box 709 Three Monarch Bay Plaza, Ste 210 Martinez, CA 94553 Dana Point, CA 92629 (925) 228-1515 Jim Towns (530) 221-5175 Granite Rock PD Box 50001 Ennis Paint Watsonvilie, CA 95077-5001 2803 S Kaufman St (831)768-2000 Ennis, TX 75119 (972) 875-0337 Zephyr Truck & Equipment P0 Box 568 Peak Asphalt LLC Madera, CA 93639 P.O. Box 50538 Marty Talley Falls, ID 83405 (775) 586-8407 (801) 296-0166

Ergon Asphalt Products Inc. Paramount Petroleum Corp. P.O. Box 1569 File 55760 Jackson, MS 39215 Los Angeles, CA 90074 (480) 940-9500 (562) 531-2060

Updated January 2018 Appendix RI Page 1 of I rd

•0 C

0 Li a Øi;I N

a

e a 0 0 N

ci

(3

n C N

S -a 01 D SPahma.

Intermountaln Slurry Se& Inc.

Jot, ii) ‘,ii ‘tori i1 -isc itt) 11r % rn I iii tcciii Ftrj&CI and hitid ¶‘rli’i ci ii e n’C crtc3ctrII (ItrllLrCr, ci tootTict rI twnl Cotmiitetii’ ‘,iJl,c4,ircr.tctrcr ( it,)

91745 State of Colorado C (DOT 285 Chip Seat IPrime Contractor N/A Arthur MOler S2,091,7 - - 4201 East Arkanuan Ave Room 117 Contract Number 19-F-4AS-ZG-00129 13/2Gt9 (fl9) 588-1224 Denver 60222-3405 LA inca, Colorado Fax: N/A Chip Sea!. Sign lnstafla6on, Pavement [email protected] Mwldngs. Icatttc Control F 925057 Pcrce County W Pierce County 2019 Prime Contractor — N/A Orett Sortiagg 930 7aroma Ave South Contract Number 51,323,636 9/2)2019 N/A (253) 798-6397 Tucomi. WA 5840?- 2105 Various Locations. Washington Fax: N/A AR Chip, Miacaurfacing. Stuny Sea’, Sweep rig. rett.soritagg’p4ercecouritvix:gov Traffic Control 92786’ Federal Highway AdminIstration W flfWA Lalce Roosevelt Pnme Contractor N/A Don Brocattard 54,595.704 11/1/2019 610 East Fifth Street Contract Number WA NPS PP t,AItO 2018 (360) 619-7520 Vancouver WA 96661 3801 Eatlle Falls, Washington (360) 675-7932 Fog Seal. Chip Seat Microswfaong, Crack donatd.brcciillardGdotgov Sealing. TcaliicContrt,

938749 City of Tacoma WTacoma Pvrn;t Pies 2019 PnrneConlractor N/A Neat Sartain $552,116 P0 Roe 1717 Contract Number 4000013848 9/2019 1253) 208-3739 Tacoma. WA 98401-1717 TacOma. Washington Faz N/A Miaosurfacing. Traffic Control isartainotyoftacomaorg 9S12?t Cooperative Educational Services C Las Cruces Micro 19-20 PrIme Contractor N/A Natasha Ororca 51,337,346 4216 8x:toon Park Road Northeast Contract Number 10/31/2019 2016-0324N-C10Z-AU. (505) 344.5470 Albuquerque, NM 81109-580) Las Cruces. New Mexico (505) 344.9343 Micoosurfaung, Traffic Control [email protected] 956883 CIty of (lesion - C Denton Micro Services 2019 Prime Contractor N/A JamleCogdetl 9016 Tenas Street Contract Number 5656.304 12/31/2019 6559 (9401349-7100 Oemos. 111 76205-4354 Denton. Texas Fax: N/A 5Miaosurfaclng ‘amie.sogdeltccityofdenton.com

Updated: March 2020 AppendloBi .4-0

0)Cu 0Cu 0 I. U E 0

C.,

U, 0

Cu I. Cu

Cu Cu 0 0 0 CO za,

C) g Cu U, 0 x U,

-D 0 U) >‘ Cu -oCu 0) C) c’i >< Cj) C,, I-. 0 C a) C.) C 0 0. 0 C) — >a) 0 0 U) I.. U, 0 I- C., >Cu 0 Cu CO C Ca 0 .0 C, 0 .0 -,t =0.0. I U, a) Cu 0) Cu m Cu C) Cu (O C.) C,, 4- CD 0C,) F-. U, OJ

o) 0 gC 0C’,’ 0 C” C” “-I’ Cu 2 0) IL 0 0) Cu -t0. D Intermountain Slurry Seal Inc. List of Officers

Years with Name Present Office Position Organization

20 Burke, Christopher M. President Vice President Treasurer 5 Chase, Robert K. Assistant Secretary Vice President Controller 12 Beevor, Darren S. Secretary Vice President 6 Curtis, Scott J. Assistant Secretary Vice President 8 Lampley, Jason E. Assistant Secretary Vice President 36 Price, Gary R. Assistant Secretary Vice President 13 Stinson, Ashley M. Assistant Secretary

Updated January 2020 Appendix Dl [adS II H I

flil t Jill I p I

I

a fi

I Sn1111I flI C ‘$1 ha I

I I Ua

a a B S nfl E flu

a

Iliiik IntermountiIriSIutryS&, Inc QSHAGtatk,n

F1city Isauá A*JBrandfPioct] Ume I DatiWIIn5PectJonDaLipectn NwllberI Cdon NtabI SedonChdI Summw Deiàipôh OSHA Colorado 0112W18; 07i2411507242015 1080299 1926.202 an1cadas orThanSeloua $630000 9 J

Apprrd)xFl

Dated:

repealed

the

written

acting

INTERMOUNTAIN

foregoing

Construction

applicable million,

operations.

to

paper

other

named

million,

operations.

to

paper

other named

the

the

Wyortung

bid-related

bid-related

documents

were

submission

documents

submission

January

I,

consent

RESOLVED

on

REsoLvED,

on

RESOLVED,

relating

and

relating

Danen

is

the

policies,

the

duly

a

is

Incorporated

Business

true

attached

attached

still

1,

of

to

and

S.

to

documents

documents

2020

and

and

the and

and

and

FURTHER,

any

Beevor,

in

procedures

any

that,

that,

regularly

SLURRY

Board

contracts

full

contracts

execution

execution

correct

Exhibit

Corporation

Exhibit

and

and

effective

effective

force

INTERMOVNTAIN

Delegation

all

do

all

prepared

of

prepared

that

copy

elected;

CERTIFICATE

domestic

hereby

2

domestic

Directors,

and

necessary

1

SEAL,

necessary

and

of

of

are

are

the

January

January

limits construction

construction

of

act

effect.

authorized

authorized

and

authority

of

and

resolutions

certify

and

INC.,

and

construction

construction

Authority

held

of

for

for

submitted

submitted

1,2020

that

1,

Page

the

authority

the

a

that!

2020

the

without

Wyoming

Bylaws

provided

the

to

1

to

project

project

OF

of3

SLURRY

conduct

conduct

duly

negotiate,

negotiate,

through

resolution

through

and

am

on

SECRETARY

on

projects

projects

previously

a

adopted

duly

Policy

of

behalf

bids,

behalf

bids,

meeting

for

of

corporation

of

the

December

December

SEAL,

qualified

the

herein

the

execute

execute

bid

bid

adopted Company;

arising

arising

then

of

of

effective

Company’s

Company’s

proposals,

approved

the

proposals,

as

the

in

shall

INC.

authorized

and

Company

out

and/or

Company

as

out

(the

effect

has 31,

31,2020,

Secretary

be

that

January

of

attest

of

2020,

not

“Company”);

and

the

bid

in

the

affairs bid

attest

affhirs

the

been

accordance

by

electronic

not

the

Company’s

not

addenda

Company’s

addenda

the

the

Directors

1,

electronic

of

17-16-821

with

to

Granite

modied

with

to

2020

individuals

individuals

exceed

exceed

respect

that

respect

and

and

by

and

with

and

the

all

or

all

$75

of $25 EXEIBIT 1

AUTHORIZED SIGNERS Intermountain Slurry Seal, Inc. California, Nevada, Utah, Northwest Area and Texas

AUTHORIZED SIGNERS ChristopherM. Burke,President GaryR. Price, VP &AssistantSecretary MarcC. Thoreson,,ConstructionManager Paul Foster ConstructionManager ShawnFielding,ConstructionManager NathanB. Niemann, ProjectManager RandyContreras,ProjectManager DylanBurns,ProjectManager Jason Lampley,AreaManager Josh Bowen,ProjectManager TaylorBaggs,ProjectManager ScottCurtis,RegionalDivisionController ShawnSt. Jacques,ChiefEstimator

ATTESTORS GaryL Price,VP & AssistantSecretary MarcC. Thoreson,ConstructionManager PaulFoster,ConstructionManager ShawnFielding,ConstructionManager NathanB. Niemann,ProjectManager Jason Lampley,AreaManager Josh Bowen,ProjectManager RandyContreras,ProjectManager Dylan Burns,ProjectManager TaylorBaggs,ProjectManager ScottCurtis,RegionalDivisionController JaneNielson,EstimatingAssistant

Page2 of3 EXB1T 2

AUTHORIZED SIGNERS Intermountain Slurry Seal,Inc. California, Nevada, Northwest and Utah Areas

AUTHORIZED SIGNERS ChristopherM. Burke,President

Pagc3 of3 RTC Chip Seal Bid Summary American Paveent Systems Inc. Wulfenstein Ccnstruction Co. Intermour’ain Slurry, Inc. Item # Description of Work Quantity Unit — Unit Cost Total Item Cost Unit Cost Total Item Cost Unit Cost Total Item Cost

Supply and place first single layer chip 1 . . . 158,472 SY $2.25 $356,562.00 $3.13 $496,017.36 $1.90 $301,096.80 seal, including sweeping, traffic control, and cleanup (per Table 1). Detail #1 —Savoy/Jane, Whirlwind/Jeane, 2 3 each Jackie)Jeane $2,500.00 $7,500.00 $5,143.63 $15,430.89 $7,800.00 $23,400.00 3 Detail#la—Wndsong/Murphy 1 each $2,500.00 $2,500.00 $4,995.48 $4,995.48 $7,800.00 $7,800.00

Detail #2 — Verde/Labrador, Verde/Marion 4 Miller, Soplo/Marion Miller, E. 5 each $2,000.00 $10,000.00 $4,195.45 $20,977.25 $7,000.00 $35,000.00 BennetlOakridge, E. BennetNicki Ann

Detail #2a — Greyhound/Royal, Greyhound/Landmark, Greyhound/Darcy, 5 Fox/Ashley, Fox/Kisha, Hafen Ranch/Thorne, 8 each $2,000.00 $16,000.00 $4,090.91 $32,727.28 $6,500.00 $52,000.00 Quail Run/Cabo, Martin/Coyote

Detail #2b—Van/Murphy, Ramona/Murphy, 6 5 each $1,600.00 $8,000.00 Fritz/Murphy, Maple/Murphy, Shelly/Murphy $3,339.71 $16,698.55 $5,200.00 $26,000.00

7 Detail #2c—Cabo/Blosser Ranch 1 each $2,000.00 $2,000.00 $4,122.21 $4,122.21 $6,500.00 $6,500.00

8 Detail #2d — Martin/Fox 1 each $1,600.00 $1,600.00 $3,674.62 S3.674.62 $6,500.00 $6,500.00

Detail #3 — Whirlwind/Manse, 9 Windsong/Barney. Greyhound/Leslie, 4 each $700.00 $2,800.00 $1,491.45 $5,965.80 $5,800.00 $23,200.00 Cabo/Bell Vista

Detail #3a — Jackie/Manse, Van/Barney, 10 Ramona/Barney, Fritz/Barney, Maple/Barney, 6 each $700.00 $4,200.00 $1,386.59 $8,319.54 $2,000.00 $12,000.00 Shelly/Barney 11 Detail #4—Murphy/Charleston Park 1 each $1,200.00 $1,200.00 $2,400.71 $2,400.71 $4,000.00 $4,000.00 12 Detail#4a—Turner/Fox 1 each $1,200.00 $1,200.00 $2,773.18 $2,773.18 $4,500.00 $4,500.00 13 Detail #4b— Savoy/Quarter Horse 1 each $1,200.00 $1,200.00 $2,982.89 $2,982.89 $4,500.00 $4,500.00

14 Detail #5 — Blosser Ranch/Alvin 1 each $600.00 $600.00 $1,320.86 $1,320.86 $2,000.00 $2,000.00 Supply and place fog seal over items #1-14 15 (no overlapping), including surface 158,472 SY $0.25 $39,618.00 $0.24 $38,033.28 $0.40 $63,388.80 oreparation and cleanup 16 Mobilization and demobilization 1 each $43,000.00 $43,000.00 $9,237.64 $9,237.64 $285,882.40 $285,882.40 Total Price (sum of items 1 to 16) $497,980.00 $665,677.54 $857,768.00 Optional Item Supply and place first single layer chip seal. including sweeping, traffic control, and 17 14,232 SY $2.25 $32,022.00 cleanup on N. Linda St. (from W. Mazzuka $3.37 $47,961.84 $5.00 $71,160.00 Ave. to W. Roadrunner Rd.) for a distance of 1.01 miles Total Base Bid Price Items (Sum of Items I 17 Inclusive). $530 002.00 $713,639.38 $928 928.00

Z:A1-NyeCountytRoad Projects\Road Projects 2020-2021\RTC Chip SealtBids ReceivedtRTC Chip Seal Bid Summaryll/2/20204:00 PM

otherwise The

ARTICLE

terms

(1)

proceed

and

1 the ARTICLE

MODIFICATION/LIQUIDATED agrees the

in

That

Contractor

This

County

NYE,

WITNESSETH:

said

to

bonds,

Contractor

Contract

other

Contract,

the

ten

and

hereinafter

Contract

to

of

with

County

(10)

perform

2.

extended

I.

Stanislaus,

conditions

accessories

shall

materials,

SCOPE

the

NOTICE

business

Documents

entered

shall

CHIP

furnish

Documents;

and

work.

referred

all

by

not

extra

the

OF

and

SEAL,

supplies,

State

TO

written

into

The

days

and

all

commence

Contractor,

WORK

CONTRACT

prices

PROCEED,

work

to

material

for

this

AMERICAN

work

of

services

Nevada

of

LOCATED

and

as

authorization

California,

the

DAMAGES Response machinery,

16th

necessary

stated

“County”,

to

1012

at

commencement

and

be

work, day

his

THE

Contractor’s

for

MODESTO,

necessary

Telephone

TIME

performed NO.

11TH

in

(it’s

the

perform

PAVEMENT

of

IN

City,

209-522-2277

hereinafter

said

COUNTY

nor

CONTRACT

No.

in

BETWEEN

November,

and

PAHRUMP,

equipment,

consideration

STREET

by

or

Address

2020-O9IPWP-NY-2021-63,

OF

connection

AND

State,

incur

Contract

their)

the

2020-09!

American

to

COMPLETION,

all

License

under

CA

Number

Director

complete

work

date

any

OF

own Zip

referred

SYSTEMS,

95354

STE

2020,

tools,

Documents.

expense

NYE

this

NYE

set

therewith

in

proper

PWP-NY-2020-063.Contractor #

hereinafter

Pavement

1000

of

a

0082548

forth

Contract

by

the

to

professional COUNTY,

superintendence,

Public

as

and

TERMINATION

cost

therewith,

in

project

INC

and

“Contractor.”

the

Works.

between

shall

set

Systems,

and

under

Notice

NEVADA

forth,

in

expense,

manner

commence

before

accordance

the

THE

to

agree

Inc.

labor,

Proceed

AND

terms

it

as

COUNTY

to

is

of

as

set

within

furnish

notified

insurance

as

Modesto,

with

follows:

forth

unless

further

stated

one

the

OF

all

to in The followingperformance periods shall apply:

[A] The work, including any or all options and alternatives identified in Article 11, shall be substantially completed no later than thirty (60) business days from the Notice to Proceed date.

In determining substantial completion and/or final acceptance, the parties agree that the County’s Director of Public Works shall be guided by principles of fairness and the efforts of the Contractor to comply with designated performance periods.

[B] TERMINATION

1. County shall have the right, at any time to terminate the Contract, without cause, with thirty (30) calendar day’s written notice.

2. Upon termination of this Contract, other than for Cause, County shall pay Contractor for that part of the work completed satisfactorily to the date of such termination at the rates set forth in this Contract and all applicable documents which, by reference, are made a part hereto.

[C] MODIFICATION/CHANGEORDER

This Contract may not be modified, amended, supplemented, or extended except by written document executed by the Contractor and Nye County Board of Commissioners.

[D] LIQUIDATEDDAMAGES

Should the work not be complete within the specified time for completion, the Contractor will be liable for liquidated damages, payable to County in the amount of Five Hundred Dollars ($500.00) for each working day beyond the deadline taken for completion, as provided herein. All rights and remedies of the County are cumulative and not exclusive of any other rights or remedies that may be available to County, whether provided by law, equity, statute, or otherwise. However, the liquidated damages provision set forth herein is County’s exclusive remedy for Contractor’s breach as specifically defined in Section 1 [A]. County may elect to withhold the liquidated damages from any payment to Contractor.

ARTICLE3. THE CONTRACTSUM The County shall pay Contractor, $497,980.00 as full compensation for furnishing all materials and labor and doing all the work in strict accordance with relevant plans and specifications and to the satisfaction of the County, amounts as set forth in this Contract. The Contract total is to be paid based upon actual accepted quantities multiplied by the unit prices as specified in the Response, unless otherwise stated in the drawings or specifications.

2

3

an

obligations

representatives

Neither available

documents,

of ARTICLE

Services.

Contractor

resolved.

continue

In

After

remaining

to

As

all ARTICLE

Notice

consent

completed

No discretion, the

percent

Commissioners. The

upon ARTICLE

material

The

month,

County.

the

the

independent

soon

provisions

monies

County

County

progress

forty

receipt,

County

event

of

[C]

[B]

[A]

compliance

based

(50%)

of

as

to

in

to

Completion

6.

As

5.

balance

4.

(40)

under

is

the

work.

place

Contractor

County’s payable

reduce

practical

until

hold

and

shall

STATUS

an

an

that

ACCEPTANCE

PROGRESS

review

for

of

for

No if work

Contractor

Contractor

estimates

County.

upon

of

with

calendar

independent

any,

independent

contractor

after

the

this

and

any

final

the

the

Ten

make

claims,

material,

claims,

shall

the

or

have

under

the

following

progress

employees.

and

have

specifications

Contract.

work

to

all

retainage

subsequent

the

inspection

AS

percent

non-compliance

shall

amount

terms

be

progress

be

labor

days,

recommendation

shall

been

liens

has

has

INDEPENDENT

completion

liens

this

been

has

filed

PAYMENTS

paid,

interest

or

provide

contractor,

AND

contractor

completion

submitted

submitted expended

estimates

and

(10%)

Contract

or

relieve be

paid;

been

immediately

with

or

retained

until

paid;

providing

and

payments

outstanding

based

FINAL

provisions written

outstanding

and

or

product

the

completed

of

such

acceptance

of

and

retention

Contractor

by

the

may

Contractor

evidence

and the

County

Contract

thereon.

evidence

made

to

of

upon

PAYMENT

Contractor

that:

CONTRACTOR

agreements

of

time

amount

the

as

no

following

entire

in be

not

the

of

debts

follows:

accordance

by

work,

less

debts

assigned

materials

in

Recorder.

this

and

as

an

Director

of

satisfactory have

The

the

satisfactory

an

of

Contract

shall

ascertained

the

have

employee,

the

than

Contract

all

the

and

acceptable

any

the

Contractor

are

County

Partial

been

defining work.

other

claims,

not

Contractor

by

been

of

filing

on

five

Contractor’s

filed

of

with

in

Public

participate

Contractor

the

satisfied,

Contractor’s

shall

to

shall

indebtedness

to

percent

an

payments

If,

filed

servant,

of

against

will

this

liens

the

County

the

job

manner,

in

and

acceptable

the

Works

affect

make

the

be

against

County

shall

Contract

site

nature

satisfactory

or

Notice

deducted

(5%)

employees,

in

except

the

County’s

agent

the

that

will

outstanding

the

Contractor’s make

said

to

and

the

duties,

County

that

the

work,

the

connected

be

of

and

of

employee

all

manner.

and

County

progress

or

invoiced,

upon

work. a

the

made

Completion,

all Board

subcontractors,

and

sole

written

representative

scope

to

all

County

liabilities,

payrolls,

agents,

will

value

prior

the

retained

applicable

discretion,

debts

may,

once

status

of

After

benefits

with

payment

cause

or

request

County.

of

County

written

of

shall

upon

at

each

and

bills

the

are

the

fifty

the

as

the

or

by

its a ARTICLE 7. FAIR EMPLOYMENTPRACTICES In connection with the performance of work under this Contract, Contractor agrees not to discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex or age. Such agreement shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship.

Contractor further agrees to insert this provision in all subcontracts hereunder, except subcontracts for standard commercial supplies or raw materials.

Any violation of such provision by Contractor shall constitute material breach of Contract.

ARTICLE8. PREVAILINGWAGE A. Labor Law Requirements. The Contractor must strictly comply with all applicable provisions of the Nevada State Labor Laws, including, but not limited to, Title 28, Chapter 338 of Nevada Revised Statutes, as amended, and with applicable labor laws and regulations of the Federal Government.

B. Prevailing Rate of Wages. The wages to be paid for a legal day’s work to laborers, workmen or mechanics employed upon the work specified in this Contract or upon any materials to be used therein shall not be less than the hourly minimum rate of wage as fixed by the Nevada State Labor Commissioner, which schedule of wage rates is annexed hereto and hereby made a part of this Contract. The Contractor shall forfeit, as a penalty to the County of Nye, the sum of $10.00 for each workman employed for each calendar day or portion thereof that such workman is paid less than the designated rate for any work done under the Contract, by the Contractor or any subcontractor under the Contractor.

Contractor shall submit a copy of Certified Payroll Reports to Nevada State Labor Commissioner and Nye County Public Works no later than 15 calendar days after the end of each month.

C. Hours of Work. No laborer, workman or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract shall be permitted or required to work more than eight (8) hours in any one calendar day, and not more than fifty- six (56) hours in any one week, except in cases of emergency where lifeor property is in imminent danger. In such emergency cases, the person required to work over eight hours per day or fifty-sixhours per week shall be paid at least regular wages for all overtime.

This Contract may be canceled at the election of the County for any failure or refusal on the part of the Contractor or any subcontractor faithfullyto perform the Contract according to the terms as to wages and hours as herein provided.

4

5

The

nor ARTICLE

insurance

insurance

shall

Contractor

C.

procure

Liability

Vehicle

Minimum

Act,

Contractor’s

employer’s

otherwise

to

B. on

Insurance.

subcontractor

by A.

Act,

Contract

life

NOTE:

the

be

the

9.

the

required

required

of

the

for

engaged

Contractor

INSURANCE

the

Contractor’s

Subcontractor’s

project

(3) (2)

(1)

Contractor’s

Comrensation

than

and

NRS

Insurance.

Liability

Contractor

all

shall

limits

and

protected.

Contract,

of

The

liability

of

to

under

$100,000

338.080

Public

his

similarly

Vehicle

under

Property

Personal

the

in

maintain

for:

not

in

Insurance

Contractor

such

allow

employees

subcontractor

this

case

shall

Industrial

commence

The

insurance

Public

Industrial

Liability

this

single

aggregate

one

one

one

(3)

work

liability

from

to Insurance.

paragraph

any

damage

Public

during

injury

Contractor

provide

of

Contract

exempts

provide

accident

occurrence

person

in

Liability

shall

subcontractor

unless

prevailing

person/accident

any

the

Insurance.

Insurance,

to

or

Insurance

for

the

Liability

work

be

procure

liability

following and

death

has

such

such

and

is

the any

such

The

life

and

engaged

shall

not

shall

been

under

wage

such

of

Industrial

contract

protection

Contractor

Property

work

employees

and for

protected

and

In

his

Contractor’s

as

either

to

amounts:

cause

obtained

case

loss

insurance

required

requirements.

subcontract,

commence

this

Property

shall

in

sublet,

for

(1)

work

Insurance

any

Damage

each

Contract

of

maintain

under

shall

a

require

are

and

public

such class

by

at

the

has

Property

subcontractor

Damage

covered

the

procure

work

approved.

the

the

Subcontractor’s

Insurance

of

been

of

$1 for

$2,000,000

$1,000,000

each

$2,000,000

$1,000,000

Contractor

until

work

during

site

Nevada

Nevada

employees

,000,000!$2,000,000

his

on

all

by

Damage

approved

he

and

of

of whose

of

Insurance

his

employees

the

the

the

the

his

has

subcontract

and

to

maintain,

Industrial

Industrial

life protection

subcontractors

latter’s

shall

project

provide

total

engaged

obtained

Vehicle

of

Insurance

Public

by

and

this

cost

require

the

as

employees

during

under

Insurance

Insurance

adequate

Contract

afforded

Liability

Vehicle

until

Liability are

County,

is

in

all

less

work

and

this

not

the

the

the

the to

6 ARTICLE

The

fullest

obligations,

to anyone

negligence,

after

omission,

caused,

willful

actions, authorized

including liabilities,

Contractor

attorney’s

indemnifies and G.

amount

officers, this

under

altered,

statements:

date

which

F.

certificates

anyone

Special from

E.

of

Contractor

County

subparagraphs

subcontractor

D. and

amounts

the

10.

Public

Contract

Contract,

employees

of

completion

Property

Operations

extent

performance

misconduct

this

THE

may

Contractor

expiration

If

Proof

acting

Scope

directly

except

Conditions.

occasioned,

agents,

of

and

legal

those

the

Works

interest,

or

specified

Contract.

fees,

the

or

and

representatives

or

showing

CONTRACT

whether

and

be

“The

permitted

fault

Documents

Contractor

its

of

the

Contractor’s

under

portions

Damage

or

in

premiums

after

arising

of

encountered

from

or

his

(b)

Director

shall

of

and

or

Carriage

the

officers,

of under

administrative

County

insurance

or agrees

indirectly

of

attorney’s

Insurance

thework

and

subcontractors,

of

policies.

other

ten

its

in

amounts

the

any

active

or

employees

willful

Contractor,

defend

this

out

or

by

direction

subparagraph

contributed

(c)

Insurance

this

(10)

or

of

type,

DOCUMENTS

and

shall

applications

may

law.

to

for

expenses

Contract.

agents,

of

of

hereof

Public

any

agents

of

employed

misconduct,

ad

covered

Contract,

defend,

under

days’

Such

injury,

in

and

all

such

Insurance.

fees,

specified

and

passive,

include

amount,

obtain

subcontractor

the

claims,

or

as

their

proceedings,

his

Works,

hold

shall

certificates

and

written

or

control

this

Director

insurance

respectively,

to

Special

costs

death

a

performance

Contractor’s

indemnify

arising

agents,

by

such

co-insured

thereof,

employees

the in by

whether

employees

harmless

(b)

Vehicle

name

Contract

of

in

class

causes

this

whole

whether

him,

and

following:

subparagraph

and

The

or

notice

the

or

insurance

hereof,

of

Hazards.

certificate

from

property

on

employees

the

other

of

shall

from

and

fails

shall

County,

expenses

and

arbitration, Contractor

or

such

Liability

Public

of

its

operations

the

against

and

has

and

indemnity,

County

of

whether

active

in

also

action,

the

from

to

also

behalf

employees,

apply

any or

hold

this

part

County,

been

operations

in

for

maintain

provide

damage,

(2)

performance

against

Works

its

will

contain

any

Insurance

sums

and

The

(b)

harmless

damage

or

the

Contract

and

by

or

even

of

liability,

in

agents

received

shall

caused

insure

claims,

not

passive, covered,

hereof.

connection

defense,

affiliates.

reason

manner

whatsoever

protection

its

against

its

adequate

insurance

payable

and

the

any

in

whether be

and

substantially

officials,

furnish

officers,

be

the

claims

loss,

and

the

canceled

the

as

of

insurance

of

by

demands,

deduct

of employees,

by

by

directly of

event

of

effective

the

the

and

enumerated

any

Contractor

County,

any the

employees

the

costs,

activities

to

the

of

with

this

protection

arising

Contractor

the

which

agents,

employees

kind

special

required

type

the

the

hold

negligence

and County.”

negligent

and

of

insured

or

or

the

Contract

County

or

required

reasonable

the

County,

Contractor

or

damages,

dates and

its

incidental

materially

may

harmless

before retain

indirectly

all

following

and

hazards

of

Director

fault

nature,

hereby

agents

to

for

in

suits,

under

in

or

or

arise

each

with

and

act,

and

the

the

the

the

the

the

by

or

by

or

its

of

or by 1. The advertised Notice of Invitationto Response No. 2020-00/ PWP-NY-2020-000; 2. The Response by the Contractor (The Contractor’s Proposal);

3. This Contract;

4. The General Instructions to Contractors;

5. The Special Provisions;

6. The specifications as set forth in the Special Provisions; 7. The Response Bond, Performance Bond and Payment Bond;

8. Alladdenda issued by the Purchasing Department;

9. Contractor Qualification;

10. The Notice of Award;

11. Any amendments or addenda to all the aforementioned documents; and

12. All provisions required by law to be incorporated in this Contract, whether incorporated or not;

ARTICLE 11. SELECTED ALTERNATESAND OPTIONS The following options and alternates have been selected by the County and are herewith made part of the scope of work to be performed under this Contract;

Options: xx

Alternates: xx

ARTICLE 12. NO THIRD-PARTYBENEFICIARY This Contract and the rights and obligations arising there from are strictly for the benefit of the parties to this Contract. The parties agree that any benefit or detriment asserted by the third party and/or found to exist by any court or arbitrator is merely an incidental, collateral, or consequential benefit or detriment arising from the performance or non-performance of this Contract and is not intended to create a right of action in any person not a signatory to this Contract.

ARTICLE 13. ASSIGNMENTANDSUBCONTRACTING A. Assignment. Contractor shall not assign its rights nor delegate its duties hereunder without prior written consent of County. The County may condition such consent.

B. Subcontracting. Except as specifically detailed in the Contractor’s Response, Contractor shall not subcontract any part of the work hereunder without the prior written approval of County. The County may condition such consent.

ARTICLE 14. WAIVER Failure by County or Contractor, at any time, to enforce or to require strict observance of any of the terms, conditions or provisions of this Contract shall not constitute a waiver of, nor limit or impair, such terms, conditions or provisions. In addition, any such failure shall not affect the right 7 of either party to avail itself at any time of such remedies as it may have for any default hereunder by the other party hereto.

ARTICLE 15. GOVERNING LAW, VENUE AND COSTS

This Contract shall be governed, construed and interpreted by, through and under the laws of the State of Nevada. The parties hereby agree that venue for any and all disputes related to this Contract shall be in the Fifth Judicial District Court of the State of Nevada, in and for the County of Nye.

The parties further agree that, should it become necessary for either party hereto to take legal action to enforce any rights and/or obligations outlined herein, that the prevailing party shall be entitled to recover their costs to the extent provided for by law, with each party to bear their own attorneys’ fees unless otherwise provided for by law.

ARTICLE 16. ENTIREAGREEMENT The terms and provisions of this Contract constitute the entire agreement between the parties and supersede all previous communications, representations, undertakings or agreements between the parties hereto with respect to the subject matter hereof, whether oral or written.

ARTICLE 17. NOTICES Any notice, proposal or objection relating to this Contract shall be in writing addressed to the parties as follows:

Danielle Mckee, Purchasing and Contracts Administrator Nye County

2101 E. Calvada Blvd., Suite 200

Pah rump, NV 89048

Tim DahI, Director of Public Works

250 N. Hwy 160 Ste. 2

Pahrump, NV 89060

American Pavement Systems, Inc

1th 1012 1 Street, Ste 1000

Modesto, CA. 95354

8 ______

IN WITNESS WHEREOF, the parties hereto have executed this Contract the day and year first above written.

THE COUNTY OF NYE By:

John Koenig, Chairman BOARD OF COMMISSIONERS

OF NYE COUNTY

By:

American Pavement Systems, Inc CONTRACTOR

Printed Name

ATTEST:

Sandra L. Merlino, Nye County Clerk And Ex-OfficioClerk of the Board

9