Loading...
HomeMy Public PortalAbout2020.04.08 M.A DeAtley Construction Inc Taxiway Bid DocsName of Bidder: M.A. DeAtley Construction, Inc. Address:------- 829 Evans Road, Clarkston, WA 99403 McCALL MUNICIPAL AIRPORT McCALL, IDAHO BID DOCUMENTS FOR RELOCATE PARALLEL TAXIWAY A FAA/AIP PROJECT NO. 3-16-0023-027-2020 March 2020 EJ T•D ENGINEERS 2471 S. Titanium Place Meridian, Idaho 83642-6703 McCALL MUNICIPAL AIRPORT McCALL, IDAHO BID DOCUMENTS FOR RELOCATE PARALLEL TAXIWAY A FAA/AIP PROJECT NO. 3-16-0023-027-2020 March 2020 li!J T•O ENGINEERS 2471 S. Titanium Place Meridian, Idaho 83642-6703 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 3 4 Addendum, Date 03-18-2020 03-27-2020 04-03-2020 04-07-2020 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 Cl 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 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 C 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 practicen 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 the e 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 $ 6 643 177.50 Total Bid Price All Schedules $ 6 643 177.50 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 ID 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 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. ---'P'-W.:...:..::C:;....-C=.....;-1'"""'4""'3=6=2------- 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 9 C-410, Bid Form for Construction Contracts. Copyright Cl 2013 by the National Society of Professlonal 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 ARTICLE 9 -BID SUBMITTAL BIDDER: {Indicate correct name of bidding entity] M.A. DeAtley Construction, Inc. By: [Signature] [Printed name] Dusty Forsmann, Vice President {If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: [Signature] [Printed name] Title: Submittal Date: Debbie Sutton Secretary 04/08/2020 Address for giving notices: 829 Evans Road, Clarkston, WA 99403 Telephone Number: 509-751-1580 Fax Number: 509-751-1922 Contact Name and e-mail address: Dusty Forsmann dusty@madcon.net 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 5 M.A. DEATLEY CONSTRUCTION, INC. P.O. Box 490 • Clarkston, WA 99403 • 50IJ..751·1580 • Fax 501J..751-1922 MINUTES of SPECIAL MEETING of the BOARD OF DIRECTORS of M.A. DeATLEY CONSTRUCTION, INC. June 18, 2018 A special meeting of the Board of Directors of M.A. DeAtley Construction, Inc. was held at the corporate office on June 18, 2018. The following directors were present in person: Mark A. DeAtley Dusty Forsmann In addition, present at the meeting was Debbie Sutton, Secretary of the corporation. Director Mark A. DeAtley acted as chairperson and Oebbie Sutton acted as secretary of the meeting. The meeting was brought to order by the chairperson. The chairperson announced the purpose of the meeting was to give authority to the president, vice- president and secretary to sign bid proposals and bid bonds and the authority to sign contracts and all related bonds for all projects Including those owned by any governmental agency and those owned by any non-government entity. On motion duly made and carried by the affirmative vote of the directors in attendance the following resolution was adopted; RESOLVED: That the corporate President Mark A. DeAtley, Vice-President Dusty Forsmann and Secretary Debbie Sutton are granted authority to sign bid proposals and bid bonds and the authority to sign contracts and all related bonds for all projects including those owned by any governmental agency and those owned by any non-government entity. The president and vice-president are granted authority to sign without the signature of the other. The secretary Is granted authority to sign with written authorization from either the president or vice- president. · There being no further bl1siness to come before the meeting, it was adjourned on motion duly made and carried. ~ ~r ann, Director ~)a.}~ Sw A z?-v--- Debbie Sutton, Secretary • An Equal Opportunity Employer • 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 Section Measure Quantity Unit Price Total Price 1. Safety Compliance @ One Hundred Ninety Five Thousand Dollars and Zero Ce'Hf\523 LS. $ 195.000.00 $ 195,000.00 2. Contractor Quality Control 014516 @ Two Hundred Fifty Thousand Dollars and Zero Cents LS. $ 250,000.00 $ 250,000.00 3. Dust Control @ Fiftv Thousand Dollars and Zero Cents 015600 LS. $ 50,000.00 $ 50,000.00 4. Temporary Air and Water Pollution, Soil Erosion and Siltation 015723 Control (C-102) A) SWPPP Preparation and Implementation @ Five Thousand Dollars and Zero Cents LS. $ 5,000.00 $ 5,000.00 B) Fiber Wattle @ Tbree Dol!aGi aad Eight)'. Eive Cea~ LF. 972 $ 3.85 $ 3,742.20 C) Concrete Truck Washout Pit @ One Thousand Five Hundred Dollars and Zero Cents EA. $1,500.00 $1,500.00 5. Mobilization @Six Hundred Ninety Nine Thousand Eight Hundred Fifty Doft~H 1cfnd Zerg£ents $ 699,850.00 $ 699,850.00 6. Contractor Surveys @ One Hundred Fifty Five Thousand Dollars and Zero Cen&17123 LS. $ 155,000.00 $ 155,000.00 7. Topsoillng {T-905) 311413 A) Topsoiling -Salvage and Replace 3-inches @ One Dollars and Twenty Cents S.Y. 128,200 $1.20 $ 153,840.00 B) Wetland Topsoiling -Salvage and Replace 6-inches @ Two Dollars and Zero Cents S.Y. 16,500 $ 2.00 $ 33,000.00 8. Excavation/Embankment (P-152) 312313 A) Unclassified Excavation, Off-Site Disposal @ Fourteen Dollars and Zero Cents C.Y. 60,351 $14.00 $ 844,914.00 B) Unclassified Excavation Placed as Embankment @ Fourteen Dollars and Zero Cents C.Y. 13,235 $ 14.00 $ 185,290.00 C) Unsuitable Excavation, Off-Site Disposal @ Fourteen Dollars and Zero Cents C.Y. 10,000 $14.00 $ 140,000.00 D) Dewatering @ Fifteen Thousand Dollars and Zero Cents LS. $ 15,000.00 $ 15,000.00 9. Preparation/Removal of Existing Pavements (P-101) 320110 A) Sawcut Pavement @ Ibree Dollars aad Zero Ceats LF. 2,074 $3.00 $ 6,222.00 B) Remove Asphalt Pavement by Rotomilling @ One Dollar and Forty Cents S.Y. 64,450 $1.40 $ 90,230.00 C) Remove Pavement Markings @ Two Dollars and Twenty Cents S.F. 1,672 $2.20 $ 3,678.40 D) Removal of Pipe and Other Drainage Structures @ Ninety Thousand Dollars and Zero Cents LS. $ 90,000.00 $90,000.00 E) Removal of Aircraft Tie-Down Anchors @ Two Hundred Fifty Dollars and Zero Cents EA. 27 $ 250.00 $ 6,750.00 F) Abandon Aircraft Tie-Down Anchors @ Two Hundred Dollars and Zero Cents EA. 6 $ 200.00 $ 1,200.00 10. Subbase Course (P-154) 321116 A) Subbase Course @ Forty Five Dollars and Zero Cents C.Y. 9,317 $45.00 $ 419,265.00 B) Suitable Fill Material @ One Dollar and Zero Cents C.Y. 10,000 $1.00 $ 10,000.00 C) Separation Geotextlle @ One Dollar and Fifty Cents S.Y. 16,500 $1.50 $ 24,750.00 11 Crushed Aggregate Base Course (P-209) 321123 @ Forty Seven Dollars and Zero Cents C.Y. 9,317 $47.00 $ 437,899.00 McCALL MUNICIPAL AIRPORT AIP 3-16-0023-027-2020 BID SCHEDULE A RELOCATE PARALLEL TAXIWAY A Item Specification Unit Estimated No. Item DescriQtion Section Measure Quantity Unit Price Total Price 12 Tack Coat (P-603) 321213 @ Four Dollars and Seventy Cents Gal. 4.512 $4.70 $ 21,206.40 13. Asphalt Mix Pavement (P-401) 321216 @ Ninety Seven Dollars and Zero Cents TON 17,170 $97.00 $ 1,665,490.00 14. Pavement Marking (P-620) 321723 A) Temporary Yellow Paint With Glass Beads @ Zero Dollars and Seventy Five Cents S.F. 7.335 $ 0.75 $ 5,501.25 B) Permanent Yellow Paint With Glass Beads ~ Zero Dollars and Fifty Five Cents S.F. 7.335 $0.55 $4,034.25 15. Wildlife Exclusion Fence (P-164) 323113 A) Install 10-foot Wildlife Fence @ Imm~ IYiQ Oallam aad Zero Cents LF. 4,188 $22.00 $ 92,136.00 B) Install 10-foot Wildlife Vehicle Gate @ One Thousand Five Hundred Dollars and Zero Cents EA. $1,500.00 $1,500.00 C) Install 10-foot Wildlife Ditch Lift Gates @ Six Hundred Dollars and Zero Cents EA 2 $600.00 $ 1,200.00 D) Remove and Dispose of Existing Fence @ Four Dollars and Zero Cents LF. 4,401 $4.00 $17,604.00 16. Hydroseeding (T-901) ~ One Thousand One Hundred and Fifty Dollars and zero3~t\ ACRE 30 $1,150.00 $ 34,500.00 17. Utility Coordination ' 330800 ~ Ten Thousand Dollars and Zero Cents LS. $ 10,000.00 $ 10,000.00 18. New Fire Hydrant Installation 331100 @ Eight Thousand Dollars and Zero Cents LS. $ 8,000.00 $ 8,000.00 19. Pipe for Stonn Drains and Culverts (D-701) 334200 A) 6-inch HOPE Corrugated Edge Drain Outlet Pipe @ Twelve Dollars and Zero Cents LF. 893 $12.00 $10,716.00 B) 12-inch Class V RCP @ Eighty Eight Dollars and Fifty Cents LF. 706 $ 88.50 $ 62,481.00 C) 18-inch Class V RCP @ One Hundred Five Dollars and Zero Cents LF. 1,068 $ 105.00 $ 112, 140.00 D) 24-inch Class V RCP @ One Hundred Thirty Two Dollars and Fifty Cents LF. 58 $ 132.50 $ 7,685.00 E) 30-inch Class V RCP @ One Hundred Seventy Dollars and Zero Cents LF. 1,099 $170.00 $ 186,830.00 F) 36-inch Class V RCP @ Two Hundred Twenty Six Dollars and Fifty Cents LF. 28 $ 226.50 $ 6,342.00 G) 12-inch Concrete Flared End with Grate @ Two Thousand One Hundred Dollars and Zero Cents EA. 6 $ 2,100.00 $ 12,600.00 H) 18-inch Concrete Flared End with Grate @ Two Thousand Four Hundred Dollars and Zero Cents EA 15 $ 2,400.00 $ 36,000.00 I) 24-inch Concrete Flared End with Grate @ Two Thousand Seven Hundred Dollars and Zero Cents EA. $ 2,700.00 $2,700.00 J) 30-inch Concrete Flared End with Grate @ Two Thousand Nine Hundred Fifty Dollars and Zero Cents EA. 4 $ 2,950.00 $11,800.00 K)RlpRap @ Fifty Five Dollars and Zero Cents S.Y. 271 $ 55.00 $ 14,905.00 20. 6-inch HOPE Corrugated Type SP Perforated Underdrain (D- 705) 334616 @ Seventeen Dollars and Seventy Five Cents LF. 13,172 $ 17.75 $ 233,803.00 McCALL MUNICIPAL AIRPORT AIP 3-16-002~27-2020 BID SCHEDULE A RELOCATE PARALLEL TAXIWAY A Item Specification Unit Estimated No. Item Description Section Measure~ Unit Price Total Price 21. Manholes, Catch Basins, Inlets, and Inspection Holes (D-751J 334913 A) 48-fnch Irrigation/Storm Drain Manhole Structure @ Four Thousand Two Hundred and Fifteen Dollars and Zero Cents EA. 1 ..2 $4,215.00 $4,215.00 BJ &CMnch lnigation/Storm Drain Manhole structure @ Six Thousand Seventy Five Dollars and Zero Cents EA. 4 ..._ $6,075.00 $24,300.00 CJ 72-inch Irrigation/Storm Drain Manhole structure @ Seven Thousand Dollars and Zero Cents EA. 2 $ 7,000.00 $14,000.00 DJ Drop Inlet Structure, Type B @ Four Thousand Three Hundred Fifty Dollars and Zero Cents EA. $4,350.00 $4,350.00 E) 6-inch Edge Drain Outlet Headwall structure @ One Thousand Two Hundred Seventy Five Dollars and Zero Cents EA. 13 $1,275.00 $16,575.00 FJ Core Existing Inlet @ Eight Hundred Seventy Five Dollars and Zero Cents EA. 6 $ 875.00 $ 5,250.00 GJ Adjust Sewer Manhole @ One Thousand Four Hundred Dollars and Zero Cents EA. $1,400.00 $ 1,400.00 22. Airport Wind Cones (L-107J 344107 A) Install New Wind Cone (L-807J @ Ten Thousand Seven Hundred Fifty Dollars and Zero Cents EA. $10,750.00 $10,750.00 BJ Remove Existing Windcone and Segmented Circle @ Two Thousand Dollars and Zero Cents LS. $2,000.00 $2,000.00 CJ Install New Segmented Circle @ Thirty Seven Thousand Twenty Five Dollars and Zero Cents LS. $ 37,025.00 $37,025.00 DJ Gravel Maintenance Pad @ Six Dollars and Zero Cents S.Y. 2,972 $6.00 $17,832.00 23. Underground Power Cables for Airports (L-108J 344108 A) #8 SkV Lightning Cable @ Two Dollars and Fifty Cents LF. 2,424 $2.50 $ 6,060.00 BJ #6 Counterpoise @ One Dollar and Seventy Five Cents LF. 1,640 $1.75 $2,870.00 24. Electrical Duct (L-110J 344110 AJ 2-inch PVC or HOPE, 1-way Direct Earth Burial @ Five Dollars and Zero Cents LF. 1,640 $5.00 $ 8,200.00 B) 2-inch PVC or HOPE, 4-way Concrete Encased @ Sixty Ei~ht Dollars and Zero Cents LF. 401 $68.00 $27,268.00 25. Install Junction Can (L-115) 344115 @ One Thousand Three Hundred Dollars and Zero Cents EA. 11 $1,300.00 $14,300.00 26. Installation of Airport Lighting Systems (L-125) 344125 A) Electrical Demolition $4,000.00 $4,000.00 @ Four Thousand Dollars and Zero Cents LS. BJ Relocate Existing Lighted Sign (L-358) @ Three Thousand Five Hundred Dollars and Zero Cents EA. $ 3,500.00 $ 3,500.00 C) Relocate Existing Unlighted Sign (L-358J $ 3,000.00 $ 3,000.00 @ Three Thousand Dollars and Zero Cents EA. DJ New Unlighted Sign (l-358J $4,100.00 $41,000.00 @ Four Thousand One Hundred Dollars and Zero Cents EA. 10 E) Retroreflectlve Markers (L-353J @ Forty Six Dollars and Zero Cents EA. 193 $46.00 $8,878.00 F) Relocate Existing Power Service H-Frame @ Five Thousand One Hundred Dollars and Zero Cents EA. $ 5,100.00 $ 5,100.00 TOTAL BID SCHEDULE A s 6,643,1n.5o 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. Doze rs 2. Backhoes 3. Tractors See Attached Worksheet 4. Loaders 5. Scrapers: _c.y. _c.y. 6. Compactors 7. Trucks: 10 c.y. 20 c.y. _c.y. water 8. Generator 9. Paver 10. Asphalt Milling Equipment 11. Pulverizer 12. Motor Grader 13. Rollers 14. Compressor 15. Other 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 DESIGN\SPECIFICATIONSIDIVISION 00111. BID PROPOSAL\004196 SUPPLEMENTAL EQUIPMENT RATE SCHEDULE.DOCX McCall Airport Relocate Parallel Taxiway A M.A. Deatley Construction, Inc. 8-Apr-20 $132.00 CAT 14 MOTOR GRADER $217.00 CAT D6 DOZER $202.00 CAT DB DOZER $231.00 DEERE 200 EXCAVATOR $159.00 DEERE 330 EXCAVATOR $180.00 HITACHI 450 EXCAVATOR $224.00 CAT 950 LOADER $161.00 CAT 980 LOADER $186.00 CAT 583 ROLLER $136.00 CAT 623 SCRAPER-PADDLE WHEEL $222.00 KW TBOO WI BELLY DUMP $166.00 4000 GL WATER TRUCK $134.00 PENAL SUM FORM BID BOND BIDDER (Name and Address): M.A. DeAtley Construction, Inc. 829 Evans Road Clarkston, WA 99403 SURETY (Name and Address of Principal Place of Business): Travelers Casualty and Surety Company of America One Tower Square hartford, CT 06183 OWNER (Name and Address): City of McCall, ID 216 E Park Street McCall, ID 83638 BID DUE DATE: _A_..p_ri_l 8 ....... _2_02_0 ___________________ _ PROJECT (Brief Description Including Location): Relocate Parallel Taxiway A AIP Project No. 3-16-0023-027-2020 BOND BOND NUMBER: ***bid bond*** __ .;;.;;.;;;;~;;.;;;.,. ____________________ _ DATE: (Not later than Bid Due Date): _A..._p_ril_8 ...... _20_2_0 ____________ _ PENAL SUM: ***Five Percent of Contractor's Bid Amount*** ( 5% of Bid) Attest:~~ .:icrcg:);;;.cr'1 Attest: Signature and Title Note: (1) Above addresses are to be used for giving required notice. (2) 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. 1910-28-C (1990 Edition) 1. Bidder and Surety, jointly 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 hereoO. 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 (1990 Edition) 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 later 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, seal, and deliver 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. ~ TRAVELERSJ Travelers casualty and Surety Company of America Travelers casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Shawn M Wilson of SPOKANE , Washington , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. State of Connecticut City of Hartford ss. On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety 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 duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any 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 all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid 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 seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate 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 following officers: 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 facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 8th day of April ' 2020 ~~~ l Kevin E. Hughes.ASSltant Secretary To verify the authenticity "'this Power pl JJtfomey, please call us at 1-800-421-3880. Please refer to the above-named Attomey-in~Fa,:t·and..'the "-'6 oF the bond to which this Power oF Attomey is attached. '• '-.. ____ ..,,..,.,,:· INDEX OF ADDITIONAL BID FORMS Designation of Subcontractors and Suppliers, Exhibit I Non-Collusion Affidavit, Exhibit II 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 Plum bin HVAC Electrical 04/08/2020 Name and Address Approximate Amount of Subcontract or Value of Materials Idaho Public Works Contractor DBE: License No. Yes/No J0Mso11. E/~c..frjc.(/,,/ Cottft'rJL,fu13 ll~'i05.Q() flllC-C-16602-A--'/ ~ l1/0 />. o. Box 1'12. c .. 3182.0 Lewis+r.Y\_, ID vso 1 (Date) M.A. DeAtley Construction, Inc. (Name of Firm) ~ .2 (Signature) Vice President (Title) ADDITIONAL BID FORMS 004500 Page 1 of 1 DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS, EXHIBIT I Q:\180357140_FINAL DESIGNISPECIFICATIONSIDIVISION 00111. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX NON-COLLUSION AFFIDAVIT Project: Relocate Parallel Taxiway A Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-027-2020 Bidder's Name M.A. DeAtley Construction, Inc. Address 829 Evans Road, Clarkston, WA 99403 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 corporation to submit or not to submit a bid for the purpose of restricting competition. M.A. DeAtley Construction, Inc. 04/08/2020 (Date) (Firm Name) D~ure of Responsible Officer) (SEAL OF CORPORATION) Vice President Subscribed and Sworn to before me, this ~'--t1A day of , 20 Z Q My Commission Expires ~'ct 9-MGLgrvL ADDITIONAL BID FORMS NON-COLLUSION AFFIDAVIT, EXHIBIT 11, (Title) Q:\180357140_FINAL DESIGN\SPECIFICATIONSIDIVISION 00\11. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1of1 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: COUNTYOF~~~~~~~~~~-) We, undersigned, being duly sworn according to law, upon our respective oaths depose and say that: 1. The following named Contractors have entered into a joint venture for the purpose of carrying out all the provisions of the above 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 Ill Q:\180357\40_FINAL DESIGNISPECIFICATIONSIDIVISION 00111. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1of2 5. We bind the Contractors for whom we respectively execute this Joint Venture Statement in firm Agreement with--------------------- (Owner), that each of the representations herein set forth is true. (Firm Name) (Signature of Responsible Officer) (Title) Subscribed and Sworn to before me, this (a) ___ day of ______ , 20 __ . By _________________ ~ (Print Name) Notary Public My Commission expires _________ _ (Firm Name) (Signature of Responsible Officer) (Title) Subscribed and Sworn to before me, this (a) ___ day of ______ , 20 __ . By ________________ _ (Print Name) Notary Public My Commission expires. _________ _ (Firm Name) (Signature of Responsible Officer) (Title) Subscribed and Sworn to before me, this (a) ___ day of ______ , 20 __ . By ________________ ~ (Print Name) Notary Public My Commission expires _________ _ ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT 111 Q:\180357140_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 _o_o/o DBE utilization on this project. Contractor M.A. DeAtley Construction. Inc. State Registration No . ..!.P...!W..!...:C~-:.:.C~-1.i.:4r.,:,;3~62=-. ___________________ _ By +srg~2 Dusty Forsmann, Vice President (Name and Title) Address 829 Evans Road Clarkston WA 99403 Telephone 509-751-1580 ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT IV Q:\180357140_FINAL DESIGNISPECIFICATIONSIDIVISION 00111. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1of1 LETTER 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.) City:----------State: __ Zip: ____ Telephone: _______ _ Name of DBE Firm:---------------------------- Address: ------------------------------~ 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". [XI Bidder or offerer 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 FM has issued a waiver as indicated by inclusion on the current FM 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 offerer 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 FM rejects. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FM determines justified. 0 The bidder or offerer 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 offerer 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 FM. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FM determines justified. ADDITIONAL BID FORMS CERTIFICATE OF BUY AMERICAN COMPLIANCE, EXHIBIT VI Q:\180357140_FINAL DESIGN\SPECIFICATIONSIDIVISION 00111. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1of2 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. 04/08/2020 Date M.A. DeAtley Construction, Inc. Vice President Company Name Title ADDITIONAL BID FORMS CERTIFICATE OF BUY AMERICAN COMPLIANCE, EXHIBIT VI 0:\180357140_FINAL DESIGNISPECIFICATIONSIDIVISION 00111. 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 ( .f) 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 KJ 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 Kl 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 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. 04/08/2020 Date Signature M.A. DeAtley Construction, Inc. Vice President Company Name Title ADDITIONAL BID FORMS 004500 CERTIFICATION TAX DELINQUENCY AND FELONY CONVICTION, EXHIBIT VII Page 1 of 1 0:1180357140_FINAL DESIGN\SPECIFICATIONSIDIVISION 00111. 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: PR Systems, Inc. I DBE: YesO NoKJ Address: 8351 30th Ave NE, Lacey, WA 98516 Contact Name and Title: John Galloway, Estimator Year Firm Was Established: 1985 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: Milling Firm Name: H.D. Fowler I DBE: YesO NoKJ Address: 123 S Baltic Pl, Meridian, ID 83642 Contact Name and Title: Lance King, Estimator Year Firm Was Established: 1911 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: Pioe Firm Name: SSEC Apex, Inc. I DBE: YesO NoKJ Address: 6190 N. Sunshine Street, Suite E, Coeur d'Alene, ID 83815 Contact Name and Title: Andv Rewinkle, Owner Year Firm Was Established: ?n?n 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: Hvdroseedina Firm Name: Idaho Fence I DBE: YesO NoKJ Address: 2430 W Seltice Way, Post Falls, ID 83854 Contact Name and Title: Richard Heitz, Estimator Year Firm Was Established: 1977 Annual Gross Receipts {check one): _ less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; $2 to $5 Million; lL $5 to $10 Million; _ more than $10 Million Work Items Represented in the Quote: Fence 01nncoc-I IC'T 11\ICl"'\OllAATll"'\l\I 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: Boise River Industries I DBE: YesD NoKJ Address: 5200 Bethel Street, Boise ID 83706 Contact Name and Title: Tony Smith, Estimator Year Firm Was Established: ?nn4 Annual Gross Receipts (check one): _ less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; L $5 to $10 Million; _more than $10 Million Work Items Represented in the Quote: Fencing Firm Name: Inland Northwest Precast I DBE: YesD NoKJ Address: PO Box 610 Newman Lake, WA Contact Name and Title: Seth Holan, Estimator Year Firm Was Established: ?018 Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; $1 to $2 Million; L $2 to $5 Million; $5 to $10 Million; -more than $10 Million Work Items Represented in the Quote: Precast Firm Name: B. Jackson Construction I DBE: YesD NoKJ Address: 4188 West Nike Drive West Jordan UT 84088 Contact Name and Title: Zach Schiffman, Estimator Year Firm Was Established: 1~~7 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: Milling Firm Name: Johnson Electrical Contracting I DBE: YesD NoKJ Address: PO Box 942, Lewiston, ID 83501 Contact Name and Title: Jared Johnson, Owner Year Firm Was Established: 2005 Annual Gross Receipts (check one): _ less than $500,000; _ $500,000 to $1 Million; .x__ $1 to $2 Million; _ $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Electrical 01nnc::oc I ICT 111.11:::1"\DlA.l\Tll"\ll.I nnAcnc '1 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: Washington Green Hydroseeding I DBE: YesD NoKj Address: P.O. Box 3018, Pasco, WA 99302 Contact Name and Title: Lance Hobson, Manager Year Firm Was Established: 1cici!'> 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: Veasy Seeding, Inc. I DBE: YesD NoK] Address: 2691 S. Groom Way, Meridian, ID 83642 Contact Name and Title: Pat Veasv Owner Year Firm Was Established: 1 Cli:IR Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; L $2 to $5 Million; _ $5 to $10 Million; _more than $10 Million Work Items Represented in the Quote: Hvdroseedino Firm Name: Westline Fence, LLC I DBE: YesD NoK] Address: P.O. Box 28, Moreland, ID 83256 Contact Name and Title: Lennie Pincock, Owner Year Firm Was Established: 2007 Annual Gross Receipts (check one): .lL 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: Fencina Firm Name: Snake River Reclamation I DBE: Yes IZI NoD Address: 123 South 725 West. Blackfoot ID 83221 Contact Name and Title: Jennifer Adams, President Year Firm Was Established: 2011 Annual Gross Receipts (check one): _ less than $500,000; _lL $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: Hvdroseedina otnnc:oc I ICT 111.IC'/"\Ot.Al\Tl/"\ll.I nnAc.nc. '1 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: Porter W. Yett Co. I DBE: YesO NoQg Address: 125 N Park Rd, Spokane Valley, WA 99212 Contact Name and Title: Ryan Murdoch, Estimator Year Firm Was Established: ?nm:t Annual Gross Receipts (check one): _ less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; L $2 to $5 Million; _ $5 to $10 Million; _more than $10 Million Work Items Represented in the Quote: Milling Firm Name: Syman I DBE: YesO NoQg Address: 2101 Delta Drive, Nampa, ID 83687 Contact Name and Title: Rob Reese, Estimator Year Firm Was Established: 2007 Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; $1 to $2 Million; L $2 to $5 Million; $5 to $10 Million; -more than $10 Million Work Items Represented in the Quote: Erosion Control Firm Name: Coral Sales Co. I DBE: YesO No!Z] Address: PO Box 22385, Portland, OR 97269 Contact Name and Title: Sarweshni Kerr, Estimator Year Firm Was Established: rn7A 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; L more than $10 Million Work Items Represented in the Quote: Barricades Firm Name: National Barricade & Sign Co. I DBE: YesO No!Yl Address: 6602 E. Main Ave. Sookane Vallev. WA 99212 Contact Name and Title: Year Firm Was Established: 2008 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: Barricades 01nncoc I IC'T 111.IC"r'\DlA.l\TIAll.I nn,u:::ru:: -t 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: Oldcastle I DBE: YesO NoKJ Address: 16419 Ten Ln, Nampa, ID 83687 Contact Name and Title: Year Firm Was Established: 1QA1' 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; L more than $10 Million Work Items Represented in the Quote: Precast Structures Firm Name: Colvico, Inc. I DBE: YesO NoKJ Address: 2812 N Pittsburg, Spokane, WA 99207 Contact Name and Title: Jesse Draqoo Year Firm Was Established: 1 j:U~7 Annual Gross Receipts (check one): _less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; _ $2 to $5 Million; L $5 to $10 Million; _more than $10 Million Work Items Represented in the Quote: Firm Name: Northwest Linings & Geotextile Products I DBE: YesD NoKJ Address: 20824 77th Ave South. Kent WA 98032 Contact Name and Title: Rachel Stricker, Estimator 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: Geotextile Fabrics Firm Name: Idaho Lines & Signs I DBE: YesO NoKJ Address: 4850 Henry St., Suite B, Boise, ID 83709 Contact Name and Title: Ken Balliet, Estimator Year Firm Was Established: 2017 Annual Gross Receipts (check one): _ less than $500,000; _ $500,000 to $1 Million; _ $1 to $2 Million; L $2 to $5 Million; _ $5 to $10 Million; _ more than $10 Million Work Items Represented in the Quote: Pavement Markinas Dlr"\r"\COC' I IC'T 111.IC"r\OllAl\Tlr\ll.I 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: Valley Paving & Asphalt I DBE: YesO NoK] Address: PO Box 308, Cottonwood, ID 83522 Contact Name and Title: Thomas Riener VP Year Firm Was Established: 1oi::;~ 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: Pavina Firm Name: I DBE: YesO NoO Address: Contact Name and Title: Year Firm Was Established: 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: Firm Name: I DBE: YesO NoD Address: Contact Name and Title: Year Firm Was Established: 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: Firm Name: I DBE: YesO NoO Address: Contact Name and Title: Year Firm Was Established: 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: 01nncoc.-I IC'..'T 11\ICf"\OllAl\Tlf"\l\1 T•O ENGINEERS 2471 S. TITANIUM PLACE MERIDIAN, IDAHO 83642-6703 (208) 323-2288 -PHONE (208) 323-2399 -FAX