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
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
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
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 Idaho 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 Utah 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