Loading...
HomeMy Public PortalAbout2023.03.29 Knife River Taxiway EJ Name of Bidder: Knife River Corporation - Mountain West Address: 5450 W Gowen Road Boise, ID 83709 MCCALL MUNICIPAL AIRPORT MCCALL, IDAHO BID DOCUMENTS FOR RECONSTRUCT TAXIWAY E FAA/AIP PROJECT NO. 3-16-0023-034-2023 FEBRUARY 2023 T -O ENGINEERS 1998 W. Judith Line Boise, Idaho 83705 713 THIS PAGE INTENTIONALLY LEFT BLANK MCCALL MUNICIPAL AIRPORT MCCALL, IDAHO BID DOCUMENTS FOR RECONSTRUCT TAXIWAY E FAA/AIP PROJECT NO. 3-16-0023-034-2023 FEBRUARY 2023 T -O ENGINEERS 1998 W. Judith Lane Boise, Idaho 83705 THIS PAGE INTENTIONALLY LEFT BLANK BID FORM MCCALL MUNICIPAL AIRPORT Reconstruct Taxiway E CONTRACT IDENTIFICATION FAA/AIP No. 3-16-0023-034-2023 ARTICLE 1— BID RECIPIENT 1.01 This Bid is submitted to Owner: 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 Addendum, Date 03/23/2023 vA-KC B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the This document is a MODIFIED version of EJCDC• C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 1 Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site -related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder's safety precautions and programs. F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. K. The Bidder currently possesses or will be able to obtain the appropriate Idaho Public Works Contractor's License prior to award and execution of contract. L. All Subcontractors currently possess or will be able to obtain the appropriate Idaho Public Works Contractor's License prior to prior to award and execution of contract. ARTICLE 4 — BIDDER'S CERTIFICATION 4.01 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 2 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect 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 Reconstruct Taxiway E $ 1,129,298.00 Total Bid Price All Schedules 1,129,298.00 Bidder acknowledges that (1) each bid unit price includes an amount considered by bidder to be adequate to cover contractor's overhead and profit for each separately identified item, and (2) estimated quantities are not guaranteed, and are solely for the purpose of comparison of bids, and final payment for all unit price bid items will be based on actual quantities, determined as provided in the contract documents. ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 7 — ATTACHMENTS TO THIS BID 7.01 The following documents are submitted with and made a condition of this Bid: A. Required Bid security in the form of a cashier's check, or certified check, or a Bid bond; B. Bid Schedule A; This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from 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 I II (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. PWC-C-033799-U-1-2-3 or a written covenant to obtain such license prior to award and execution of contract. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from 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] Knife River Corporation - Mountain West By: [Signature] [Printed name] MI Ice Bt✓l (If Bidder is a corporation, a limited liability company, a partnership, oc,00.1611-fetftsmtdire, attach evidence of authority to sign.) BRAT .. ' O,I, I Attest: \ �� /1 ' � •G�+pOR`U G. [Signature] JI n /I •- ; —i r: AL ;. -.%4**1.6•-‘,. ,;;;: !./ [Printed name] Mike Cole Title: Submittal Date: Address for giving notices: 5450 W Gowen Road Boise. ID 83709 AtAii*Or,'ted 1 e -it March 29, 2023 Telephone Number: Fax Number: Contact Name and e-mail address: 208-362-6152 208-562-5045 Rick Teegarden krsi.estimating kniferiver.com This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 5 THIS PAGE LEFT BLANK INTENTIONALLY This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright CO 2013 by the National Society of Professional Engineers, American Society of Civil Engineers, and American Council of Engineering Companies, or is based in part on excerpts from EJCDC documents. Those portions of the text that originated in published EJCDC documents remain subject to the copyrights. All rights reserved. Page 6 McCALL MUNICIPAL AIRPORT AIP 3-16-0023-034-2023 BID SCHEDULE A RECONSTRUCT TAXIWAY E Item Specification Unit Estimated No. Item Description Section Measure Quantity Unit Price Total Price 1. Safety Compliance 013523 @ Fifty Thousand Dollars and Zero Cents L.S. 1 $ 50,000.00 $ 50,000.00 2. Contractor Quality Control 014516 Fifty Thousand Dollars and Zero Cents L.S. 1 $ 50,000.00 $ 50,000.00 3. Dust Control 015600 Ten Thousand Dollars and Zero Cents L.S. 1 $ 10.000.00 $ 10.000.00 4. SWPPP Preparation and Implementation 015723 Ten Thousand Dollars and Zero Cents L.S. 1 $ 10,000.00 $ 10,000.00 5. Mobilization 017113 • Two Hundred Seventy Eight Thousand and Sixty Six Dollars and Zero Cents L.S. 1 $ 278,066.00 $ 278,066.00 6. Contractor Surveys 017123 • Thirty Five Thousand Dollars and Zero Cents L.S. 1 $ 35,000.00 $ 35,000.00 7. Excavation, Subgrade and Embankment (P-152) 312313 A) Unsuitable Excavation, Off -Site Disposal Forty Five Dollars and Zero Cents C.Y. 518 $ 45.00 $ 23,310.00 B) Unclassified Excavation, Off -Site Disposal Fifty Dollars and Zero Cents C.Y. 1187 $ 50.00 $ 59,350.00 8. Preparation/Removal of Existing Pavement (P-101) 320110 A) Remove Asphalt Pavement by Rotomilling @ Nine Dollars and Zero Cents B) Sawcut Pavement @ Two Dollars and Fifty Cents C) Grade and Recompact Existing Base @ Four Dollars and Zero Cents S.Y. 410 D) Remove Pavement Markings @ Seven Dollars and Zero Cents S.F. 178 $ 7.00 $1,246.00 E) Removal of Pipe and Other Drainage Structures @ Five Thousand Five Hundred Dollars and Zero Cents L.S. 1 $ 5,500.00 $ 5,500.00 S.Y. 3110 L.F. 840 $ 9.00 $ 27.990.00 $ 2.50 $ 2,100.00 $ 4.00 $ 1,640.00 9. Subbase Course (P-154) 321116 A) Separation Geotextile @ Three Dollars and Fifty Cents S.Y. 3106 $ 3.50 $ 10,871.00 B) Subbase Course (P-154) @ One Hundred and Thirty Five Dollars and Zero Cents C.Y. 518 $ 135.00 $69,930.00 C) Suitable Fill Material One Hundred Dollars and Zero Cents C.Y. 518 $ 100.00 $ 51,800.00 10. Crushed Aggregate Base Course (P-209) 321123 @ Two Hundred Dollars and Zero Cents C.Y. 518 $ 200.00 $ 103,600.00 11. Tack Coat (P-603) 321213 @ Thirty Dollars and Zero Cents Gal. 250 $ 30.00 $ 7,500.00 12. Asphalt Mix Pavement (P-401) 321216 @ Two Hundred Twenty Dollars and Zero Cents TON 950 $ 220.00 $ 209.000,00 13. Runway and Taxiway Marking (P-620) 321723 A) Temporary Pavement Markings With Glass Beads Two Dollars and Zero Cents S.F. 613 $ 2.00 $ 1,226.00 B) Permanent Pavement Markings With Glass Beads Three Dollars and Zero Cents 14. Pipe for Storm Drains and Culverts (D-701) A) 18 -Inch Concrete Flared End Section @ Five Thousand Dollars and Zero Cents B) 18 -inch RCP (D-705) @ Two Hundred Dollars and Zero Cents 15. Airport Underground Electrical Duct Banks and Conduits (L-110) A) 2 -1/2 -Inch Concrete Encased Duct Bank, 2 -Way • Three Hundred Fifty Dollars and Zero Cents B) 4 -Inch Concrete Encased Duct Bank, 2 -Way @ Four Hundred and Fifteen Dollars and Zero Cents 334200 344110 S.F. 613 EA. L.F. $ 3.00 $ 1.839.00 2 $ 5,000.00 $ 10,000.00 80 $ 200.00 $ 16,000.00 L.F. 122 L.F. 122 $ 350.00 $ 42,700.00 $ 415.00 $ 50.630.00 Schedule A Total $ 1,129,298.00 Bid Schedule A CM220656\07_Final_Design\Cost Estimate \Bid Form 8 Cost Estimate Schedule A 1 OF 1 THIS PAGE LEFT BLANK INTENTIONALLY CONTRACTOR'S SUPPLEMENTAL EQUIPMENT RATE SCHEDULE Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 Equipment Operating Rates (with Operator) for Contractor Force Account Work: Make/Model/Description Hourly Rate 1. Dozers CAT D6 $171.00 CAT D8 $236.25 2. Backhoes CAT 416 $138.00 JD 410 $138.00 3. Tractors 330 Excavator $199.50 345/450 Excavator $225.00 4. Loaders JD 644 $164.90 CAT 950 $164.90 5. Scrapers: c.y. CAT 623 F/G $246.00 c.y. CAT 627 $282.00 6. Compactors 815 Soil Compactor $195.00 SD70 (Med) Dirt $147.50 7. Trucks: 10 c.y. End Dump $178.50 20 c.y. Truck & Pup $194.50 c.y. water 8. Generator IR-21-65 KW $105.50 / $20.00 101-200 KW Genset $43.50 9. Paver CAT Paver 655 $280.50 CAT Paver 1055 $280.50 10. Asphalt Milling Equipment 11. Pulverizer 12. Motor Grader CAT Blade 140/143 $168.75 CAT Blade 14H/M $219.00 13. Rollers SD120 Lame Asphalt $132.00 SD70 Med Dirt $148.50 14. Compressor Air Compressor $25.50 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 Q:\220656\07_FINAL_DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004196 SUPPLEMENTAL EQUIPMENT RATE SCHEDULE.DOCX 004196-1 THIS PAGE LEFT BLANK INTENTIONALLY PENAL SUM FORM BID BOND BIDDER (Name and Address): Knife River Corporation - Mountain West 5450 W. Gowen Road Boise, ID 83709 SURETY (Name and Address of Principal Place of Business): Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 OWNER (Name and Address): City fo McCall BID BID DUE DATE: March 29, 2023 PROJECT (Brief Description Including Location): Reconstruct Taxiway E Project No. 3-16-0023-034-2023 BOND BOND NUMBER: Bid Bond DATE: (Not later than Bid Due Date): PENAL SUM: Five Percent of Amount Bid (5%) March 29. 2023 IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the 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 Knife River Corporation - Mountain West (Seal) Bidder's Name and C By: at, nat borate Sea Tit SURETY Liberty Mutual Insurance Company Suretys-Name and Corpor Seal By: e Miice try Heather R. ignature and Title AN'"'6v.'"d Sat Attorney -in -Fact (Attach Power of Attorney) Attest: Signature and Title Mile Cole Awtwarrzed `'(U & c ji'YJIn.ti'�N Signature and Title Witness (1) Above addresses are to be used for giving required notice. Any singular reference to Bidder, Surety, Owner, or other party shall be considered plural where applicable. IMPORTANT --Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. EJCDC NO. 1910-28-C (1990 Edition) Surety Acknowledgment State of Minnesota County of Hennepin } } ss. } On this 29th day of March 2023, before me personally came Heather R. Goedtel, to me known, who being by me duly sworn, did depose and say that she is the Attorney -in -Fact of Liberty Mutual Insurance Company described in and which executed the above instrument; that she knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she signed her name to it by like order. (COLE CATHERINE LANGER Notary Public State of Minnesota My Commission Expires January31, 2028 Liberty Mutual SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8209239-190003 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig; Brian D. Carpenter; Craig Olmstead; Erik T. Gunkel; Haley Pflug; Heather R. Goedtel; Jessica Hoff; Kelly Nicole Enghauser; Laurie Pflug; Michelle Halter; Michelle Ward; Nicole Langer all of the city of Bloomington state of MN each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of January , 2023 . Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company By: David M. Carey, Assistant Secretary State of PENNSYLVANIA ss County of MONTGOMERY On this 12th day of January , 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Commonwealth of Pennsylvania - Notary Seal Teresa Paslella, Notary Public Montgomery County My commission expires March 28, 2025 Commission number 1126044 Member, Pennsylvania Association of Notaries By: tte5e Pastella, Notary Public eresa Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 29th day of March , 2023 . NE Q c cw cE o ._ <-7-D N a0 C • 5 O E Q O II 0_ Co) 00 T C m= v3 0a) o LL G By: i•076/46441.'"•• Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 INDEX OF ADDITIONAL BID FORMS Designation of Subcontractors and Suppliers, Exhibit I Non -Collusion Affidavit, Exhibit II Joint Venture Statement, Exhibit III 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: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 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.) Approximate Amount Idaho Public of Subcontract or Works Contractor DBE: Type of Work Name and Address Value of Materials License No. Yes/No Electrical Quality Electric. Inc. $87,000.00 PWC-C-10145 No 5272 Irving St W, Boise, ID 83706 ELE-C-1086 March 29, 2023 (Date) Knife River Corporation - Mountain West lame of Fi m) ,,,,,,,,,,,,1,,, (Sig ature) 1.5).•• RpOR ••.• 0 • Authorized Agent is/•. Go 0"' c (Title) °Z' • • W SEAL• : = �'•. DQAWARE ,,,, ADDITIONAL BID FORMS DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS, EXHIBIT I Q:\220656\07_FINAL_DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 1 NON -COLLUSION AFFIDAVIT Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 Bidder's Name Knife River Corporation - Mountain West Address 5450 W Gowen Road, Boise, ID 83709 By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: 1. The Prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; 3. No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. Knife River Corporation - Mountain West (Firm Name) March 29, 2023 (Date) (Signature of Responsible Officer •' 1t4U /04, (SEAL OF CORPORATION) Authorized Agent �o�POR 'o,; .4.7 (Title) -• Subscribed and Sworn to before me, this 29th day of March , 2023. My Commission Expires 3 ( zL+ I ZO2 (Notary Public) oc: • —•— • a •: w:• SEAL ;z ys• : c, :• fools*, ti ti a :° G %• '7 : : Nre 117 .3 C'o.2.9. • / • ;4 ��•� A HO •.•••• ADDITIONAL BID FORMS NON -COLLUSION AFFIDAVIT, EXHIBIT II, Q:\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 1 JOINT VENTURE STATEMENT Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 PROJE STATE OF COUNTY OF N/A SS: 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. Not Applicable N/A C An Individual ) A Partnership ) A Corporation ) An Individual ) A Partnership ) A Corporation An Individual ) A Partnership ) A Corporation The Contractors, under whose names we have affixed our respective signatures, have my authorized and empowered us to execute this Joint Venture Statement in the name o . '. on behalf of such Contractors for the purpose hereinbefore stated. 3. Under the pr ions of such joint venture, the assets of each of the Contractors name in Paragraph 1 here• and in case any Contractor so named above is a partnership, the assets of the individ = members of such partnership, will be available for the performance of such joint ve re and liable therefore and for all obligations incurred in connection therewith. 4/4q 4. This Joint Venture Statement is execute. . that the named Contractors, as one organization, may, under such joint venture, bid u.. said Contract, and be awarded the contract if they should become the successful bidde erefore. Any bid, bond and agreement relating to said Contract shall be executed by . - of the undersigned, and when so executed shall bind this joint venture and each and e Contractor named herein severally and jointly. Simultaneous with the execution of - Contract, the Contractors entering into this joint venture shall designate and appoi a Project Supervisor to act as their true and lawful agent with full power and authority to • • and perform any and all acts or things necessary to carry out the work set forth in s Contract. ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT III Q:\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 2 We bind the Contractors for whom we respectively execute this Joint Venture Statement in firm Agreement with (S er), that each of the representations herein set forth is true. (Firm Na (Signature of Responsi. - Officer) (Title) Subscribed and Sworn to before me, this (a) ay of , 20 By (Print Name) Notary Public My Commission expires (Firm Name) (Signature : ' esponsible Officer) (Title) 'Vjq Subscribed and Sworn to before me, this (a day of , 20 By (Print Na Notary Public My Commission expires Firm Name) (Signature o ' -sponsible Officer) (Title) 4/41 Subscribed and Sworn to before me, this (a) day of , 20 By (Print Na Notary Public My Commission expires ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT III Q:\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 2 of 2 DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 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 0 % DBE utilization on this project. Contractor Knife River Corporation - Mountain West State Registration No. By I//ttA•1/4-,- X4 -A2/ (Signature) (Name and Title) Address RCE: 46906 r,• 4nRAT/0 •, Authorized Agent 5450 W Gowen Road Boise, ID 83709 Telephone 208-362-6152 ADDITIONAL BID FORMS JOINT VENTURE STATEMENT, EXHIBIT IV Q:\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 1 LETTER OF INTENT Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 (Provide a separate Letter of Intent for each DBE subcontractor.) Name of Bidder's Firm: Knife River Corporation - Mountain West Bidder's Address: 5450 W Gowen Road City: Boise State: ID Zip: 83709 Telephone: 208-362-6152 Name of DBE Firm: None selected at this time 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 N/A Bidder intends to utilize the above -named minority firm for the work described above. The estimated total value of work is $ N/A DBE Confirmation for Participation in the Contract as Stated above for the Amount Indicated. N/A 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:\220656\07_FINAL_DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 1 CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR MANUFACTURED PRODUCTS Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror 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 (✓) or the letter "X". ® Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product. 3. To furnish US domestic product for any waiver request that the FAA rejects. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ADDITIONAL BID FORMS CERTIFICATE OF BUY AMERICAN COMPLIANCE, EXHIBIT VI 0:\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 1 of 2 Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non -domestic products in their entirety); b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture; c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non -domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non -domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. March 29, 2023 Date Knife River Corporation - Mountain West Sig7/V4C —4—V nature Company Name Title ADDITIONAL BID FORMS CERTIFICATE OF BUY AMERICAN COMPLIANCE, EXHIBIT VI Q:\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX 004500 Page 2 of 2 CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-034-2023 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 (✓) 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 ❑ is not EX 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 ❑ is not X 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 vitK_� RATE''••,, / authority responsible for collecting the tax liability. cp. ...••••...'1' o03OR,y •. 4% T March 29, 2023 Date Signature Knife River Corporation - Mountain West Authorized Agent Company Name Title 'a ‘)• SEAL .' ; ..•.•'yc447••= '•. WARE'S .......u...••••• ADDITIONAL BID FORMS 004500 CERTIFICATION TAX DELINQUENCY AND FELONY CONVICTION, EXHIBIT VII Page 1 of 1 O:\220656\07 FINAL DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004500 ADDITIONAL BID FORMS.DOCX BIDDERS LIST INFORMATION Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-031-2021 • The OWNER is required to create a bidders list, consisting of information about all DBE and non -DBE firms that bid or quote on DOT -assisted contracts. • The bidders list is used to determine the number of firms that are participating, or attempting to participate on DOT -assisted contracts. • The bidders list must include all firms that bid on prime contracts or bid or quote subcontracts on DOT -assisted projects, including both DBE and non -DBE firms. • The bidders list provides a valuable measure of available DBE subcontractors and will be used to set realistic overall DBE goals. Provide the following information for ALL firms from which you received a bid or quote. Copy the form as needed to provide data for ALL firms. Submit with Bid Documents. Firm Name: Curtis Clean Sweep DBE: Yes x No ❑ Address: P.O. Box 44112 Boise, ID 83711 Contact Name and Title: Cory Zubizareta - President Year Firm Was Established: 1981 Annual Gross Receipts (check one): less than $500,000; x $500,000 to $1 Million; $1 to $2 Million; $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Pavement markings Firm Name: Nemec Engineering DBE: Yes x No ❑ Address: P.O Box 1007, Mccall, ID 83638 Contact Name and Title: Marcus Beagley Year Firm Was Established:2015 Annual Gross Receipts (check one): less than $500,000; x $500,000 to $1 Million; $1 to $2 Million; $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Survey Firm Name:Allwest DBE: Yes ❑ No x Address:255 N Linder Rd, Meridian, ID 83642 Contact Name and Title: Matt Percuoco - Project Manager Year Firm Was Established:1999 Annual Gross Receipts (check one): less than $500,000; $500,000 to $1 Million; $1 to $2 Million; x $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Testing Firm Name: Western Construction, Inc. DBE: Yes ❑ No x Address: 10139 S. Federal Way, Boise, ID 83715 Contact Name and Title: Preston Wellingford - Project Manager Year Firm Was Established:1961 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 BIDDERS LIST INFORMATION Q:\220656\07_FINAL_DESIGN\SPECIFICATIONS\DIVISION 00\I1. BID PROPOSAL\004505 BIDDERS LIST.DOCX 004505-1 BIDDERS LIST INFORMATION Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-031-2021 • 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. DBE: Yes ❑ No pi Address: 125 N Park Rd, Spokane Valley, WA 99212 Contact Name and Title: Ryan Murdoch - Manager Year Firm Was Established: 1920 Annual Gross Receipts (check one): less than $500,000; $500,000 to $1 Million; $1 to $2 Million; x $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Milling Firm Name: Syman Erosion & Sediment Control DBE: Yes ❑ No x Address: 2102 Delta Dr, Nampa, ID 83687 Contact Name and Title: Cheryl Hunter - Project Manager Year Firm Was Established: 2007 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: SWPPP Firm Name: JEC LLC DBE: Yes ❑ No I Address: PO Box 1512, Meridian, ID 83680 Contact Name and Title: Jason Jones - President Year Firm Was Established: 2015 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:Sawtooth Land Surveying DBE: Yes ❑ No X Address:2030 S Washington Ave, Emmett, ID 83617 Contact Name and Title: Jacob Gates - Vice President Year Firm Was Established:2005 Annual Gross Receipts (check one): less than $500,000; $500,000 to $1 Million; .Y $1 to $2 Million; $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: BIDDERS LIST INFORMATION O:\220656\07_FINAL_DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004505 BIDDERS LIST.DOCX 004505-1 BIDDERS LIST INFORMATION Project: Reconstruct Taxiway E Airport: McCall Municipal Airport FAA/AIP Project No. 3-16-0023-031-2021 • 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: Quality Electric Inc. DBE: Yes ❑ No el Address: 5272 Irving, Boise, ID 83706 Contact Name and Title:Derek Ball - Project Manager Year Firm Was Established: 1962 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: Electric Firm Name: Idaho Lines & Signs DBE: Yes ❑ No 0 Address:4850 Henry St, Boise, ID 83709 Contact Name and Title:Ken Balliet - Project Manager Year Firm Was Established:1985 Annual Gross Receipts (check one): less than $500,000; x $500,000 to $1 Million; $1 to $2 Million; _ $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Pavement Markings Firm Name:Idaho Survey Group DBE: Yes ❑ No II Address:9955 W Emerald St, Boise, ID 83704 Contact Name and Title: David Riley - President Year Firm Was Established:2002 Annual Gross Receipts (check one): less than $500,000; x $500,000 to $1 Million; _ $1 to $2 Million; $2 to $5 Million; $5 to $10 Million; more than $10 Million Work Items Represented in the Quote: Survey Firm Name: Oldcastle Infrastructure DBE: Yes ❑ No x Address: 16419 Ten Lane, Nampa, ID 83687 Contact Name and Title:Nolan Hutsell - Outside Sales Year Firm Was Established: 1950 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: Precast BIDDERS LIST INFORMATION Q:\220656\07_FINAL_DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004505 BIDDERS LIST.DOCX 004505-1 THIS PAGE LEFT BLANK INTENTIONALLY BIDDERS LIST INFORMATION 0:\220656\07_FINAL_DESIGN\SPECIFICATIONS\DIVISION 00\II. BID PROPOSAL\004505 BIDDERS LIST.DOCX 004505-2 70 T -O ENGINEERS BOISE, IDAHO CODY, WYOMING COEUR d'ALENE, IDAHO HEBER CITY, UTAH MERIDIAN, IDAHO NAMPA, IDAHO SPOKANE, WASHINGTON CERTIFICATE I, Adrienne L. Riehl, hereby certify that I am the duly elected and qualified Assistant Secretary of Knife River Corporation — Mountain West, a Delaware corporation; and I further certify that, pursuant to a resolution adopted by Written Consent of the Board of Directors dated December 27, 2021, the persons named below have been duly elected, have qualified and are officers of the Company holding the offices set forth opposite their respective names: David C. Barney James L. Lauteren Joshua J. Smith Nancy K. Christenson Karl A. Liepitz Calvin R. DeWall Adrienne L. Riehl Chair of the Board and Chief Executive Officer President Vice President — Operations Treasurer and Chief Financial Officer General Counsel and Secretary Region Controller and Assistant Secretary Assistant Secretary * * * * * * * * * * * * I further certify that the following is a true and correct copy of Section 5.13 of the Bylaws of Knife River Corporation — Mountain West, which sets forth the powers of the officers to execute documents; and that said Bylaw Section is presently in full force and effect: 5.13 Execution of Instruments. All deeds, bonds, mortgages, notes, contracts and other instruments shall be executed on behalf of the Corporation by the Chairman of the Board, the Chief Executive Officer, the President, any Vice President or Assistant Vice President, the General Counsel, any other officer who performs a policy -making function (such as administration, operations, accounting, or finance) or such other officer or agent of the Corporation as shall be duly authorized by the Board of Directors. Any officer or agent executing any such documents on behalf of the Corporation may do so (except as otherwise required by applicable law) either under or without the seal of the Corporation and either individually or with an attestation, according to the requirements of the form of the instrument. If an attestation is required, the document shall be attested by the Secretary or an Assistant Secretary or by the Treasurer or an Assistant Treasurer or any other officer or agent authorized by the Board of Directors. When authorized by the Board of Directors, the signature of any officer or agent of the Corporation may be a facsimile. IN WITNESS WHEREOF, I have hereunto set my hand on February 23, 2022. Adrienne L. Riehl, Assistant Secretary ir.4 K N i FERIVER AN MDU RESOURCES COMPANY www.kniteriver.com Idaho Division 5450 W Gowen Road Boise, ID 83709 (208) 362-6152 (208) 362.6199 FAX September 13, 2022 Re: Appointment of Agents - Power of Attorney To Whom It May Concern: Pursuant to a Board resolution adopted by the Board of Directors of Knife River Corporation - Mountain West, I am authorized, as President, to designate certain individuals as agents of Knife River Corporation - Mountain West who shall be authorized, in the name and on behalf of Knife River Corporation - Mountain West, to execute and deliver construction contracts, subcontracts, agreements, documents, and other instruments with governmental authorities (federal, state, county, or local), with general contractors or subcontractors, and with private parties. I hereby designate each of the following individual(s) an agent of Knife River Corporation - Mountain West, and each of them is authorized and empowered to execute and deliver documents, including but limited to, construction contracts, subcontracts, prime contractor proposals, subcontractor proposals, competitive bids for projects, price quotations or bids for materials, lien releases, and other related agreements, documents, and instruments with governmental authorities (federal, state, county, or local), with general contractors or subcontractors, and with private parties, in the name and on behalf of Knife River Corporation - Mountain West: Matt Abrams Mike Berg Mike Cole Will Haigh Drew Harris Bret Olson Dustin Park This authorization letter is effective and in full force and effect, until modified. Sincerely, )fi, Lauteren President Knife River Corporation - Mountain West Appointment of Agents - Power of Attorney - Page 1 of 2 EQUAL OPPORTUNITY EMPLOYER STATE OF IDAHO COUNTY OF ADA Jim Lauteren, being first duly sworn, deposes and says that he is the President for Knife River Corporation — Mountain West; that the execution of this instrument is the act and deed of the Corporation, that he has read the foregoing document and knows the contents thereof, and that the statements herein are true. Subscribed and sworn to before me on A. NOTAR }'�'' ... : 'tn PUBt'C'et Jim.Huteren President Knife River Corporation — Mountain West `� iJer J2 Ada My commission expires: , 2022. , Notary Public County, Idaho Appointment of Agents — Power of Attorney - Page 2 of 2 "r - - , _- - ..a..t.,•w. -.�- ;.t:� State of Idaho Division of Occupational and Professional Licenses PUBLIC WORKS CONTRACTORS LICENSING CONTRACTOR 033799 - UNLIMITED - 1- 2- 3 License Number Brad Little Governor 03/09/2018 Original License Issued This is to certify that KNIFE RIVER CORPORATION - MOUNTAIN WEST has fulfilled the requirements of the law relating to licensing in Idaho Code, Title 54, Chapter 19 & 45 and is hereby granted this certificate. This license expires: 03/31/2024 Licensee Signature Russell Barron, Administrator