Loading...
HomeMy Public PortalAbout2020.04.23 AIP 27 Knife River Const Agreement with ExhibitsThis document is a MODIFIED version of EJCDC® C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 1 of 8 AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT THIS AGREEMENT is by and between The City of McCall, Idaho (“Owner”) and Knife River Corporation – Mountain West (“Contractor”). Owner and Contractor hereby agree as follows: ARTICLE 1 – WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Contract Name: Relocate Parallel Taxiway A ARTICLE 2 – THE PROJECT 2.01 The Project, of which the Work under the Contract Documents is a part, is generally described as follows: Contract Name: Relocate Parallel Taxiway A McCall Municipal Airport City of McCall McCall, Idaho FAA/AIP Project No. 3-16-0023-027-2020 ARTICLE 3 – ENGINEER 3.01 The Project has been designed by T-O ENGINEERS, 2471 S. Titanium Place, Meridian, ID 83642- 6703. 3.02 The Owner has retained T-O ENGINEERS (“Engineer”) to act as Owner’s representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 – CONTRACT TIMES 4.01 Time of the Essence All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Contract Times: Days The Work will be substantially completed and completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions in accordance with following: This document is a MODIFIED version of EJCDC® C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 2 of 8 Substantial Liquidated Damages Phase Completion per Calendar Day 1 28 Calendar Days $2,000 1A 4 Calendar Days $2,000 2 21 Calendar Days $2,000 3 66 Calendar Days $2,000 4 2 Calendar Day $2,000 The days indicated are the number of days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial and other losses if the Work is not completed and Milestones not achieved within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with the Contract. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner the amount(s) specified in Paragraph 4.02 for each phase for each day that expires after th e time specified in Paragraph 4.02 for Substantial Completion of each phase until each phase of the Work is complete. ARTICLE 5 – CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents the amounts that follow, subject to adjustment under the Contract: A. For all Work, at the prices stated in Contractor’s Bid, attached hereto as an exhibit. ARTICLE 6 – PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor’s Applications for Payment on or about the 26th day of each month during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Applications for Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract. All such payments will be measured by the Schedule of Values established as provided in the General Conditions and in the case of Unit Price Work based on the number of units completed. 1. Prior to Final Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contrac t and in accordance with This document is a MODIFIED version of EJCDC® C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 3 of 8 Specification Section 007002 Federal Aviation Administration General Provisions , Section 90 - Measurement and Payment. a. 95 percent of Work completed (with the balance being retainage). b. 95 percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). 2. The Contractor is notified and accepts by execution of the Agreement, that progress payments may not be made for up to 60 (sixty) days from the date of approval of the payment request by the Owner. 6.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with Paragraph 15.06 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 15.06 and Specification Section 007002 Federal Aviation Administration General Provisions . 6.04 Payments to Subcontractors A. The Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the rece ipt of each payment the Contractor receives from the Owner. The Contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment fr om the above referenced timeframe may occur only for good cause following written approval of the Owner. This clause applies to both Disadvantaged Business Enterprise (DBE) and non -DBE subcontractors. Failure by the Contractor to carry out these requirem ents shall be a material breach of the agreement. ARTICLE 7 – INTEREST 7.01 All amounts not paid when due shall bear interest at the rate of 5 percent per annum. ARTICLE 8 – CONTRACTOR’S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Contract, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents, and any data and reference items identified in the Contract Documents. B. Contractor has visited the Site, conducted a thorough, alert visual examination of the S ite and adjacent areas, and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all Laws and Regulations that ma y affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identif ied in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if This document is a MODIFIED version of EJCDC® C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 4 of 8 any, at or adjacent to the Site that have been identified in the Su pplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality of the Site; info rmation and observations obtained from visits to the Site; the Contract Documents; and the Site -related reports and drawings identified in the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and (3) Contractor’s safety precautions and programs. F. Based on the information and observations referred to in the preceding paragraph, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has given Engineer written notice of all c onflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. I. The Contract Documents are generally sufficient to indicate and convey und erstanding of all terms and conditions for performance and furnishing of the Work. J. Contractor’s entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 9 – CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 1 to 8, inclusive). 2. Performance bond. 3. Payment bond. 4. General Conditions. 5. Supplementary Conditions. 6. Specifications as bearing the title: McCall Municipal Airport, McCall, Idaho, Relocate Parallel Taxiway A, dated March 2020, to include, but not limited to Contract Documents, Specifications, General Conditions, and Supplementary Conditions - Owner and consisting of divisions and pages, as listed in Table of Contents, dated March 2020, thereof, copy of Table of Contents attached as Exhibit 1. 7. Drawings (not attached but incorporated by reference) bearing the title: McCall Municipal Airport, McCall, Idaho, Relocate Parallel Taxiway A, dated March 2020, consisting of sheets numbered 1 through 58, inclusive, as listed in Index of Drawings, copy of Index of Drawings attached as Exhibit 2. This document is a MODIFIED version of EJCDC® C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 5 of 8 8. Addenda (Numbers One, Two, Three, and Four). 9. Exhibits to this Agreement (enumerated as follows): a. Contractor’s Bid attached as Exhibit 3. 10. The following which may be delivered or issued on or after the Effective Date of the Contract and are not attached hereto: a. Notice to Proceed. b. Work Change Directives. c. Change Orders. d. Field Orders. e. Contract Prevailing Wage Rates included in the Construction Documents, dated January 3, 2020. ARTICLE 10 – MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. Unless expressly agreed to elsewhere in the Contract, no assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but withou t limitation, money that may become due and money that is due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent t o an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its successors, assigns, and legal representatives to the other party hereto, its successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. This document is a MODIFIED version of EJCDC® C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 6 of 8 10.05 Contractor’s Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: 1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding p rocess or in the Contract execution; 2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at arti ficial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and 4. “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 10.06 Other Provisions A. The Contractor, in consideration of securing the business of constructing public works in this state, recognizing that the business in which he is engaged is of a transitory character, and that in the pursuit thereof, his property used therein may be without the state when taxes, excises, or license fees to which he is liable becomes payable, agrees: 1. To pay promptly when due all taxes, (other than on real property), excises and license fees due to the state, its subdivisions, and municipal and quasi-municipal corporations therein, accrued or accruing during the term to this Agreement, whether or not the same shall be payable at the end of such term; 2. That if the said taxes, excises, and licenses fees are not payable at the end of said term, but liability for the payment thereof exists, even though the same constitute liens upon his property, to secure the same to the satisfaction of the respective officers charged with the collection thereof; and 3. That, in the event of his default in the payment or securing of such taxes, excises, and licenses fees, to consent that the department, officer, board, or taxing unit entering into this Agreement may withhold from any payment due him hereunder the estimated amount of such accrued and accruing taxes, excises, and license fees for the benefit of all taxing units to which said Contractor is liable. B. Pursuant to the provisions of section 63-1504 of the Idaho Code, before final payment can be made, the Contractor shall furnish to the Owner, evide nce that he has paid all taxes, excises, and license fees due to the state and its taxing units, due and payable during the term of the contract for such construction, and that he has secured all such taxes, excises, and license fees liability for the payment of which has accrued during the term of such contract, notwithstanding they may not yet be due or payable. C. Work shall not commence until Pre-Construction Conference has been held at a mutually agreed to time and place. This document is a MODIFIED version of EJCDC® C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 7 of 8 D. The Contractor shall not commence work on the project until receipt of the Notice to Proceed. Contract time shall commence on the effective date of the Notice to Proceed. E. No work shall be authorized prior to the execution of the FAA Grant Offer and approval by the FAA of the accepted offer. IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. This Agreement will be effective on ______________ (which is the Effective Date of the Contract). OWNER: City of McCall, Idaho CONTRACTOR: Knife River Corporation -Mountain West By : Title : (If Contractor is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.) Attest : Title: Address for giving notices : This document is a MODIFIED version of EJCDC" C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price), Copyright© 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in pub lished EJCDC documents remain subject to the copyrights . All rights reserved . Page 8 of 8 Exhibit 1 McCALL MUNICIPAL AIRPORT McCALL, IDAHO Relocate Parallel Taxiway A FAA/AIP Project No. 3-16-0023-027-2020 March 2020 TABLE OF CONTENTS DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS I. BIDDING INFORMATION 001116 Notice Inviting Bids 002115 Instructions to Bidders (C-200) II. BID PROPOSAL 004100 Bid Form (C-410) 004196 Contractor’s Supplemental Equipment Rate Schedule 004300 Bid Bond 004500 Additional Bid Forms 004505 Bidders List Information III. CONTRACT FORMS 005100 Notice of Award (C-510) 005200 Agreement (C-520) 005500 Notice to Proceed 006100 Construction Performance Bond (C-610) 006150 Construction Payment Bond (C-615) 006200 Application for Payment 006250 Certification of Subcontractor Payment IV. GENERAL PROVISIONS 007001 Federal Aviation Administration Contract Provisions 007002 Federal Aviation Administration General Provisions 007300 General Conditions of the Construction Contract (C-700) 007301 Supplementary Conditions 007350 Contract Prevailing Wage Rates DIVISION 01 - GENERAL REQUIREMENTS 011100 Summary of Work 011415 Airport Access Control 013119 Project Meetings 013216 Project Construction Progress Schedule 013323 Submittals, Shop Drawings and Samples 013513 Construction Safety and Phasing Plan 013523 Airport Project Safety Procedures 014516 C-100 Quality Control 015000 Temporary Facilities and Controls 015515 Construction and Haul Roads 015526 Traffic Control and Regulation 015600 Dust Control 015723 C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 017113 C-105 Mobilization 017123 Contractor Furnished Construction Surveying and Staking 017423 Clean Up 017710 C-110 Estimating Percentage of Material Within Limits (PWL) McCALL MUNICIPAL AIRPORT McCALL, IDAHO Relocate Parallel Taxiway A FAA/AIP Project No. 3-16-0023-027-2020 March 2020 TECHNICAL SPECIFICATIONS: DIVISION 03 – CONCRETE 033100 P-610 Concrete for Miscellaneous Structures DIVISION 31 – EARTHWORK 311413 T-905 Topsoiling 312313 P-152 Excavation, Subgrade and Embankment DIVISION 32 – EXTERIOR IMPROVEMENTS 320110 P-101 Preparation/Removal of Existing Pavement 321116 P-154 Subbase Course 321123 P-209 Crushed Aggregate Base Course 321213 P-603 Bituminous Tack Coat 321216 P-401 Asphalt Mix Pavement 321723 P-620 Runway and Taxiway Marking 323113 F-164 Wildlife Exclusion Fence 329219 T-901 Seeding DIVISION 33 – UTILITIES 330800 Utility Coordination 331100 Water Distribution 334200 D-701 Pipe for Storm Drains and Culverts 334616 D-705 Pipe Underdrains for Airports 334913 D-751 Manholes, Catch Basins, Inlets, Dry Wells and Inspection Holes DIVISION 34 – AIRFIELD LIGHTING 344107 L-107 Airport Wind Cones 344108 L-108 Underground Power Cable for Airports 344110 L-110 Airport Underground Electrical Duct Banks and Conduits 344115 L-115 Electrical Manholes and Junction Structures 344125 L-125 Airport Lighting Systems Exhibit 2 Exhibit 3 BID FORM MCCALL MUNICIPAL AIRPORT Relocate Parallel Taxiway A CONTRACT IDENTIFICATION ARTICLE 1 -BID RECIPIENT 1.01 This Bid is submitted to Owner: FAA/AIP No. 3-16-0023-027-2020 CITY OF MCCALL, IDAHO 216 E. PARK STREET MCCALL, IDAHO 83638 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 -BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 120 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3-BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. 1 2 Addendum, Date 3/18/2020 • w 3/27 /2020 • if lf /?; /'111U( ~v:-/ ~!1/1011J -l v B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the This document is a MODIFIED version of EJCDC" C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 1 Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder's safety precautions and programs. F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. K. The Bidder currently possesses or will be able to obtain the appropriate Idaho Public Works Contractor's License prior to award and execution of contract. L. All Subcontractors currently possess or will be able to obtain the appropriate Idaho Public Works Contractor's License prior to prior to award and execution of contract. ARTICLE 4 -BIDDER'S CERTIFICATION 4.01 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: This document is a MODIFIED version of EJCDC'" C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 2 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect thee execution of the Contract. ARTICLE 5-BASIS OF BID 5.01 BIDDER will complete the Work per the prices established in the attached Bid Schedules: BID SCHEDULE SUMMARY Title Description Total Price Bid Schedule A Relocate Parallel Taxiway A $ (21 623. s-6l.! .00 I Total Bid Price All Schedules $ b, b 55, iJ81..) .00 )f\ M1woY1 1 ?ia Httrtl}£EV ld1tc'-/ UiU:e. Tt!ovsAnD, frvf" tl11Vlf>Qf~ ,EimHIY~ DouJ.L!$ ~ ~~6 Bidder acknowledges that (1) each bid unit price includes an amount considered by bidder to be adequate to cover contractor's overhead and profit for each separately identified item, and (2) estimated quantities are not guaranteed, and are solely for the purpose of comparison of bids, and final payment for all unit price bid items will be based on actual quantities, determined as provided in the contract documents. ARTICLE 6 -TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 7-ATTACHMENTS TO THIS BID 7 .01 The following documents are submitted with and made a condition of this Bid: A. Required Bid security in the form of a cashier's check, or certified check, or a Bid bond; B. Bid Schedule A; This document is a MODIFIED version of EJCDC'" C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCOC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 3 C. Supplemental Equipment Rate Schedule; D. Identification of Subcontractors required to be identified in this Bid, "Designation of Subcontractors and Suppliers", Exhibit I; E. "Non-Collusion Affidavit", Exhibit II; F. "Joint Venture Statement", Exhibit Ill (if applicable); G. "Disadvantaged Business Enterprise Utilization", Exhibit IV; H. "Letter(s) of Intent", Exhibit V; I. "Certificate of Buy American Compliance for Manufactured Products", Exhibit VI; J. "Certification of Offerer/Bidder Regarding Tax Delinquency and Felony Convictions", Exhibit VII; K. Bidder's Idaho Public Works Contractors License No. _0"'"3.._.3_7_..9 ..... 9_-U.._-_1_-2---..... 3 _______ . or a written covenant to obtain such license prior to award and execution of contract. ARTICLE 8 -DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. This document is a MODIFIED version of EJCDC'" C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based In part on excerpts from EJCOC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 4 ARTICLE 9-BID SUBMITTAL BIDDER: {Indicate correct name of bidding entity] Knife River Corporation -Mountain West By: [Signature] {Printed name] -=..J~es~:=.e_!.R!!:o~s!!.in!..._ ______________________ _ (ff Bidder is a corporatio , a limited liability company, a partnershi , or a joint venture, attach evidence of authority to si n.) Attest: [Signature] {Printed name] Title: Submittal Date: Calvin Dewall Authorized A ent 4/8/2020 Address for giving notices: 5450 W Gowen Road Boise ID 83709 Telephone Number: (208) 362-6152 Fax Number: (208) 562-5045 Contact Name and e-mail address: Mark Standerfer mark.standerfer@kniferiver.com This document is a MODIFIED version of EJCDC• C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Pages THIS PAGE LEFT BLANK INTENTIONALLY This document is a MODIFIED version of EJCDC" C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page6 McCALL MUNICIPAL AIRPORT AIP 3·16-0023·027·2020 BID SCHEDULE A RELOCATE PARALLEL TAXIWAY A Item Specification Unit Estimated No. Item Description 1. Safety Compliance . • /3 0 @ 1:<M? ffon»~O ~l5L''f "Ct>00AY1!1 tbci~"l iOo 2. Co~~actor Quality Control ..!.. 4&, @ L!!OO 2'WS!~ED [.f1ol12¥\ ti fu.Ut£S .( _ 3. Dust Control @ twenty five thousand dollars and zero cents 4. Temporary Air and Water Pollution, Soil Erosion and Siltation Control (C-102) AJ SWPPP Preparation and Implementation @ ten thousand dollars and zero cents BJ Fiber Wattle @ four dollars and zero cents C) Concrete Truck Washout Pit @ one thousand five hundred dollars and zero cents 5. Mobilization ~ @ ~e MZt.!lOY\ D<uAe..S f !CD 6. Contractor Surveys @ fifty thousand dollars and zero cents 7. Topsoiling (T·905J AJ Topsoiling ·Salvage and Replace 3-inches @ zero dollars and eighty five cents B) Wetland Topsoiling ·Salvage and Replace &·inches @ two dollars and sixty cents 8. Excavation/Embankment (P-152J AJ Unclassified Excavation, Off-Site Disposal @ thirteen dollars and zero cents BJ Unclassified Excavation Placed as Embankment @ two dollars and fifty cents CJ Unsuitable Excavation, Off-Site Disposal @ five dollars and zero cents DJ Dewatering @ ten thousand dollars and zero cents 9. Preparation/Removal of Existing Pavements (P-101 J AJ Sawcut Pavement @ one dollar and zero cents BJ Remove Asphalt Pavement by Rotomilling @ one dollar and fjfty cents CJ Remove Pavement Markings @ three dollars and zero cents DJ Removal of Pipe and Other Drainage Structures @ twenty five thousand dollars and zero cents EJ Removal of Aircraft Tie-Down Anchors @ one hundred dollars and zero cents FJ Abandon Aircraft Tie-Down Anchors @ seven hundred fifty dollars and zero cents 10. Subbase Course (P·154J AJ Subbase Course @ fifty dollars and zero cents BJ Suitable Fill Material @ ten dollars and zero cents CJ Separation Geotextile @ one dollar and zero cents 11 Crushed Aggregate Base Course (P-209) @ sixty dollars and zero cents Bid Schedule A 0:\180357\40_Final Oesign\Cost Estimate\Bid Form & Cost Estimate -jn Section Measure Quantity Unit Price 013523 014516 015600 015723 017113 017123 311413 312313 320110 321116 321123 LS. LS. LS. LS. LF. EA. LS. LS. S.Y. S.Y. C.Y. C.Y. C.Y. LS. LF. S.Y. S.F. LS. EA. EA. C.Y. C.Y. S.Y. C.Y. 1so.ooo.oa J,00, dOO. 00 $25,000.00 $10,000.00 972 $4 00 $1,500.00 1,. ooo, <:PJ. oo $50,000.00 128,200 __,$:.::0.:..:.8:.::5 ___ _ 16,500 $2.60 60,351 $13.00 13,235 $2.50 10,000 $5.00 $10 000.00 2,074 $1.00 64,450 $1.50 1,672 $3.00 $25,000.00 27 $100.00 6 $750.00 9,317 $50.00 10,000 $10.00 16,500 $1.00 9,317 $60.00 Total Price 2o0, 00 f!) .Cl 0 $25,000.00 $10,000.00 $3,888.00 $1,500.00 I, 000 1 oa>.co $50,000.00 $108,970.00 $42,900.00 $784,563.00 $33,087.50 $50,000.00 $10,000.00 $2,074.00 $96,675.00 $5,016.00 $25,000.00 $2,700.00 $4,500.00 $465,850.00 $100,000.00 $16,500.00 $559,020.00 1 OF3 McCALL MUNICIPAL AIRPORT AIP 3·16.0023·027·2020 BID SCHEDULE A RELOCATE PARALLEL TAXIWAY A Item Specification Unit Estimated No. Item Description Section Measure Quantity Unit Price Total Price 12 Tack Coat (P-603) 321213 ~ three dollars and zero cents Gal. 4,512 $3.25 $14,664.00 13. Asphalt Mix Pavement (P-401) 321216 ~ one hundred dollars and zero cents TON 17,170 $100.00 $1,717,000.00 14. Pavement Marking (P-620) 321723 A) Temporary Yellow Paint With Glass Beads ~ one dollar and ten cents S.F. 7,335 $1.10 $8,068.50 B) Permanent Yellow Paint With Glass Beads ~ one dollar and zero cents S.F. 7,335 $1.00 $7,335.00 15. Wildlife Exclusion Fence (P-164) 323113 A) Install 10-foot Wildlife Fence ~ twen!}'. four dollars and zero cents L.F. 4,188 $24.00 $100,512.00 B) Install 10-foot Wildlife Vehicle Gate ~ two thousand dollars and zero cents EA. $2 000.00 $2,000.00 C) Install 1 O·foot Wildlife Ditch Lift Gates ~ seven hundred fift~ dollars and zero cents EA. 2 F50.00 $1,500.00 0) Remove and Dispose of Existing Fence ~ four dollars and zero cents L.F. 4,401 ~4.00 $17,604.00 16. Hydroseeding (T-901) 329219 ~ one thousand two hundred fi!!}'. dollars and zero cents ACRE 30 $1,250.00 $37,500.00 17. Utility Coordination 330800 ~ two thousand dollars and zero cents L.S. $2 000.00 $2,000.00 18. New Fire Hydrant Installation 331100 ~ fourteen thousand dollars and zero cents L.S. $14,000.00 $14,000.00 19. Pipe for Storm Drains and Culverts (0·701) 334200 A) 6-inch HOPE Corrugated Edge Drain Outlet Pipe ~ eighteen dollars and zero cents L.F. 893 $18.00 $16,074.00 B) 12-inch Class V RCP ~ fit!}: dollars and zero cents L.F. 706 ~50.00 $35,300.00 C) 18-inch Class V RCP ~ eight~ dollars and zero cents L.F. 1,068 $80.00 $85,440.00 0) 24-inch Class V RCP ~ one hundred twenty dollars and zero cents L.F. 58 $120.00 $6,960.00 E) 30-inch Class V RCP ~ one hundred fort~ dollars and zero cents L.F. 1,099 $140.00 $153,860.00 F) 36-inch Class V RCP ~ two hundred dollars and zero cents L.F. 28 $200.00 $5,600.00 G) 12·inch Concrete Flared End with Grate ~ one thousand six hundred dollars and zero cents EA. 6 $1,600.00 $9,600.00 H) 18-inch Concrete Flared End with Grate ~ one thousand nine hundred dollars and zero cents EA. 15 ~1 900,00 $28,500.00 I) 24-inch Concrete Flared End with Grate ~ two thousand three hundred dollars and zero cents EA. ~2,300.00 $2,300.00 J) 30-inch Concrete Flared End with Grate ~ two thousand eight hundred dollars and zero cents EA. 4 ~2 800.00 $11,200.00 K) Rip Rap ~ ei9h!}'. five dollars and zero cents 20. &·inch HOPE Corrugated Type SP Perforated Underdrain (D· S.Y. 271 $85.00 $23,035.00 705) 334616 ~ seventeen dollars and zero cents L.F. 13,172 $17.00 $223,924.00 Bid Schedule A Q:\180357\40_Final Design\Cast Estimate\Bid Form & Cost Estimate. jn 2 OF 3 McCALL MUNICIPAL AIRPORT AIP 3·16-0023-027-2020 BID SCHEDULE A RELOCATE PARALLEL TAXIWAY A Item Specification Unit Estimated No. Item Description Section Measure Quantity Unit Price Total Price 21. Manholes, Catch Basins, Inlets, and Inspection Holes (D-751) 334913 A) 48-inch Irrigation/Storm Drain Manhole Structure ,, vi @ three thousand five hundred dollars and zero cents EA. 1 .z.. $3,500.00 $3,500.00 BJ 60-inch Irrigation/Storm Drain Manhole Structure ~Vil @ five thousand seven hundred dollars and zero cents EA. 4 -s-$5 700.00 $22,800.00 C) 72-inch Irrigation/Storm Drain Manhole Structure @ six thousand five hundred dollars and zero cents EA. 2 $6,500.00 $13,000.00 D) Drop Inlet Structure, Type B @ three thousand five hundred dollars and zero cents EA. $3 500.00 $3,500.00 E) 6-inch Edge Drain Outlet Headwall Structure @ seven hundred fift~ dollars and zero cents EA. 13 ~750.00 $9,750.00 F) Core Existing Inlet @ two hundred dollars and zero cents EA. 6 $200.00 $1,200.00 G) Adjust Sewer Manhole @ two thousand dollars and zero cents EA. $2,000.00 $2,000.00 22. Airport Wind Cones (L-107) 344107 A) Install New Wind Cone (L-807) @ thirteen thousand dollars and zero cents EA. $13 000.00 $13,000.00 B) Remove Existing Windcone and Segmented Circle @ two thousand dollars and zero cents L.S. $2.000.00 $2,000.00 C) Install New Segmented Circle @ fort~ thousand dollars and zero cents L.S. $40,000.00 $40,000.00 D) Gravel Maintenance Pad @ eight dollars and zero cents S.Y. 2,972 $8.00 $23,776.00 23. Underground Power Cables for Airports (L-108) 344108 A) #8 5kV Lightning Cable @ two dollars and seven!~ five cents L.F. 2,424 $2.75 $6,666.00 B) #6 Counterpoise ~o dollars and zero cents L.F. 1,640 $2.00 $3,280.00 24. Electrical Duct (L-110) 344110 A) 2-inch PVC or HOPE, 1-way Direct Earth Burial ~ seven dollars and seventl cents L.F. 1,640 $7.70 $12,628.00 B) 2-inch PVC or HOPE, 4-way Concrete Encased @ fort~ four dollars and zero cents L.F. 401 $44.00 $17.644.00 25. Install Junction Can (L-115) 344115 @ seven hundred sevent~ dollars and zero cents EA. 11 $770.00 $8,470.00 26. Installation of Airport Lighting Systems (L-125) 344125 A) Electrical Demolition @ eleven thousand dollars and zero cents L.S. ~11,000.00 $11,000.00 B) Relocate Existing Lighted Sign (L-858) ~ four thousand dollars and zero cents EA. $4.000.00 $4,000.00 CJ Relocate Existing Unlighted Sign (L·858J ~ three thousand five hundred dollars and zero cents EA. ~3 500.00 $3,500.00 D) New Unlighted Sign (L-858) ~ four thousand five hundred dollars and zero cents EA. 10 $4 500.00 $45,000.00 E) Retroreflective Markers (L-853) ~ fift~ dollars and zero cents EA. 193 $50.00 $9,650.00 F) Relocate Existing Power Service H-Frame ~ six thousand dollars and zero cents EA. $6,000.00 $6,000.00 TOTAL BID SCHEDULE A {;,J,.331 5""S1.Loo Bid Schedule A Q:\180357\40_Final Desig.1\Cost Estimate\Bid Form & Cost Estimate. jn 3 OF 3 CONTRACTOR'S SUPPLEMENTAL EQUIPMENT RATE SCHEDULE Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 Equipment Operating Rates (with Operator) for Contractor Force Account Work: Make/Model/Description Hourly Rate 1. Dozers CAT D6 $142.50 2. Backhoes 3. Tractors 4. Loaders 5. Scrapers: 6. Compactors 7. Trucks: 8. Generator 9. Paver -c.y. _c.y. 10 c.y. 20 c.y. _c.y. water 10. Asphalt Milling Equipment 11. Pulverizer 12. Motor Grader 13. Rollers 14. Compressor 15. Other CATD8 CAT416 JD410 330 EXCAVATOR 345/450 EXCAVATOR JD644 QAT95Q 815 SOIL COMPACTOR SD70 (MED) DIRT END DUMP TRUQK AND PUP IR-21-65KW 1Q1-2QQKW CAT PAVER 655 QAT PAVER 1055 QAT BLADE 14Q/143 CAT BLADE 14H/M SP120 LARGE ASPHALT SD70 MED DIRT AIR COMPRESSOR $236.25 $115.00 $115.00 $166.25 $187.50 $136.90 $136.90 $162.50 $123.00 $148.75 $162.QQ $88.QQ/$16.QQ $36.QQ $233.75 $233.75 $140.6Q $182.50 $123.75 $110.00 $21.00 Form shall be filled in at the time of bid submittal or an itemized rate schedule of the Contractor's equipment may be attached in lieu of completion of the form. Hourly rates for equipment shall include OWNERSHIP, OPERATING COST AND OPERATOR. CONTRACTOR'S SUPPLEMENTAL EQUIPMENT RATE SCHEDULE 004196-1 Q:\180357140_FINAL DESIGNISPECIFICATIONSIDIVISION 00111 BID PROPOSAL\004196 SUPPLEMENTAL EQUIPMENT RATE SCHEDULE DOCX THIS PAGE LEFT BLANK INTENTIONALLY PENAL SUM FORM BID BOND BIDDER <Name and Address): Knife River Corporation -Mountain West 5450 W. Gowen Road Boise, ID 83709 SURETY <Name and Address of Principal Place of Business): Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 OWNER <Name and Address): City of McCall 216 E Park Street McCall, ID 83638 BID Bl D DUE DATE: April 8, 2020 _....~"'----~~~~~~~~~~~~~~~~~~~~~~ PROJECT (Brief Description Including Location): Attest: Note: McCall Municipal Airport Relocate Parallel Taxiway A, FM/AIP No. 3-16-0023-027-2020 (2) ( 1) Ab addresses are to be used for giving required notice. Any singular reference to Bidder, Surety, Owner, or other party shall be considered plural where applicable. IMPORTANT-Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. EJCDC NO. 1911l-28-C (1990 Edi~on) 1. Bidder and Surety, joinUy and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. 2. Default of Bidder shall occur upon the failure of Bidder to deliver, within the time required by the Bidding Documents, the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 3. This obligation shall be null and void if: 3.1. Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 3.2. All bids are rejected by Owner, or 3.3. Owner fails to issue a notice of award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, If applicable, consented to by Surety when required by paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue notice of award agreed to in writing by Owner and Bidder, provided that the time for issuing notice of award including extensions shall not in the aggregate exceed EJCDC NO. 1910-28-C (1990Edition) .. 120 days from Bid Due Date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default, required in Paragraph 4 above, is received by Bidder and Surety, and in no case tater than one year after Bid Due Date. 7. Any suite or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notice required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seat, and deliwr such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth as length. If any provision of the Bond conflicts with any applicable provision of any applicable statute, then the provision of said statue shall govern and the remainder of the Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "bid" as used herein includes a bid, offer, or proposal as applicable. Surety Acknowledgment State of __ ~M-'-='in=n=e=so"""'t=a~ ______ __,_} } SS. County of __ ~H~e~nn=e"""'p~i=n ________ _.,._} On this 8th day of April 2020, before me personally came Heather R. Goedtel, to me known, who being by me duly sworn, did depose and say that he is the Attorney-in-Fact of Liberty Mutual Insurance Company described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name to it by like order. ~LibeMJ. ~Mutuat SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8202635-190003 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constiMe and appoint Blake S. Bohlig, Brian D. Carpenter, Kelly Nicole Enghauser, Heather R. Goedtel, Michelle Halter, Jessica Hoff, Nicole Langer, Craig Olmstead, Laurie Pflug all of the city of Bloomington state of Minnesota each individually if there be more than one named, its true and lawful attorney~n-fact to make, execute, seal, acknowledge and deliver, for and on its behlif as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this~ day of November , --12.!2._. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company ~ m .. ,Mfr i '* David M. Carey, Assistant Secretary _5 ....; ~ State of PENNSYLVANIA s c: ~ ~ County of MONTGOMERY s co ~m c: u Ql On this 21st day of November , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o ~ Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes = ~ (jj ~ therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ~ I.LI ~ ~ IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. ~ §.. c~ ag l1l :3 COMMONWEALTH OF PENNSYLVANIA :i:;: ' ' £~ ~~ "'-Notarial Seal 6' ~ ._ -0 cD 0 Teresa Pastella, Notary Public (!/ J ~ • • , I/ + J / O C: o.!!? UpperMerionTwp.,MontgomeryCounty By: ~ ~ Q; CO c: ro ,,,,., ~" My Commission Expires March 28, 2021 T p ell N p bl' 3: E _ ~ 1' '-'+-vsv1:w· ,0 eresa ast a, otary u 1c 0 co Q) Uj o;4 Fr( p\)~v Member, Pennsylvama Association of Notaries Q.. O ~Q) .~9 .g> ]i This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual £ ~ o .S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: o a> ~ _gj' ARTICLE IV -OFFICERS: Section 12. Power of Attorney. .~ ~ .E ~ Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President and subject to such limitation as the Chairman or the ;g ~ ~ President may prescribe, shall appoint such attomeys~n-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety ~ o cu g any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys~n-fact, subject to the limitations set forth in their respective powers of attorney, shall ~ ~ ~ ~ have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such -ex;> ~ 13 instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney~n-fact under the ~ P:l provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. 'E ex;> oo ARTICLE XIII -Execution of Contracts: Section 5. Surety Bonds and Undertakings. u co Any officer of the Company authorized for that purpose in writing by the chairman or the president and subject to such limitations as the chairman or the president may prescribe, {:!. ..,!. shall appoint such attomeys~n-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and an undertakings, bonds, recognizances and other surety obligations. Such attomeys~n-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys~n­ fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 8th day of April , 2020 . /?_~4~ By:....-~~....,.......,--,,-__,,~,..-,-~~~~~~~~~- Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co_062018 INDEX OF ADDITIONAL BID FORMS Designation of Subcontractors and Suppliers, Exhibit I Non-Collusion Affidavit, Exhibit 11 Joint Venture Statement, Exhibit Ill Disadvantaged Business Enterprise Utilization, Exhibit IV Letter of Intent, Exhibit V Certificate of Buy American Compliance for Manufactured Products, Exhibit VI Certification of Offerer/Bidder Regarding Tax Delinquency and Felony Convictions, Exhibit VII DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 Each bidder shall set forth below: (a) The name and the location of the place of business of each subcontractor and supplier who will perform work or labor or render service or provide materials or equipment to the Contractor in or about the construction of the work; and (b) The portion of the work which will be done by each subcontractor or provided by each supplier. Idaho Code Section 67-2310 requires subcontractors who will perform plumbing, HVAC work, or electrical work to be named on the bid of the general contractor. The Contractor shall not name more than one subcontractor for each work item. If the Contractor intends to perform plumbing, HVAC work, or electrical work under the provisions of his own license, he shall name himself providing he is properly licensed. The Contractor shall not, without written consent of the Engineer, make any substitution, alterations, or additions to the following list of subcontractors or suppliers which is made a material part of this BID. The following is a complete list of the proposed Subcontractors and Suppliers: (Attach additional sheets if necessary.) Type of Work Plumbing HVAC Electrical Name and Address If A 4/8/2020 (Date) ADDITIONAL BID FORMS Approximate Amount of Subcontract or Value of Materials DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS, EXHIBIT I Q·\180357140_FINAL DESIGNISPECIFICATIONSIDIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX Idaho Public Works Contractor DBE: License No. Yes/No 16&02...-A-Y No 004500 Page 1 of 1 .. NON-COLLUSION AFFIDAVIT Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 Bidder's Name Address Knife River Corporation -Mountain West 5450 W Gowen Road Boise ID 83709 By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: 1. The Prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; 3. No attempt has been made or will be made by the bidder to induce any other person, partnership, or corpo~~·to~bmit or not to submit a bid for the purpose of restricting competition. ;~olAT10;••-.. /~·······~--~ I ~ ot.PO~-f ~ce \ ! S c; ~ '~ i Knife River Corporation -Mountain West \ ;' SEAL /~I (Firm Name) 41012020 \ ~.. .It/ I (Date) \~*4i4••• .. •• .. * '1 ... -#------=~-I'~....-=::;_----------- •• w~eC ,.• .•. ,.,,.,,,.,.. ..... (SEAL OF CORPORATION) '••••111111111 Jes ee Rosin -Authorized Agent (Title) Subscribed and Sworn to before me, this 8th day of April , 20 20 . My Commission Expires 3 / 24-l Zf) z... ~ ~ ............. . ---IL'-------11--,;;,-~Ji.,.,._.....,_.:.0...,.-o-___,.......,L.'------· .... , ........ ~!~!!!?l;····,, ( .P\..C 1 .:• .•~omm . .t.9•. ~ "'------+-1,......_,.,...._ _ _,.,,...._.~-+----------,!/!>--•• C! •• ('.'.'.. ~ (Notary Public) = : Nol: ~\ ~: ADDITIONAL BID FORMS NON-COLLUSION AFFIDAVIT, EXHIBIT 11, • :rri ..... "1.t> a-• z.. • • e-.c A~ .. r .-• m • : Vl ~ ~ ., )... . ..,. : '~ ~~ '/j : : ' .,. •<" '-1c· • .. • ~ -...r. •• ~ \, <i' ··~.1124120:~·· .... .. •• Q ••••••• .. .. ••,,.,,'P IDA\\o,, ...... .. .............. Q:\180357\40_FINAL DESIGNISPECIFICATIONSIDIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 1 JOINT VENTURE STATEMENT Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 PROJECT: STATE OF SS: We, undersigned, being duly swo that: according to law, upon our respective oaths depose and say ""V~ .p 1. The following named Contractors ave entered into a joint venture for the purpose of carrying out all the provisions of the ove project: a. b. c. ( ) An Individual ( ) A Partnership ( ) A Corporation ( ) An Individual ( ) A Partnership ( ) A Corporation ) An Individual ) A Partnership ) A Corporation 2. The Contractors, under whose names we have affixed our respective signatures, have duly authorized and empowered us to execute this Joint Venture Statement in the name of and on behalf of such Contractors for the purpose hereinbefore stated. 3. Under the provisions of such joint venture, the assets of each of the Contractors name in Paragraph 1 hereof, and in case any Contractor so named above is a partnership, the assets of the individual members of such partnership, will be available for the performance of such joint venture and liable therefore and for all obligations incurred in connection therewith. 4. This Joint Venture Statement is executed so that the named Contractors, as one organization, may, under such joint venture, bid upon said Contract, and be awarded the contract if they should become the successful bidder therefore. Any bid, bond and agreement relating to said Contract shall be executed by any of the undersigned, and when so executed shall bind this joint venture and each and every Contractor named herein severally and jointly. Simultaneous with the execution of the Contract, the Contractors entering into this joint venture shall designate and appoint a Project Supervisor to act as their true and lawful agent with full power and authority to do and perform any and all acts or things necessary to carry out the work set forth in said Contract. ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT 111 Q\180357\40_FINAL DESIGNISPECIFICATIONS\DIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS DOCX 004500 Page 1 of 2 5. e bind the Contractors for whom we respectively execute this Joint Venture Statement in m Agreement with--------------------- (Ow r), that each of the representations herein set forth is true. of Responsible Officer) (Title) Subscribed and Sworn t before me, this (a) ___ day of ______ , 20 __ . By ________________ ~ (Print Name) Notary Public y Commission expires. _________ _ (Firm Name) (Signature of Responsible Officer) (Title) Subscribed and Sworn to before me, this (a) __ __ _ _____ , 20 __ . By _____ --..a.----------~ My Commission expires_,__ ________ _ (Firm Name) (Signature of Responsible Officer) (Title) Subscribed and Sworn to before me, this (a) ___ day of _____ _ By--------------+--~ (Print Name) Notary Public My Commission expires _________ _ ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT 111 01180357140_FINAL DESIGNISPECIFICATIONSIDIVISION 00111 BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 2 of 2 DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 This project does not have a contract goal for participation by Disadvantaged Business Enterprises (DBE) for construction. Nothing in this determination is to be construed to prohibit or discourage the Contractor from utilizing DBE subcontractor participation on the project. The Bidder is committed to a minimum _!!_ % DBE utilization on this project. Contractor __ K_n_ife_R_iv_e_r_C_o_r._po_r_a_ti_o_n_-_M_o_u_n_ta_i_n_W_e_st ______________ _ State Registration No. _3=2=-·_,.0=5=54_,_4.....,9...,,0'---------------------- By ((£1.,~ J/ssee Rosin -Authorized Agent (Name and Title) Address 5450 W Gowen Road Boise ID 83709 Telephone (208) 362-6152 ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT IV Q 1180357\40_FINAL DESIGNISPECIFICATIONSIDIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 1 LEITER OF INTENT Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 (Provide a separate Letter of Intent for each DBE subcontractor.) Name of Bidder's Firm: Knife River Corporation -Mountain West Bidder's Address: __ ..;;;5....;.4..;;..50;;;......;..W..;......;;;G;..;;o....;..w;..;;e;..;.;n....;.R....;..o;;;..;;a;;..;d;;...._ ________________ _ City: Boise State: JQ_ Zip: 83709 Telephone: (208) 362-6152 Name of DBE Firm:--------------------------- Address: ____ ___._,J_1.1_rJ_~-~-~_LU::nz _____ zo ___ A;_:r_T_1_...\..e......__~ ___ Pn__.._.o.__ _____ _ City: __________ State: __ Zip: ____ Telephone:------- Attach a copy of most recent letter from DBE certifying agency confirming DBE certification and listing in an approved DBE Directory for each DBE subcontractor. Description of work to be performed by DBE firm by Bid Item and Bid Schedule. BID SCHEDULE BID ITEMS $VALUE Bidder intends to utilize the above-named minority firm for the work described above. The estimated total value of work is$ _____________________ _ DBE Confirmation for Participation in the Contract as Stated above for the Amount Indicated. Authorized Signature Name of DBE Firm Date If the above-named bidder is not determined to be the successful bidder, the Letter of Intent shall be null and void. ADDITIONAL BID FORMS LETTER OF INTENT, EXHIBIT V Q:\180357\40_FINAL DESIGNISPECIFICATIONSIDIVISION 00111. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 1 CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCTS Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 As a matter of bid responsiveness, the bidder or offerer must complete, sign, date, and submit this certification statement with their proposal. The bidder or offerer must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark ( V') or the letter "X". [g] Bidder or offeror hereby certifies that it will comply with 49 USC§ 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product. 3. To furnish US domestic product for any waiver request that the FAA rejects. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. D The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC§ 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC§ 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ADDITIONAL BID FORMS CERTIFICATE OF BUY AMERICAN COMPLIANCE, EXHIBIT VI Q 1180357140_FINAL DESIGNISPECIFICATIONSIDIVISION 00\11 BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 2 Required Documentation Type 3 Waiver -The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety); b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture; c) Percentage of non-domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver -Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. 4/8/2020 Date Company Name Jessee Rosin -AuthorizedZ ... Knife River Corporation -Mountain West ADDITIONAL BID FORMS , CERTIFICATE OF BUY AMERICAN COMPLIANCE, EXHIBIT VI Q 1180357\40_FINAL DESIGN\SPECIFICATIONSIDIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 2 of 2 CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 The applicant must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark ( V') in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications 1. The applicant represents that it is D is not ~ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2. The applicant represents that it is D is not [!] is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liabilit ~ ''''"it"''• assessed, for which all judicial and administrative remedies have been ~I~~ v.J.··~ lapsed, and that is not being paid in a timely manner pursuant to an l.M af<>Aly ·~~ \ authority responsible for collecting the tax liability. ES ~ \ ~ i : : ~... =~: 1/J ---\ ~\ SEAL :~ i 41a12020 ~ ~ \ ~ l~ I Date ~--~···•••• *\i ...... .. "• W'•ne: .. .. •• , IU¥' .... .. ................. Knjfe Rjyer Cocporation -Moyntajn West Jessee Rosjn -Aythorjzed Agent Company Name Title ADDITIONAL BID FORMS 004500 CERTIFICATION TAX DELINQUENCY AND FELONY CONVICTION, EXHIBIT VII Page 1 of 1 Q 1180357140_FINAL DESIGN\SPECIFICATIONS\DIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS DOCX BIDDERS LIST INFORMATION Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 • The OWNER is required to create a bidders list, consisting of information about all DBE and non-DBE firms that bid or quote on DOT-assisted contracts. • The bidders list is used to determine the number of firms that are participating, or attempting to participate on DOT-assisted contracts. • The bidders list must include all firms that bid on prime contracts or bid or quote subcontracts on DOT-assisted projects, including both DBE and non-DBE firms. • The bidders list provides a valuable measure of available DBE subcontractors and will be used to set realistic overall DBE goals. Provide the following information for ALL firms from which you received a bid or quote. Copy the form as needed to provide data for ALL firms. Submit with Bid Documents. Firm Name: WashinQton Green HvdroseedinQ, Inc I DBE: YesD No[g) Address: PO Box 3018, Pasco, WA 99302 Contact Name and Title: Lance Hobson I ManaQer Year Firm Was Established: 2012 Annual Gross Receipts (check one): 2_ less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; _ $5 to $10 Million; -more than $10 Million Work Items Represented in the Quote: HvdroseedinQ, Mulch, Tackifier, Seed Firm Name: Allwest Testing & EnQineering I DBE: YesD No[g) Address: 255 N Linder Rd #100, Meridian, ID 83642 Contact Name and Title: Brian Shelter, Project ManaQer Year Firm Was Established: 2007 Annual Gross Receipts (check one): _less than $500,000; .L.. $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; _ $5 to $1 O Million; -more than $10 Million Work Items Represented in the Quote: Testing Firm Name: Syman LLC I DBE: YesD No!R] Address: 2101 Delta Drive, Nampa, ID 83687 Contact Name and Title: Rob Reese, Estimator Year Firm Was Established: 2006 Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; 2-$1 to $2 Million; $2 to $5 Million; _ $5 to $10 Million; -more than $10 Million Work Items Represented in the Quote: Erosion Control Firm Name: J.E.C LLC I DBE: YesD No[g] Address: PO Box 1512, Meridian, ID 83680 Contact Name and Title: Jason Jones, Owner Year Firm Was Established: 2015 Annual Gross Receipts (check one): _less than $500,000; .L_ $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; _ $5 to $10 Million; _more than $10 Million Work Items Represented in the Quote: Erosion Control BIDDERS LIST INFORMATION 004505-1 Q 1180357140.FINAL DESIGNISPECIFICATIONSIDIVISION OOUI. BID PROPOSAL\004505 BIDDERS LIST.DOCX BIDDERS LIST INFORMATION Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 • The OWNER is required to create a bidders list, consisting of information about all DBE and non-DBE firms that bid or quote on DOT-assisted contracts. • The bidders list is used to determine the number of firms that are participating, or attempting to participate on DOT-assisted contracts. • The bidders list must include all firms that bid on prime contracts or bid or quote subcontracts on DOT-assisted projects, including both DBE and non-DBE firms. • The bidders list provides a valuable measure of available DBE subcontractors and will be used to set realistic overall DBE goals. Provide the following information for ALL firms from which you received a bid or quote. Copy the form as needed to provide data for ALL firms. Submit with Bid Documents. Firm Name: Curtis Clean Sweep 1 DBE: Yes [K] No0 Address: PO Box 44112, Boise, ID 83711 Contact Name and Title: Cory Zubizareta Year Firm Was Established: 1958 Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; $1 to $2 Million; x $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Pavement Markinqs Firm Name: Ferguson Waterworks 1 DBE: YesO No [8] Address: 452 N Locust Grove Rd, Meridian, ID 83642 Contact Name and Title: Mike Groeniger Jr., Estimator Year Firm Was Established: 50+ years Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; $5 to $10 Million; x more than $10 Million Work Items Represented in the Quote: Pipe Supplier Firm Name: Lucky Acres Fencing, Inc. 1 DBE: YesO No [8] Address: 24974 Chukar Lane, Lewiston, ID 83501 Contact Name and Title: Kyle Bradbury, Estimator Year Firm Was Established: 2011 Annual Gross Receipts (check one): _x_ less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Fencing Firm Name: Boise River Industries l DBE: Yes~ NoO Address: 5200 Bethel Street, Boise, ID 83706 Contact Name and Title: Tony Smith, Estimator Year Firm Was Established: 2012 Annual Gross Receipts (check one): _less than $500,000; ..1S.__ $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Fencing BIDDERS LIST INFORMATION 004505-1 0:\180357140_FINAL DESIGNISPECIFICATIONSIDIVISION 00111. BID PROPOSAL\004505 BIDDERS LIST.DOCX BIDDERS LIST INFORMATION Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 • The OWNER is required to create a bidders list, consisting of information about all DBE and non-DBE firms that bid or quote on DOT-assisted contracts. • The bidders list is used to determine the number of firms that are participating, or attempting to participate on DOT-assisted contracts. • The bidders list must include all firms that bid on prime contracts or bid or quote subcontracts on DOT-assisted projects, including both DBE and non-DBE firms. • The bidders list provides a valuable measure of available DBE subcontractors and will be used to set realistic overall DBE goals. Provide the following information for ALL firms from which you received a bid or quote. Copy the form as needed to provide data for ALL firms. Submit with Bid Documents. Firm Name: Westline Fence, LLC I DBE: YesD No[R] Address: PO Box 28, Moreland, ID 83256 Contact Name and Title: Lennie Pincock, Owner Year Firm Was Established: 2013 Annual Gross Receipts (check one): _less than $500,000; _L $500,000 to $1 Million; $1 to $2 Million; $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Fencing Firm Name: Pavement Surface Control I DBE: Yes[R] NoD Address: 9312 W. 10th Ave, Kennewick, WA 99336 Contact Name and Title: Matt McDaniel, Estimator Year Firm Was Established: 1974 Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; $1 to $2 Million; ....lL. $2 to $5 Million; _ $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Pavement Markings Firm Name: Veasy Seeding, Inc. I DBE: YesD No IB] Address: 2691 S. Groom Way, Meridian, ID 83642 Contact Name and Title: Pat Veasy, Owner Year Firm Was Established: 1998 Annual Gross Receipts (check one): _x_ less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; _ $5 to $10 Million; -more than $10 Million Work Items Represented in the Quote: Seeding Firm Name: Inland Northwest Precast I DBE: YesD No[R] Address: 5516 North Starr Road, Newman Lake, WA 99025 Contact Name and Title: Brock Materna, Estimator Year Firm Was Established: Unknown Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; _ $5 to $10 Million; _more than $10 Million Work Items Represented in the Quote: Irrigation Pipe Supplier BIDDERS LIST INFORMATION 004505-1 Q:\180357140_FINAL DESIGNISPECIFICATIONSIDIVISION 00~1. BID PROPOSAL\004505 BIDDERS LIST.DOCX BIDDERS LIST INFORMATION Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 • The OWNER is required to create a bidders list, consisting of information about all DBE and non-DBE firms that bid or quote on DOT-assisted contracts. • The bidders list is used to determine the number of firms that are participating, or attempting to participate on DOT-assisted contracts. • The bidders list must include all firms that bid on prime contracts or bid or quote subcontracts on DOT-assisted projects, including both DBE and non-DBE firms. • The bidders list provides a valuable measure of available DBE subcontractors and will be used to set realistic overall DBE goals. Provide the following information for ALL firms from which you received a bid or quote. Copy the form as needed to provide data for ALL firms. Submit with Bid Documents. Firm Name: Hanes Geo Components I DBE: YesD No~ Address: 20824 77th Ave South, Kent, WA 98032 Contact Name and Title: Rachel Stricker, Sales Representative Year Firm Was Established: 1973 Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; $1 to $2 Million; $2 to $5 Million; $5 to $10 Million; _x_ more than $10 Million Work Items Represented in the Quote: Firm Name: Valley llluminators I DBE: Yes [R] NoD Address: PO Box 64095, Tacoma, WA 98464 Contact Name and Title: Polly Valley, Owner Year Firm Was Established: Unknown Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; $1 to $2 Million; $2 to $5 Million; _ $5 to $10 Million; -more than $10 Million Work Items Represented in the Quote: Airport Material Supplier Firm Name: B. Jackson Construction I DBE: YesD No~ Address: 4188 West Nike Drive, West Jordan, UT 84088 Contact Name and Title: Zack Schiffman, Estimator Year Firm Was Established: 2011 Annual Gross Receipts (check one): _less than $500,000; _x_ $500,000 to $1 Million; _ $1 to $2 Million; $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Rotomilling Firm Name: PR Systems I DBE: YesD No~ Address: 8351 30th Ave NE, Lacey, WA 98516 Contact Name and Title: John Galloway, Estimator Year Firm Was Established: 2000 Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; -2L $1 to $2 Million; _ $2 to $5 Million; _ $5 to $10 Million; _more than $10 Million Work Items Represented in the Quote: Pavement Removal BIDDERS LIST INFORMATION 004505-1 Q:\180357\40_FINAL DESIGNISPECIFICATIONSIDIVISION 00111. BID PROPOSAL\004505 BIDDERS LIST.DOCX BIDDERS LIST INFORMATION Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 • The OWNER is required to create a bidders list, consisting of information about all DBE and non-DBE firms that bid or quote on DOT-assisted contracts. • The bidders list is used to determine the number of firms that are participating, or attempting to participate on DOT-assisted contracts. • The bidders list must include all firms that bid on prime contracts or bid or quote subcontracts on DOT-assisted projects, including both DBE and non-DBE firms. • The bidders list provides a valuable measure of available DBE subcontractors and will be used to set realistic overall DBE goals. Provide the following information for ALL firms from which you received a bid or quote. Copy the form as needed to provide data for ALL firms. Submit with Bid Documents. Firm Name: SSEC Apex Inc I DBE: YesD No[R] Address: 6190 N Sunshine St, Coeur d'Alene, ID 83815 Contact Name and Title: Andy Rewinkle, Owner Year Firm Was Established: 2020 Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; $1 to $2 Million; $2 to $5 Million; _x_ $5 to $10 Million; -more than $10 Million Work Items Represented in the Quote: Hydroseeding Firm Name: Idaho Fence I DBE: YesD No CR] Address: 2430 W Seltice Way, Post Falls, ID Contact Name and Title: Richard Hietz, Estimator Year Firm Was Established: 1995 Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; $1 to $2 Million; x $2 to $5 Million; _ $5 to $10 Million; -more than $10 Million Work Items Represented in the Quote: Fencing Firm Name: Northwest Landscape I DBE: YesD No[R] Address: PO Box 868, Emmett, ID 83617 Contact Name and Title: Brian, Estimator Year Firm Was Established: 2010 Annual Gross Receipts (check one): _less than $500,000; _x_ $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; _ $5 to $1 O Million; -more than $10 Million Work Items Represented in the Quote: Landscaping Firm Name: Northwest Lininqs & Geotextile Products I DBE: YesD No IB] Address: 20824 77th Ave South, Kent, WA 98032 Contact Name and Title: Rachel Stricker, Sales Representative Year Firm Was Established: 20+ years Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; _ $5 to $10 Million; _x_ more than $10 Million Work Items Represented in the Quote: Geotextile, Fabric BIDDERS LIST INFORMATION 004505-1 Q\180357\40_FINAL DESIGNISPECIFICATIONSIOIVISION 00\11. BID PROPOSAL\004505 BIDDERS LIST.DOCX State of Idaho Division of Building Safety Brad Little Governor PUBLIC WORKS CONTRACTORS LICENSING CONTRACTOR 033799 -UNLIMITED -1-2-3 License Number This is to certify that 03/09/2018 Orlglnal License Issued KNIFE RIVER CORPORATION -MOUNTAIN WEST has fulfilled the requirements of the law relating to licensing In Idaho Code, Title 54, Chapter 19 & 45 and is hereby granted this certificate. This license expires: 03/3112021 ~~ Chris L. Jensen, Administrator CERTIFICATE I, Karl A. Liepitz, hereby certify that I am the duly elected and qualified Assistant Secretary of Knife River Corporation -Mountain West, a Delaware corporation; and I further certify that, pursuant to a resolution adopted by Written Consent of the Board of Directors dated May 22, 2019, the persons named below have been duly elected, have qualified and are officers of the Company holding the offices set forth opposite their respective names: David C. Barney Zachary W. O'Kelley Nancy K. Christenson Daniel S. Kuntz Calvin R. De Wall Karl A. Liepitz Chair of the Board and Chief Executive Officer President Treasurer and Chief Financial Officer General Counsel and Secretary Region Controller and Assistant Secretary Assistant Secretary •••••••••••• I further certify that the following is a true and correct copy of Section 5.13 of the Bylaws of Knife River Corporation-Mountain West, which sets forth the powers of the officers to execute documents; and that said Bylaw Section is presently in full force and effect: 5.13 Execution of Instruments. All deeds, bonds, mortgages, notes, contracts and other instruments shall be executed on behalf of the Corporation by the Chairman of the Board, the Chief Executive Officer, the President, any Vice President or Assistant Vice President, the General Counsel, any other officer who performs a policy-making function (such as administration, operations, accounting, or finance) or such other officer or agent of the Corporation as shall be duly authorized by the Board of Directors. Any officer or agent executing any such documents on behalf of the Corporation may do so (except as otherwise required by applicable law) either under or without the seal of the Corporation and either individually or with an attestation, according to the requirements of the form of the instrument. If an attestation is required, the document shall be attested by the Secretary or an Assistant Secretary or by the Treasurer or an Assistant Treasurer or any other officer or agent authoriud by the Board of Directors. When authoriud by the Board of Directors, the signature of any officer or agent of the Corporation may be a facsimile. IN WITNESS WHEREOF, I have hereunto set my hand on October 23, 2019. g~~tS~remcy March 14, 2018 Re: Appointment of Agents • Power of Attorney To Whom It May Concern: Pursuant to a Board resolution adopted by the Board of Directors of Knife River Corporation -Mountain West, I am authorized, as President, to designate certain individuals as agents of Knife River Corporation -MoUJ)tain West who shall be authorized, in the name and on behalf of Knife River Corporation -Mountain West, to execute and deliver construction contracts, subcontracts, agreements, docwnents, and other instruments with governmental authorities (federal, state, county, or Jocal), with general contractors or subcontractors, and with private parties. I hereby designate each of the foUowing individual(s) an agent of Knife River Corporation -Mountain West, and each of them is authoriz.ed and empowered to execute and deHver documents, including but limited to, construction contracts, subcontracts, prime contractor proposals, subcontractor proposals, competitive bids for projects, price quotations or bids for materials, lien releases, and other related agreements, docwnents, and instruments with governmental authorities (federal, state, county, or Jocal), with general contractors or subcontractors, and with private parties, in the name and on behalf of Knife River Corporation -Mountain West: NonnAvery Jim Lauteren David Midtlyng Jessee Rosin This authorization Jetter is effective and in full force and effect, until modified. 8%/rel(jiLIB ~:.~y President Knife River Corporation -Mountain West Appointment of Agents Power of Attorney -Page 1 of 2 STA TE OF IDAHO COUNTY OF ADA Zachary O'Kelley, being first duly sworn, deposm and says that he is the Plaident for Knife River Corporation -Mountain West; that the execution of this instrument is the act and deed of the Corporation, that he has read the foregoing document and knows the contents thereof, and that the statements herein ere true. -+_.,..~~'4--~~~JJJ U : u . ( . & L J otary Public Ada County, Idaho My commission exp~: J/J.J. ,Y/J 19- Appointment of Agents -Power of Attorney -Page 2 of 2