Loading...
HomeMy Public PortalAbout2009.04 T-O Engineers Bid Docs AIP 0023-016 1 Name of Bidder: Address: 1 1 McCALL MUNICIPAL AIRPORT 1 McCALL, IDAHO 1 BID DOCUMENTS FOR 1 RECONSTRUCT TAXIWAYS ' SCHEDULE U A. Taxiway A-2 Reconstruction, Sta. 10+37 to 14+50 SCHEDULE B: Taxiway E Reconstruction, Sta. 20+22 to 23+00 SCHEDULE C: Taxiway A Reconstruction, Sta. 14+50 to 22+34 FAA/AIP PROJECT NO. 3-16-0023-016 (ARRA) 1 1 7t * *if COOKY.GOY 1 April 2009 113 T-O ENGINEERS 9777 Chinden Boulevard Boise, Idaho 83714 1 I McCALL MUNICIPAL AIRPORT I McCALL, IDAHO BID DOCUMENTS FOR SCHEDULE A: Taxiway A-2 Reconstruction, Sta. 10+37 to 14+50 ' SCHEDULE B: Taxiway E Reconstruction, Sta. 20+22 to 23+00 SCHEDULE C: Taxiway A Reconstruction, Sta. 14+50 to 22+34 RECONSTRUCT TAXIWAYS 1 FAA/AlP PROJECT NO. 3-16-0023-016 (ARRA) I * j (-4:4 111 111 April 2009 111 jD T-O ENGINEERS 9777 Chinden Boulevard Boise, Idaho 83714 1 i i 1 BID PROJECT IDENTIFICATION: McCALL MUNICIPAL AIRPORT I RECONSTRUCT TAXIWAYS CONTRACT IDENTIFICATION AND NUMBER: FAA/AIP NO. 3-16-0023-016 (ARRA) THIS BID IS SUBMITTED TO OWNER: CITY of McCALL, IDAHO 216 E. PARK STREET McCALL, IDAHO 83638 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents to complete all I Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the Contract Documents. k 2. 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 open for 61 days after the day of Bid Opening. BIDDER will sign the Agreement and I submit the Contract Security and other documents required by the Contract Documents within 15 days after the date of OWNER'S Notice of Award. 1 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a) BIDDER has examined copies of all the Contract Documents and of the following Iaddenda: Addendum Date: Number of Addendum: I I (Receipt of all of which is hereby acknowledged) and also copies of the Advertisement or Invitation to Bid and the Instructions to Bidders; I b) BIDDER has examined the site and locality where the Work is to be performed, the legal requirements(Federal, State and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and hasI made such independent investigations as BIDDER deems necessary; c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or I rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not or induced any person,firm or a corporation to refrain from bidding; 1 and BIDDER has not sought by collusion to obtain for himself any advantage over any other Bidder or over OWNERS; and I d) The BIDDER currently possesses or will be able to obtain the appropriate Idaho Public Works CONTRACTOR'S LICENSE prior to execution of the Agreement. I ' BID Page 1 of 5 I,09G"' '.--FILES\SPECSIBID_MCCALL.DOC 3 I I Idaho Public Works Contractors License No. e) All Subcontractors currentlypossess or will be able to obtain the appropriate Idaho , I Public Works CONTRACTOR'S LICENSE prior to commencing work on the project. f) The BIDDER is named on a State Department of Transportation Pre-qualified IBidders List in the following States(s):1 4. BIDDER will complete the Work per the prices established in the attached Bid Schedule: II BID SCHEDULE SUMMARY: Title Description I Schedule A Taxiway A-2 Reconstruction, Sta. 10+37 to 14+50 ITotal Schedule A Price $ Schedule B Taxiway E Reconstruction, Sta. 20+22 to 23+00 ITotal Schedule B Price $ Schedule C Taxiway A Reconstruction, Sta. 14+50 to 22+34 ITotal Schedule C Price $ I R Total Price All Schedules $ 5. BIDDER agrees that the: a) Work will be Substantially Complete and Complete on or before the dates or within the number of calendar days indicated in Article 3.1 of the Agreement. I b) BIDDER accepts theprovisions of Article 3.2 of the Agreement as to Liquidated p 9 q Damages in the event of failure to complete the Work on time. 6. The following documents are attached to, and made a condition of, and incorporated by reference into this Bid if not attached. Ia) Required Bid Security in the form of(Bid Bond), (Certified Check) or ( ). I b) Bid Schedules A, B, and C. ff c) Supplemental Equipment Rate Schedule. d) Identification of Subcontractors required to be identified in this Bid, "Designation of qg Subcontractors and Suppliers", Division I-Exhibit I. 1 ' BID Page2of5 I.\G5 ` ''?FILES\SPECS\BID_MCCALL.DOC 1 I 3 1 e) "Non-Collusion Affidavit", Division I-Exhibit II. If) "Certification of Non-Segregated Facilities", Division I-Exhibit III. g) "Joint Venture Statement", Division I-Exhibit IV (if applicable). Ih) "Disadvantaged Business Enterprise Utilization", Division I-Exhibit V. i) "Letter(s) of Intent", Division I-Exhibit VI. j) "Buy American Certificate", Division I-Exhibit VII. 7. Communications concerning this Bid shall be addressed to: The address of BIDDER indicated below: I i i I 8. The terms used in this Bid which are defined in the General Conditions of the `' I Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions, and as may be amended. 9. Bid Opening: I Date Time SUBMITTED on , 2009. 1 1 I I I 1 I 1 BID Page 3 of 5 I.\09C" PFILES\SPECS\BID_MCCALL.DOC I I If BIDDER is: I A Corporation I (Corporation Name) t I (State of Incorporation) 1;; By I 1 (Signature of Person Authorized to Sign) I I (Name and Title of Person Authorized to Sign) t IAttest 11(Secretary) 11 IBusiness Address k IPhone No. I 1 A Joint Venture F I By I (Signature) (Name) (Address) U By (Signature) (Name) (Address) (Each joint venturer must sign. The manner of signing for each individual, partnership and { corporation that is a party to the joint venture should be in the manner indicated above.) I Attest I (Secretary) I IBusiness Address 4 I Phone No. IBID Page4of5 11 --FILES\SPECS\BID_MCCALLDOD f 1 } 1 A Partnership I (Firm Name) (Signature of General Partner) I (Name of General Partner) IBusiness address IPhone No. Attest (Secretary) IBusiness Address IPhone No. I An Individual By (Signature of Individual) I By (Individual's Name) Doing business as IBusiness address 111/ IPhone No. Attest I (Secretary) Business address I Phone No. I 1 I BID Page 5 of 5 1.10K 'FILES 1SPECS\BID_MCCALL.DOC t i I I McCALL MUNICIPAL AIRPORT AIP 3-16-0023-016(ARRA) BID SCHEDULE A , / TAXIWAY A-2 RECONSTRUCTION, STA. 10+37 to 14+50 Item Unit Estimated Unit Total 111 No. Item Description Measure Quantity Price Price 1. Mobilization I aC� L.S. 1 2. Safety Compliance L.S. 1 3. Contractor Quality Control I L.S. 1 4. Contractor Surveys Cuff L.S. 1 I 5. Dust Control L.S. 1 6. Saw Cut Asphalt C . L.F. 538 I 7. Asphalt Removal and Disposal S.Y. 3,031 8. Excavation and Embankment(P-152) IA) Unclassified Excavation Dispose of Off-Site aC� C.Y. 710 B)Overdepth Unsuitable Excavation -Remove/Replace ti I (a. C.Y. 50 9. Subbase Course(P-154) C.Y. 389 I 10. Crushed Aggregate Base Course(P-208) (a. C.Y. 265 11. Grade and Recompact Existing Base Course I S.Y. 667 12. Plant Mix Bituminous Pavement(P-401) C . Ton 481 13. Shouldering Ifa S.Y. 622 14. Remove and Dispose of Existing Concrete Encased Duct Bank 1 Ca) EA. 1 15. Electrical Duct(L-110) A)2-Inch PVC, 2-Way Concrete Encased (a. L.F. 56 B)2-Inch PVC, 1-Way Direct Earth Burial C. L.F. 154 16. Electrical Cable(L-108) A)#8, 5kV Lighting L.F. 210 B)#6 Bare Ground I (a. L.F. 210 17. Install 30"Steel Pipe Casing Ca. L.F. 161 i I Bid Schednie A Bid Form Mc.�,,.,..,, 016.xis Page 1 i I 3 i 5 t I McCALL MUNICIPAL AIRPORT AIP 3-16-0023-016 (ARRA) 1.BID SCHEDULE A I TAXIWAY A-2 RECONSTRUCTION, STA. 10+37 to 14+50 t i Item Unit Estimated Unit Total I INo. Item Description Measure Quantity Price Price 18. Pavement Markings (P-620) Permanent Yellow Paint with Glass Beads 1 @ S.F. 1,054 19. Force Account Allowance @ Three Thousand Dollars and No Cents L.S. 1 $3,000.00 $3,000.00 I TOTAL BID SCHEDULE A o 4 I a i I1 i f 1 o } tO I 6 } Io d S I 's I I I I I i P I i r f I o Bid Schedule AO Bid Form Mu,,.. D16 xls Page 2 } r 1 IMcCALL MUNICIPAL AIRPORT AIP 3-16-0023-016 (ARRA) BID SCHEDULE B TAXIWAY E RECONSTRUCTION, STA. 20+22 to 23+00 i Item Unit Estimated Unit Total No. Item Description Measure Quantity Price Price 1. Mobilization L.S. 1 I 2. Safety Compliance = L.S. 1 ( 3. Contractor Quality Control I @ L.S. 1 4. Contractor Surveys C . L.S. 1 I 5. Dust Control @ L.S. 1 6. Saw Cut Asphalt @ L.F. 581 I 7. Asphalt Removal and Disposal A S.Y. 3,092 8. Excavation and Embankment(P-152) } I A) Unclassified Excavation Dispose of Off-Site Pa. C.Y. 1,035 B)Overdepth Unsuitable Excavation -Remove/Replace I @ C.Y. 50 9. Subbase Course(P-154) @ C.Y. 497 I 10. Crushed Aggregate Base Course(P-208) @ C.Y. 334 11. Plant Mix Bituminous Pavement(P-401) @ Ton 505 i I12. Remove and Dispose of Existing Concrete Encased Duct Bank Aa EA. 1 I13. Electrical Duct(L-110) A)2-Inch PVC,4-Way Concrete Encased C . L.F. 46 I B)2-Inch PVC, 2-Way Direct Earth Burial Cad L.F. 14 14. Electrical Cable(L-108) I A)#8, 5kV Lighting @ L.F. 120 B)#6 Bare Ground Pp L.F. 60 s 15. Install Junction Can with 3/8-inch Lid (L-867) Cad EA. 2 16. Shouldering I@ S.Y. 301 17. Remove and Dispose of Existing 18"CMP C . L.F. 80 I Bid Schedule B Page 1 Bid Form Mc,,:....., 016.xIs t I IMcCALL MUNICIPAL AIRPORT AIP 3-16-0023-016 (ARRA) BID SCHEDULE B ITAXIWAY E RECONSTRUCTION, STA. 20+22 to 23+00 Item Unit Estimated Unit Total I No. Item Description Measure Quantity Price Price 18. Install 18"CMP w/End Apron a L.F. 80 I 19. Pavement Markings (P-620) Permanent Yellow Paint with Glass Beads Pa. S.F. 138 I 20. Force Account Allowance (a)Two Thousand Dollars and No Cents L.S. 1 $2,000.00 $2,000.00 ITOTAL BID SCHEDULE B Hi 1 1 I 111 1 1 1 3 I Bid Schedule B ale Form Mc__ 016 xIs Page 2 1 I I i i I McCALL MUNICIPAL AIRPORT AIP 3-16-0023-016(ARRA) ; BID SCHEDULE C I TAXIWAY A RECONSTRUCTION, STA. 14+50 to 22+34 1 , Item Unit Estimated Unit Total 1 No. Item Description Measure Quantity Price Price a 1. Mobilization I C . L.S. 1 I 2. Safety Compliance F L.S. 1 3. Contractor Quality Control t @ L.S. 1 4. Contractor Surveys @ L.S. 1 I 5. Dust Control A. L.S. 1 6. Saw Cut Asphalt A L.F. 746 I7. Asphalt Removal and Disposal ( @ S.Y. 3,770 8. Excavation and Embankment(P-152) I A) Unclassified Excavation Dispose of Off-Site C? C.Y. 365 B)Overdepth Unsuitable Excavation -Remove/Replace I aC� C.Y. 200 9. Grade and Recompact Existing Base Course @ S.Y. 3,605 I 10. Plant Mix Bituminous Pavement(P-401) C , Ton Ton 616 a 11. Shouldering (&.. S.Y. 992 $ 12. Install 4-Inch Perforated Polyethylene Underdrain (D-705) R L.F. 820 i 13. Install 4-inch Solid Polyethylene Drainage Outlet I @ L.F. 58 14. Pavement Markings (P-620) i Permanent Yellow Paint with Glass Beads I I R S.F. 485 $ 15. Force Account Allowance t Ca)Two Thousand Dollars and No Cents L.S. 1 $2,000.00 $2,000.00 TOTAL BID SCHEDULE C I 4 Bid Schedule C Bid Form Mc,....,..,,=016.xIs Page 1 CONTRACTOR'S SUPPLEMENTAL EQUIPMENT RATE SCHEDULE Equipment and Labor Rates for Contractor Force Account Work: Make/Model/Description Hourly Rate 1. Dozers 2. Backhoes 3. Tractors 4. Loaders 5. Scrapers: c.y. 111 c.y. r ' 6. Compactors 7. Trucks: 10 c.y. 20 c.y. c.y. water 8. Compressor 9. Generator 10. Paver 11. Asphalt Milling Equipment 12. Pulverizer 111 13. Motor Grader 14. Rollers 15. Foreman 16. Laborer 111 17. Electrician 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 1 OF 1 \0e6;;.,..,'FILES\SPECS\EQUIPMENT SCHEDULE DOC a s, j IPENAL SUM FORM BID BOND IBIDDER (Name and Address): 1 SURETY (Name and Address of Principal Place of Business): IOWNER (Name and Address): sl BID IBID DUE DATE: PROJECT (Brief Description Including Location): i ) I I BOND BOND NUMBER: DATE: (Not later than Bid Due Date): PENAL SUM: IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the I terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent or representative. BIDDER SURETY I (Seal)) (Seal) Bidder's Name and Corporate Seal Surety's Name and Corporate Seal By: By: I Signature and Title Signature and Title Attest: (Attach Power of Attorney) I Attest: Signature and Title Signature and Title 1 I 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 Ibusiness in the state where the project is located. � EJCDC N0. 1910-28-C(1990 Edition) z e 1. Bidder and Surety,jointly and severally,bind themselves, not in the aggregate exceed 120 days from Bid Due Date t their heirs, executors, administrators, successors, and without Surety's written consent. assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. 6. No suitor action shall be commenced under this Bond prior to 30 calendar days after the notice of default,required in P $ 2. Default of Bidder shall occur upon the failure of Bidder to Paragraph 4 above,is received by Bidder and Surety,and r jr I deliver,within the time required by the Bidding Documents, in no case later than one year after Bid Due Date. the executed Agreement required by the Bidding Documents and any performance and payment bonds 7. Any suite or action under this Bond shall be commenced required by the Bidding Documents and Contract only in a court of competent jurisdiction located in the state Documents. in which the Project is located. 8. Notice required hereunder shall be in writing and sent to 3. This obligation shall be null and void if: Bidder and Surety at their respective addresses shown on 3.1. Owner accepts Bidder's bid and Bidder delivers within the face of this Bond. Such notices may be sent by i. the time required by the Bidding Documents(or any personal delivery,commercial courier,or by United States extension thereof agreed to in writing by Owner)the Registered or Certified Mail, return receipt requested, executed Agreement required by the Bidding postage pre paid, and shall be deemed to be effective Documents and any performance and payment bonds upon receipt by the party concerned. required by the Bidding Documents and Contract I Documents, or 9. Surety shall cause to be attached to this Bond a current 3.2. All bids are rejected byOwner,or j J and effective Power of Attorney evidencing the authority of j 3.3. Owner fails to issue a notice of award to Bidder within the officer, agent, or representative who executed this the time specified in the Bidding Documents(or any Bond on behalf of Surety to execute,seal,and deliver such t. I extension thereof agreed to in writing by Bidder and,if Bond and bind the Surety thereby. applicable, consented to by Surety when required by paragraph 5 hereof). 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any { I 4. Payment under this Bond will be due and payable upon applicable statute that has been omitted from this Bond default of Bidder and within 30 calendar days after receipt shall be deemed to be included herein as if set forth as by Bidder and Surety of written notice of default from length. If any provision of the Bond conflicts with any Owner, which notice will be given with reasonable applicable provision of any applicable statute, then the promptness, identifying this Bond and the Project and provision of said statue shall govern and the remainder of including a statement of the amount due. the Bond that is not in conflict therewith shall continue in full force and effect. 5. Surety waives notice of any and all defenses based on or Iarising out of any time extension to issue notice of award 11. The term "bid" as used herein includes a bid, offer, or F agreed to in writing by Owner and Bidder,provided that the proposal as applicable. time for issuing notice of award including extensions shall { a 4 I 3 1 i 1 .- EJCDC NO 1910-28-C(1990 Edition) s. 4 I 4 1 INDEX OF ADDITIONAL BID FORMS i , IDesignation of Subcontractors and Suppliers, Division I - Exhibit Non-Collusion Affidavit, Division I - Exhibit II Certification of Non-Segregated Facilities, Division I - Exhibit III IJoint Venture Statement, Division I - Exhibit IV Disadvantaged Business Enterprise Utilization, Division I - Exhibit V t Letter of Intent, Division I - Exhibit VI Buy American Certificate, Division I - Exhibit VII E F i i t s t 8 I f It- I I DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS 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 in an amount in excess of one- 111 half(%) of one percent(1%) of the Contractor's total bid; and (b) The portion of the work which will be done by each such subcontractor or provided by each such supplier. I The bidder's attention is directed to the provisions of Idaho Code Section 67-2310 which requires subcontractors who will perform mechanical 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 I Contractor intends to perform mechanical and/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.) IName and Approximate Amount Idaho Public Works Type Work To DBE: Address of Subcontract or Contractor License No. Be Done Yes/No Value of Materials I 1 1 I (Name of Firm) I (Date) (Signature) (Title) I DIVISION I - EXHIBIT I I109C.',,..PFILES\SPECS\ADDITION AL BID FORMS_MCCALL DOC , ii NON-COLLUSION AFFIDAVIT E IBidder's Name 1 IAddress 2 I 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 F perjury, that to the best of his knowledge and belief: I1. The Prices in this bid have been arrived at independentlywithout collusion, consultation,, communication, or agreement, for the purpose of restricting competition, as to any matter 3 Irelating 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 I 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, ' I partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. Ij (Firm Name) t (Date) (Signature of Responsible Officer) I (SEAL OF CORPORATION) f (Title) Subscribed and Sworn to before me, this day of , 20 . My Commission Expires (Notary Public) i I DIVISION I - EXHIBIT II I r I1C9C "-FILES BID FORMS_MCCALL DOC i 1 I CERTIFICATION OF NONSEGREGATED FACILITIES The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location under his control,where segregated facilities are maintained. The federally assisted construction contractor certifies that he will not maintain or provide for his employees segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location under his control where segregated I facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. I As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and washrooms, restaurants, and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, I transportation, and housing facilities provided for employees which are segregated by explicit directive or are, in fact, segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or any other reason. The federally assisted construction contractor agrees that ,3 4 (except where he has obtained identical certifications from proposed subcontractors for specific time Iperiods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he will retain such certifications in his files. CERTIFICATION: IThe information above is true and complete to the best of my knowledge and belief. Contractor/Subcontractor: (Name of Firm) I (Date) (Signature) I (Title) I I DIVISION I - EXHIBIT III I I.‘09. - "FILES1 SPECS\ADDITIONAL BID FORMS_MCCALL DOC i I JOINT VENTURE STATEMENT PROJECT: STATE OF ) z ) SS: COUNTY OF ) We, undersigned, being duly sworn according to law, upon our respective oaths depose and say s that: 1. The following named Contractors have entered into a joint venture for the purpose of I carrying out all the provisions of the above project: I ( ) An Individual a. ( ) A Partnership w ( ) A Corporation , ( ) An Individual b. ( ) A Partnership ( ) A Corporation ( ) An Individual c. ( ) A Partnership I ( ) A Corporation 2. The Contractors, under whose names we have affixed our respective signatures, have duly I 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. I 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 Iorganization, may, under such joint venture, bid upon said Contract, and be awarded the ti 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 Iso 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 I 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. 1 DIVISION I - EXHIBIT IV L109,:" PFILES\SPECSIADDITIONAL BID FORMS_MCCALL.DOC , i. E i 5. We bind the Contractors for whom we respectively execute this Joint Venture Statement in firm Agreement with 1 (Owner) that each of the representations herein set forth is true. ,r = Subscribed and Sworn to before me, this (a) day of , 20 . By (Print Name) I Notary PublicI My Commission expires ISubscribed and Sworn to before me, this (a) day of , 20 . By j (Print Name) I Notary Public r li My Commission expires Subscribed and Sworn to before me, this (a) day of , 20 F F By (Print Name) 1 i Notary Public I My Commission expires 3 I 1 I { s I DIVISION I - EXHIBIT IV 1109 : r'FILES\SPECS\ADDITIONAL BID FORMS_MCCALL DOC a t, c i 1. I DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION { iThis 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. I r. Contractor I State Registration No. By (Signature) (Name and Title) Address I Phone No. I I 1 I i , I DIVISION I - EXHIBIT V I'\09' PFILES\SPECSWDDITIONAL BID FORMS_MCCALL DOC s 1 3 I LETTER OF INTENT (Provide a separate Letter of Intent for each DBE subcontractor.) I Name of Bidders Firm: • IBidder's Address: City: State: Zip: Name of DBE Firm: i IAddress: City: State: Zip: Telephone: Area Code: IAttach a copy of most recent letter from DBE certifying agency confirming DBE certification and listing in an approved DBE Directory for each DBE subcontractor. IDescription of work to be performed by DBE firm by Bid Item and Bid Schedule. BID SCHEDULE BID ITEMS $ VALUE • I I I { I Bidder intends to utilize the above-named minority firm for the work described above. The estimated total value of work is $ i IDBE Confirmation for Participation in the Contract as Stated above for the Amount Indicated. IAuthorized 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. 1 DIVISION I - EXHIBIT VI 1:1090'"' '.FILES\SPECS\ADDITIONAL BID FORMS_MCCALL DOC i z S H BUY AMERICAN CERTIFICATE (JAN 1991) IBy submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products For Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from the Owner a listing of articles, materials and supplies excepted from this provision. x } 1 PRODUCT COUNTRY OF ORIGIN Y 2 i Contractor IBy (Signature) (Title) (Date) 1 lii i , i. II , ., 1 3 DIVISION I - EXHIBIT VII ' I.\OD ' 'PFILES\SPECS\ADDITIONAL BID FORMS_MCCALL.DOC { 1 1 3 1 t I I It t. i 111 k s I f t I I t SUPPLEMENTAL BIDDING INFORMATION Bidders List Information (Submit with Bid Documents) i i i 1 -!''-. I z s k i 1. I I Y: I . BIDDERS LIST INFORMATION • 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 t ' 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. Please 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. Firm Name: DBE: Yes❑ No ❑ IAddress: Contact Name and Title: Year Firm Was Established: IAnnual Gross Receipts (check one): less than $1 Million; $1to $5 Million; _ $5 to $10 Million; $10 to $15 Million; more than $15 Million . IWork Items Represented in the Quote: Firm Name: DBE: Yes ❑ No ❑ I Address: Contact Name and Title: Year Firm Was Established: s IAnnual Gross Receipts (check one): _ less than $1 Million; $1to $5 Million; $5 to $10 Million; _ $10 to $15 Million; _ more than $15 Million I Work Items Represented in the Quote: Firm Name: DBE: Yes ❑ No❑ Address: IContact Name and Title: Year Firm Was Established: I Annual Gross Receipts (check one): less than $1 Million; $1to $5 Million; _ $5 to $10 Million; $10 to $15 Million; _ more than $15 Million Work Items Represented in the Quote: k Firm Name: DBE: Yes❑ Non Address: IContact Name and Title: Year Firm Was Established: Annual Gross Receipts (check one): less than $1 Million; $1to $5 Million; I _ $5 to $10 Million; _ $10 to $15 Million; _ more than $15 Million Work Items Represented in the Quote: I ii ( BIDDERS LIST I.\09^•5'. FILES\SPECS\BIDDERS LIST DOC 1 i I I I I I a I I I I I I I I I MD T-O ENGINEERS 9777 CHINDEN BOULEVARD BOISE,IDAHO 83714 (208)323-2288-PHONE (208)323-2399-FAX 524 CLEVELAND BOULEVARD,ROOM 227 CALDWELL,IDAHO 83605-4080 (208)795-5058-PHONE (208)795-5061 -FAX W.280 PRAIRE AVENUE COEUR d'ALENE,IDAHO 83815 111 (208)762-3644-PHONE (208)762-3708-FAX . I '1