Full Text
I SECTION 00500 - AGREEME ( THIS AGREEMENT is dated as of the 7t=h day of in the year 1991 by and between the City of Moscow, Idaho (hereinafter called OWNER) and Motley-Motley, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 . WORK. CONTRACTOR shall complete the WORK as specified or indicated under the Bid Schedule(s) of the OWNER's Contract Documents entitled "Construction of Vista Water Storage Reservoir." The WORK is generally described as· follows: The WORK includes construction of a 2.0 million gallon welded steel water storage reservoir İpf,-chitectural steel panels, 24 inch diameter inlet/outlet piping, teleffiotry and levoi-GG-nƕrols, access road, landscaping, irrigation system, control building, storm drainage facilities and all appurtenant work. ARTICLE 2. CONTRACT TIME. The WORK will be completed within 1 80 successive days from the commencement date stated in the Notice to Proceed. The CONTRACTOR shall note the special schedule of Section 02200 - "Earthwork" and Section 09800 - "Protective Coatings." ARTICLE 3. LIQUIDATED DAMAGES. OWNER and the CONTRACTOR recognize that time is of the essence of this Agreement and that the OWNER will suffer financial loss if the WORK is not completed within the time specified in Article 2 herein, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the OWNER if the WORK is not completed on time. Accordingly, instead of requiring any such proof, the OWNER and the CONTRACTOR agree that as l iquidated damages for delay (but not as a penalty) the CONTRACTOR shall pay the OWNER $1,200 each day that expires after the time specified in Article 2 herein. ARTICLE 4. CONTRACT PRICE. OWNER shall pay CONTRACTOR for completion of the WORK in accordance with the Contract Documents in current funds the amount set forth in the Bid Schedule(s); Numbers 1,2, 3B, & 4B. TOTAL: $936,600.00 ARTICLE 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. J MM-01 0 1 90 2797.001 1 -MOSCOW WATER STORAGE RESERVOIR AGREEMENT PAGE 00500-1 ---PAGE BREAK--- ĻARTICLE 6. CONTRAl DOCUMENTS. The Contract Documents which comprise the entire agreement between OWN E R and CONTRACTOR concerning the WORK consist of this Agreement (pages 00500-1 to 00500-3, inclusive) and the following attachments to this Agreement: o Notice Inviting Bids (pages 00030-1 to 00030-2, inclusive). o Instructions to Bidders (pages 001 00-1 to 001 00-5, inclusive). o Bid Form including the Bid, Bid Schedule(s), Information Required of Bidder, Bid Bond, and all required certificates and affidavits (pages 00300-1 to 00300-9, inclusive). o Performance Bond (pages 00610-1 ) . o Payment Bond (pages 00620-1). o General Conditions (pages 00700-1 to 00700-34, inclusive). o Supplementary General Conditions (pages 00800-1 to 00800-7). o Technical Specifications consisting of 1 1 Divisions and 347 pages, as listed in the Table of Contents. o Drawings consisting of 20 sheets, as listed in the Table of Contents/List of Drawings. o Addenda numbers n/a to n/a , inclusive. o Change Orders which may be delivered or issued after Effective Date of the Agreement and are not attached hereto. There are no Contract Documents other than those listed in this Article 6. The Contract Documents may only be amended by Change Order as provided in Paragraph 3.3 of the General Conditions. ARTICLE 7. MISCELLANEOUS. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. JMM-01 0 1 90 2797.001 1 -MOSCOW WATER STORAGE RESERVOIR AGREEMENT PAGE 00500-2 ---PAGE BREAK--- IN WITNESS WHEREOF, OWNER and CONTRACTOR have caused this Agreement to be executed the day and year first above written. OWNER C =i o _ CONTRACTOR Motley-Motley, Inc. Address for giving notices Address for giving notices P.O. Box 9203, Moscow, ID 83843 P. O. Box 421, Pullman, WA 99163 (Signature) City Attorney (Title) STATE OF County of/ į ) ss On this appeareĐđĒēĔĕ STATE OF IDAHO County of Latah ) ) ss License No. 6194-AAA-1-2-3 Agent for service of process: Notary Public in and for said State, ĊċČčĎď' known to me to be the owledged to me that they On thisʨday of I , 1991, before me a Notary Public in and for said State, appeared Paul C. AgidiUs nd Elaine Russell, known to me to be the Mayor and City Clerk of the City of Moscow and acknowledged to me that they executed the foregoing agreement. JMM-01 0190 2797.0011-MOSCOW WATER STORAGE RESERVOIR AGREEMENT PAGE 00500-3 ---PAGE BREAK--- \ EXHIB\T A I SECTION 00300 - BID FORMS BID BID TO: ƯCưizyƱoƲfƳMƴoƵsƶcƷo wƸ. lƹdƺaƻ 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract Documents (as defined in Article 6 of the Agreement) to perform the WORK as specified or indicated in said Contract Documents entitled "Construction of Vista Water Storage Reservoir. " 2. Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice· Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security. 3. This Bid will remain open for the period stated in the "Notice Inviting Bids" unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders", and will furnish the insurance certificates, Payment Bond, and Performance Bond required by the Contract Documents. 4. Bidder has examined copies of all the Contract Documents including the following addenda (receipt of all of which is hereby acknowledged): Number Date 5. Bidder has familiarized itself with the nature and extent of the Contract Documents, WORK, site, 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 has made such independent investigations as Bidder deems necessary. 6. 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 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 solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 7. The Bidder certifies that the information contained in the INFORMATION REQUIRED OF BIDDER is true and correct. It is understood that the OWNER shall reject any proposal from a bidder whose experience is less than that which is specified in the INSTRUCTIONS OF BIDDERS. JMM-[PHONE REDACTED].0011-MOSCOW WATER STORAGE RESERVOIR BID FORMS-BID PAGE 00300-1 ---PAGE BREAK--- I I I individually or in combination. In the case of 2 bidding schedules which are alternative to each other, only one of such alternative schedules will be awarded. 17. EXECUTION OF AGREEMENT. The Bidder to whom award is made shall execute a written Agreement with the OWNER on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 14 calendar days after receipt of the agreement forms from the OWNER. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for annulment of the award and forfeiture of the Bid security. If the lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the OWNER may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the OWNER may award the contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such Bidder's Bid securities shall be likewise forfeited to the OWNER. - END OF INSTRUCTIONS TO BIDDERS - JMM-[PHONE REDACTED].0011-MOSCOW WATER STORAGE RESERVOIR INSTRUCT IONS TO BIDDERS PAGE 00 100-5 ---PAGE BREAK--- I I 'To all the foregoing, and including all Bid Schedule(s) and Information Required of Bidder contained in this Bid Form, said Bidder further agrees to complete the WORK required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Total Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: 4-17- 91 Bidder: By: Title: JMM-[PHONE REDACTED] .0011-MOSCOW WATER STORAGE RESERVOIR BID FORMS-BID PAGE 00300-2 ---PAGE BREAK--- SECTION 00300 - BID FORMS BID SCHEDULE 1 - LUMP SUM Schedule of prices for construction of Vista Water Storage Reservoir in accordance with the Contract Documents and excluding the work identified within Bid Schedules 2, (3A or 3B}, and (4A and 4B). I 1 Item I No. Description Amount I I I I I I I I 1-1 I I I I I I LUMP SUM ITEMS Construction of the Vista Water Storage Reservoir complete as specified and shown excluding the work identified within Bid Schedules 2, (3A or 3B), and (4A or 4B). For Lump Sum of I I I I I I I I I I I I I loo 1$ eo6. ao4l- I I I I TOTAL BID PRICE (Item 1-1, incl.) I$ 806./0tOp- 1 JMM-[PHONE REDACTED].0011-MOSCOW WATER STORAGE RESERVOIR BID FORMS-BID PAGE 00300-3 ---PAGE BREAK--- I . SECTION 00300 - BID FORMS BID SCHEDULE 2 - LUMP SUM Additive schedule of prices for construction of viewpoint and appurtenant facilities as shown on the Drawings and as specified in the Contract Documents. Bidder's bidding on Bid Schedule 1 must provide a bid on Bid Schedule 2. or Bjd Schedule 1 may be rejected. Bid Schedule 2 may or may not be awarded at the discretion of the OWNER, depending upon available funds. If Bid Schedule 2 is awarded, it will be included with the bid for Bid Schedule 1 and the combined low bid of Bid Schedule 1 and the items awarded in Bid Schedules 2, (3A or 3B), and (4A or 4B) will serve as the basis for award of contract. I I I Item I I No. Description 1 Amount 2-1 LUMP SUM ITEMS Construction of viewpoint area, complete, with all appurtenant work as specified and shown including all associated earthwork, cast-in-place concrete, timber retaining wall and steps, landscaping, and picnic tables and seats. For Lump Sum of I I I I I I I I I I I I I ob 1$ /O_,BDDT I Jo TOTALBID PRICE (Item 2-1, incl.) 1$/0 8DDj JMM-01 0190 2797.0011-MOSCOW WATER STORAGE RESERVOIR BID FORMS-BID PAGE 00300-4 ---PAGE BREAK--- SECTION 00300 - BID FORMS ADDITIVE ALTERNATIVE BID SCHEDULE 3A - UNIT PRICE Additive alternative schedule of prices for construction of landscaping as shown on the Drawings and as specified in the Contract Documents. Bidder's bidding on Bid Schedule 1 must provide a bid on Bid Schedule 3A. or Bid Schedule 1 may be rejected. Bid Schedule 3A may or may not be awarded at the discretion of the OWNER, depending upon available funds (Bid Schedules 3A and 3B are alternative bid schedules and as such only one of these schedules will be awarded if sufficient funds are available). If Bid Schedule 3A is awarded, it will be included with the bid for Bid Schedule 1 and the combined low bid of Bid Schedule 1 and the items awarded in Bid Schedules 2,(3A or 3B) and (4A or 4B) will serve as the basis for award of contract. I I Item I No. Description Quant. l I I !..!ʧII EBIQE; IIE;MS I I Quantities are estimated and are I for the purpose of comparing bids I only. Payment will be based upon I actual quantities furnished, installed I or constructed in accordance with I the contract drawings. I I Bid Schedule 3A I I 3A-1 Landscaping as defined on the I drawings and as specified in I Section 02900 - "Landscaping". I I Shademaster Honeylocust I (1-1/4" Caliper) 6 I I Nettle Tree Caliper) 9 I I Summit Green Ash Caliper) 22 I I Austrian Pine around tank I (8 - 10 feet) 25 I I Austrian Pine 8 feet) 75 I I French Blue Scotch Pine I (4 - 6 feet) 18 l JMM-[PHONE REDACTED].0011-MOSCOW WATER STORAGE RESERVOIR Unit ea. ea. ea. ea. ea. ea. Unit Price Amount loo s6{sss:- I Of1 I $ lOS-..: $ 6.30 I oc 1$ /00- I DO 1$ /60- I I 1$ 1-3 te I r 1$ I I 1$ 60- 2CJD I $ I $ :J.J()O I I I I I 1$ .1ozĮ I I I 1$ I I I I . I 1$ lD80 I BID FORMS-BID PAGE 00300-5 ---PAGE BREAK--- I . SECTION 00300 - BID FORMS ADDITIVE ALTERNATIVE BID SCHEDULE 3A - UNIT PRICE I I I I Item I I I No. I Description Quant. I Unit J I I I I ʪid ʩQhedule ðA (QQntinuedl I I I I Siberian Pea Shrub (5 gallon) 1 28 ea. $ I I I I Burning Bush (5 gallon) 22 ea. $ I I I I Gold Coast Juniper (1 gallon) 3 ea. $ I I I I Blue Star Juniper (1 gallon) 15 ea. $ I I I I Mugo Pine (5 gallon) 6 ea. $ I I I I Shrubby Cinquefoil (1 gallon) 11 ea. $ I I I I I Little Princess Spirea (1 gallon) 21 ea. 1$ I I I I I Evergreen (1 gallon) 290 ea. 1$ I I I I I Periwinkle pot) 300 ea. 1$ I I I I I Landscape Boulders 3 tons I$ I I I I I Hydroseed 4 a c. 1$ J I I I I TOTAL BID PRICE (Item 3A-1, incl.) J JMM-[PHONE REDACTED].0011-MOSCOW WATER STORAGE RESERVOIR Unit Price ać- a- r. 9ĭ 3;{g/ 90 11 92 1 9t'J ;}.5o I I I Amount I I I I I I 1$ ;;(68t3 I I I 1$ I I I 1$ I I 135 I 1$ I L68 1$ I 79 1$ I /Yl 1$ I l$dbiD I /476 1$ I 75D 1$ ʦ 5d;i7 1$ r?o 7o8 J I I l$;o; ooolĈ I BID FORMS-B ID PAGE 00300-6 ---PAGE BREAK--- SECTION 00300 - BID FORMS ADDITIVE ALTERNATIVE BID SCHEDULE 3B - UNIT PRICE Additive alternative schedule of prices for construction of landscaping as shown on the Drawings and as specified in the Contract Documents. Bidder's bidding on Bid Schedule 1 must provide a bid on Bid Schedule 3B, or Bid Schedule 1 may be rejected. Bid Schedule 3B may or may not be awarded at the discretion of the OWNER, depending upon available funds (Bid Schedules 3A and 3B are alternative bid schedules and as such only one of these schedules will be awarded if sufficient funds are available). If Bid Schedule 3B is awarded, it will be included with the bid for Bid Schedule 1 and the combined low bid of Bid Schedule 1 and the items awarded in Bid Schedules 2, (3A or 3B) and (4A or 4B) will serve as the basis for award of contract. JMM-01 0190 2797.0011-MOSCOW WATER STORAGE RESERVOIR BID FORMS-BID PAGE 00300-7 ---PAGE BREAK--- I SECTION 00300 - BID FORMS ADDITIVE ALTERNATIVE BID SCHEDULE 3B - UNIT PRICE I I Item I No. J I I I I I I I I I I I I I I I I I I I I I I J I I J Description Big SQheQ!.!Ie ðB (QQntin!.!edl Burning Bush (5 gallon) Gold Coast Juniper (1 gallon) Blue Star Juniper (2 gallon) U) Mugo Pine (5 gallon) Shrubby Cinquefoil (2 gallon) Little Princess Spirea (2 gallon) Evergreen (1 gallon) Periwinkle pot) Landscape Boulders Hydroseed TOTAL BID PRICE (Item 3B-1, incl.) JMM-010190 Quant. 22 3 15 6 11 21 290 300 3 4 2797.0011-MOSCOW WATER STORAGE RESERVOIR I I I Unit I I I ea. 1$ I ea. 1$ I ea. 1$ I ea. 1$ I ea. I$ I ea. 1$ I ea. 1$ I ea. 1$ Unit Price Amount I I Δo I ri.-8- I$ 616 ră I d.r 1$ l540 I 1$ d31 Ą8ą I /68 1$ J51E 1$ /691E 4o I$ 3.;13 41) 15- 7Ĭ 1$ :J.Ćio 1 ?ʥ I 1470 1$ I co I tons 1$ d50-l$ 750 a c. I ĉ 1$ 5<)Q?.7 1$ ao 9c8 > I I a 50z2.- BID FORMS-BID PAGE 00300-8 ---PAGE BREAK--- SECTION 00300 - BID FORMS ADDITIVE ALTERNATIVE BID SCHEDULE 4A - LUMP SUM Additive alternative schedule of prices for construction of paved access road beginning at centerline roadway station 0+00 and ending at centerline roadway station 6+68.28 including the paved storage/turn-round area and the portion of Hathaway Street as shown on the Drawings and as specified in the Contract Documents. The paying around the reservoir between the and curb-and-guter on the south and the drainage swale on the north and beneath the reservoir and the curb and gutter located at the edge of this payjng js part of Bid Schedule 1 and is not part of this bid schedule. Bidder's bidding on Bid Schedule 1 must provide a bid on Bid Schedule 4A, or Bid Schedule 1 may be rejected . Bid Schedule 4A may or may not be awarded at the discretion of the OWNER, depending upon available funds (Bid Schedules 4A and 4B are alternative bid schedules and as such only one of these schedules will be awarded if sufficient funds are available). If Bid Schedule 4A is awarded, it will be included with the bid for Bid Schedule 1 and the combined low bid of Bid Schedule 1 and the items awarded in Bid Schedules 2, (3A or 3B), and (4A or 4B) will serve as the basis for award of contract. I I I Item I 1 No. Description 1 Amount I I I LUMP SUM ITEMS I I I I I I I I I I I 1 4A-1 Construction of paved access road, turn-around/storage area, and 1 1 portion of Hathaway Street shown on the Drawings, complete, with 1 1 all appurtenant work as specified and shown including all 1 I associated earthwork, paving, roadway subbase, and curb and 1 I gutter. I I I I I I loo I For Lump Sum of I$ 5 ĩ OOCi- I I I oo I TOTAL BID PRICE (Item 4A-1, incl.) I$ 5 Ī 0ī.- JMM-[PHONE REDACTED].0011-MOSCOW WATER STORAGE RESERVOIR BID FORMS-BID PAGE 00300-9 ---PAGE BREAK--- I SECTION 00300 - BID FORMS ADDITIVE ALTERNATIVE BID SCHEDULE 4B - LUMP SUM Additive alternative schedule of prices for construction of graveled access road beginning at the centerline roadway station 0+00 and ending at the centerline roadway station 6+68.28 including the paved storage/turn-round area and the portion of Hathaway Street as shown on the Drawings and as specified in the Contract Documents. The paving around the reservoir between the and curb-and-guter on the south and the drainage swale on the north and beneath the reservoir and the curb and gutter located at the edge of this payjng js part of Bid Schedule 1 and is not part of this bid schedule. Bidder's bidding on Bid Schedule 1 must provide a bid on Bid Schedule 4B, or Bid Schedule 1 may be rejected. Bid Schedule 4B may or may not be awarded at the discretion of the OWNER, depending upon available funds (Bid Schedules 4A and 48 are alternative bid schedules and as such only one of these schedules will be awarded if sufficient funds are available). If Bid Schedule 48 is awarded, it will be included with the bid for Bid Schedule 1 and the combined low bid of Bid Schedule 1 and the items awarded in Bid Schedules 2, (3A or 3B), and (4A or 4B) will serve as the basis for award of contract. I I Item I No. Description Amount 4B-1 LUMP SUM ITEMS Construction of graveled access road, turn-around/storage area, and portion of Hathaway Street shown on the Drawings, complete, with all appurtenant work as specified and shown including all associated earthwork and gravel surfacing. For Lump Sum of I I I I I I I I I I I I I I de, I$/5JODT I JCJ TOTAL BID PRICE (Item 4B-1, incl.) I$ /Ĩ I oo ħ JMM-01 0190 2797 .0011-MOSCOW WATER STORAGE RESERVOIR BID FORMS-BID PAGE 00300-10 ---PAGE BREAK--- SECTION 00300 - BID FORMS INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS: The Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid. The Bidder shall also list below the portion of the work which will be done by each subcontractor under this Contract. The prime contractor shall list only one subcontractor for each portion as is defined by the prime contractor in his or her bid. The Bidder shall also submit with his bid, the information requested in Section 09800 entitled, "Protective Coating" paragraph 1.5 including valid State license and references. The Bidder's attention is directed to the provisions of Paragraph entitled "Subcontract Limitations," of the Supplementary General Conditions which stipulates the percent of the WORK to be performed with the Bidders' own forces. Failure to comply with this requirement will render the Bid non responsive and may cause its rejection. Work to be Performed 1. d 5 }0 2. 2 CJoo 3. /3.ao8 4. 5. Subcontr. Percent License of Total Number Contract 43di-AA-4 4333-IJ!i-1 5o% Note: Attach additional sheets if required. JMM-[PHONE REDACTED].0011-MOSCOW WATER STORAGE RESERVOIR Subcontractor's Name & Addres p 0 e A 5 p ha } + J Pu.. L( Ɣ"'J w tl. BID FORMS-BID PAGE 00300-11 ---PAGE BREAK--- 'NAMED EQUIPMENT/MATERIAL SUPPLIER LIST: The Bidder shall indicate below which Supplier the Bidder intends to use to furnish under the Bid, each item of equipment or material listed on this form by writing in one of the named suppliers specified in the Technical Specifications for that equipment or material (proposed substitutes may be listed on the Proposed Substitute Equipment/Material Supplier List form but will only be considered after award of the Contract). If no supplier is named in the Technical Specifications, the Bidder may list any supplier whose product meets all of the requirements and technical criteria specified. The listing of more than one supplier for each equipment/material to be furnished with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid non-responsive and may cause its rejection. Equipment/Material Steel Water Reservoir Prefabricated Metal Building Steel Piping (greater than Painting & Coating Systems Butterfly Valves (greater than Irrigation Pump Ductile Iron Piping (greater than PVC Piping (greater than Landscaping Beam Guard Rail Architectural Ribbed Metal Panels Gate Valves (greater than JMM-[PHONE REDACTED].0011-MOSCOW WATER STORAGE RESERVOIR Supplier mo ( s e. of'.S!. &l'ov.p S±ce-c H-0 fov-J lee 3ohn6- {Y\or State License No. 6/'14-B A t9- 1---2-3 Supplemental classifications held, if any: _ - - Name of Licensee, if different from above: Name of person who inspected site of proposed WORK for your firm: Name: Ffetnl< 3" 'CO<:.f/ev Date of lnspection: L{-3-9J ) Name, address, and telephone number of surety company and agent who will provide the required bonds on this contract: ma.y I 0 a \1 is :r N Spokane W A, (5o9) 535- 8783 7 ATTACH TO THIS BID the experience resume of the person who will be designated chief construction superintendent or on-site construction manager. ATTACH TO THIS BID a financial statement, references, and other information, sufficiently comprehensive to permit an appraisal of CONTRACTOR's current financial condition. JMM-01 0190 2797.0011-MOSCOW WATER STORAGE RESERVOIR BID FORMS-BID PAGE 00300-14 ---PAGE BREAK--- BIDDER'S GENERAL INFORMATION: (Continued) List three steel water reservoir construction projects completed as of recent date involving work of similar type and complexity: Project Contract Price Name, address, and telephone number of Owner List five references which show that the painting subcontractor has successful experience painting potable water reservoirs with the specified or comparable painting systems per Section 09800 - 1.5D: JMM-010190 Name, address, and Project telephone number of Owner 2797 .0011-MOSCOW WATER STORAGE RESERVOIR BID FORMS-BID PAGE 00300-15 ---PAGE BREAK--- William E. Motley, Pres. Motley -Motley, Inc. Field Superintendent (509) 334-3906 (509) 334-3114 Home Office This is a sampling of the work completed by our company in the past ten years: Waste Water Projects. Santa-Fernwood Ida.Sewer project Lagoons, Control Bldg.,Overland Plots. City of Colfax Wa. Sanitary Sewer. Horn School Rest Area, Lagoon and improvement of public facility. City of Worley Ida. Lagoon, control bldg and pipe installation. City of Pullman Wa. Sewage Treatment Plant, Site and pipe work, installation of gabions. Troy Ida. Waste Water treatment plant complete. Potlatch Ida. Sewage Facility complete. Roadway/Site Improvement City of Pullman Wa., Bishop Blvd. Washington D.O.T., Cold Creek Road, Benton County Washington D.O.T., Kahlotis Road, Franklin County Clarkston Port Extension. Pullman, Wheatland Mall,Site development including all pipe work WSU, Pullman Wa., Site development including all pipe work.Campus Commons. WSU, Pullman, Wa. Mechanical/Electrical Bldg. Site work including Pipe work. Domestic Water Main City of Genesee Ida. Water System development. Quality Inn, Pullman Wa.Site development including water and sewer systems Pullman Fire Fighters Training Tower Including all pipe installation. William E. Motley was the Field Superintendent on all the above projects. ---PAGE BREAK--- 'MORSE CONSTRUCTION GROUP COMPLETED PROJECTS LIST Longview,WA 1170-LO Everett,WA 1182-EV Everett, WA 1187-SL Usk, WA 1190-US Tacoma, WA 1197-TA Pt. Townsend 1220-PT Ferndale, WA 1223-FE Seattle, WA 1228-SE Spokane, WA 1248-SP Prudhoe Bay 1272-PB 42'2xso• Hi-D;45'2x31'6 $ 359,ono Lo-D; 22'2x20' Dump Chest BO'IJ x 123'611 AWWA 717,700 4 5 MG 126tƜ X 45• AWWA & 1,804,269 Pump Station/ 4.2 MG 180'2 X 161 183,223 Aeration Clarifier {8)Tank Farm. (3)400,000 299,971 gal;(1)200,000 gal;(3) 20,000 gal;{1)10,000 gal 54'2 x 100' Hi-D Tank 500 Ton 28012 X 48' API 650 500,000 Bbl 12'6"¢ X 193'1011 Dbl Wall Stack 1601¢ X 35'6i1 5 MG AWWA (6)Process Tanks API (2)42'¢x40;(2)46'x42 (1)22'¢xt4;(1)281 x 14 454,980 1,661,958 382,253 809,911 2,838,485 Longview Fibre Co PO Box 639 Longview 98632 Tramco,Inc 11323-30th Ave W Everett, . 98204 Silver Lk W.D. 2210-132nd SE Everett 98204 Ponderay Newsprint PO Box 130, Usk,WA Pennwalt Corp PO Box 1297 Tacoma, 98401 Pt.Townsend Paper PO Box 3170 Pt.Townsend 98368 Arco Products Co PO Box 8100 Elaine, WA 98230 uw Board of Regents Main Campus FG09 Seattle, 98195 City of Spokane Robert Risch (206)425-1550 Chris- St Onge 19;; Gray & Osborne Ron Cook (206) 284-0860 Gray & osborne Tamara Nack (206) 284-0860 Rust Engineering Jim Goertz (503)297-8511 Sid Luttinen (206)627-9101 Ed Bellero (206)285-3170 Bechtel Const Dick Giggy (206) 371-2290 1989 1990 1989 1989 1989 1989 Commonwealth Dyn 1990 29 Middle ST Newhuryport,MA 01950 Peter Strachan (508) 465-1840 Angelo. Bomben 1"990 t- I.J 1- cs . .t 0 c ;I 0 r ( iJ - A G A c Ɠ Ɲ.808 Spok.Falls Blvd (509)456-4390 Spokane 99201 BP Exploration,AK R.M. Parsons Co 1990 Prudhoe Bay,AK 100 W. Walnut Pasadena, CA 98124 ---PAGE BREAK--- E 6 I I I I I I I I I I I SECTION 00300 • BID FOt1MS BID BOND KNOW ALL MEN BY THESE PRESENTS, That MOTLEY-MOTLEY INC. as Principal, and u_N _r_TE_ D PA r _F _rc rN_ s_u_ RA_N E _c_o_ M_PA_N_Y usuʣʤ.Me held and firmly bound unto the City of Moscow, Idaho hereinafter called "OWNER," In the aum Of TEN PERCENT O F AMOUNT BID dollara, (not less than 1 0 percent of the total amount of the Bid) for the payment of which sum, wall and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said OWNER to perform the WORK required under the bidding sehedule(s) of the OWNER's Contract Documents entitled •conatruoUon of VIsta Water Storage Reservoir. • NOW THEFiEFOFiE, If said awarded a contract by said OWNER and, within the tlms and In the manner required In the "Notice Inviting Bids" and the "Instructions to Bidders" enters Into a written Agreement on the form of agreement bound with said Contract Oooumanta, w Jt'[hes ,th.eÍ .certificates of Insurance, ·and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null an void, otherwise It shall remain In full force and effect. In the event suit is brought upon this bond by said OWNER and OWNER prevails, said Surety shall pay all costs Incurred by said OWNER in such suit. Including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this dayof APRIL ,1991 MOT LEY7MOTLEYX INC. (Principal) (SEAL) UNITED PACIFIC INSURANCYSEAL) (Surety) ' . ' WJ_ Czcı- Ĥ (Signature) WILLIAM H. DAVIS ATTORNEY IN FACT ģSEAL ANO NOi"ARIAL ACKNOWL.EDQEMENT OF SURETY) JMM-[PHONE REDACTED] .0011 MQSCOW WATER STORAGE RESERVOIR BID FORMS-B\0 PAGE 00300-16 ---PAGE BREAK--- UNITED PACIFIC INSURANCE COMPANY HEAD OFFICE, FEDERAL WAY, WASHINGT POWER OF ATTORNEY iCNOW All MEN BY THESE PRESENTS, TNt the UNITED PACIFIC INSURANCE COMPANY, 1 corpoution duly or1111niad unc* the lews of the Stet• of Washington, do• heuby nwkl, anltitute and appoint W I LL I A M H. D A V I S o f SPOKANE , WASHIN GTON ita true lawful Attorney-in-FKt, to rneke, ex.::ute, -1 end deli\o• for end on itl behalf, end • itl ect Γdeed A N Y AND A L L BONDS A N D U N DERTA K I N GS OF SUR E T YSH I P end to bond the UNITED PACIFIC INSURANCE COMPANY thereby 11 fully and to th ume extent as if such bonds and undertalcingsend other Mitongs oblogatory on the nature thereof were s.gned by en Executiw Offoctf of the UNITED PACIFIC INSURANCE COMPANY end suled and by one other ol1uch olloc:ers, end hereby retilies end conforms ell thlt its uid Attorney(sl·in-Fec:t may do in pursuen§ hereof. Thos Power of Attorney is 11fented und8f end by euthoroty of Artic:le VII of the By-laws of UNITED PACIFIC INSURANCE COMPANY whoch blame elfectove September 7, 1978. whoctl provoSians au now on lull fors and effect, reldong 11 follows. ARTICLE VII- EXECUTION OF BONOS AND UNDERTAKINGS 1. The Board of Oorectors. the Presodent, the Chaorm.n of the Board, any Senoor Vice President, eny Voce President or Auostant Voce Presodent or other ollocer desognet!KI by the 8CU)rd of Directors shall hav• power end authority to lei appoint Attorneys-in-Fect end Ia :authoroze them to execute oo behalf of the Company, bonds end undertakongs, remgnozances, antrects of and other wrotings obliiiJIItory 1n the NOture thereof, end to remove any such Attorney-in-Fact at any tome and revoke the po-r and euthority giwn to him. 2 Attorneys-on-Feet shall haw power 1nd authority, subject to the t8fms end limitations of the po-r of attorney ouued to them, to execute and del over on behalf of the Company, bonds and undertakongs, rtcognizanc.es, contracts of mdemnity and other wrotongs obloDzotory in the nature thereof. The corporate uel os not necessary for the Vllodoty of eny bonds end underteking recogniunǮ. antracts of end oth8f wrttings obligatory on the nature thereof. 3. Attorneys-on-Feet shell haw power end euthorrty to uecute affidavits requored to be attached to bonds, recognizances, contracts of ondem· noty or other o.>ndotoaNI or oblogatory and they shall also have power and authority to snofy the fiNOnciel statement of the Company 11nd to copoes of the By·lews of the Company or any artocle or uctoon thereof. Thos power of attornrr os sogned and sealed by fecsomole und8f and by authority of the followong Resolutoon -'opted by the Board of Oorectors of UNITED PACIFIC INSURANCE COMPANY at a meetong held on the 5th day of June, 1979,11 which a quorum_, present, end said Rnolutoon has not been ǯmended or repealed. "Resolwd, that the signature of sudl dorectors end offocers and the seal of the Company may be affixed to any such power of attorney or any cenofocall relatong thereto by facsomole, and any such power of attorney or certofocate bearong such facsomole sognaturn or faCSlmole seal shall be valod end bondong upon the Comp.ny and any such power so executed and certoloed by facsomole sogl'\llturH end faCSlmole Mil shall be valod and bonding upon the Company on the future woth rHpect to any bond or undertakong to whoch ot os attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused thew prewnu to be sogned by its Vi§ President, and ou corporate Rll tO be hereto affixed, thol 2 8 t h day Of S ePtem b e r 19 8 7 sTAn ut= W a s h i n ƒ n COUNTY OF K i n g On thos 2 8 t h dey of 'Fz;zMPANY VM:Ie President se p t e m b er . 198 7. penonelly appeered L awre n c e W . C a r l s t rom to m e known to be the Vice-President of the UNITED PACIFIC INSURANCE COMPANY, end acknowledged that he executed and lltested the fore· goong onstrument end effixed the -1 of uid corporation thereto, and that Article VII, Section 1. 2, and 3 of the By-laws of uid Company, and the Resolution. •t forth th8fein, ere still in full force. My Commolllan Expires: May 15 .11 90 Notary Public: in end for State o Residing It Ta coma I, J 0 h n E • V a n C e , A11i1t1nt Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the llbow end foregoing is I true end of e Power of Attorney executed by uid UNITED PACIFIC INSURANCE COMPANY, which is still on full force end effect. IN WITNESS WHEREOF,! he.,. hereunto ut my hand end effixld the -1 of uid Company thit 17TH ǰyDZ APRIL 1191 BOU-1431 Ed. -4/80 , y o h n E. V a n ce . . ---PAGE BREAK--- Ƒ ;TION 0061 0 - PERFORMANCE ,QND KNOW ALL MEN BY THESE PRESENTS, That MOTLEY-MOTLEY I NC . and UNITED PACIFIC INSURANCE COMPANY as CONTRACTOR, as Surety, are held and firmly bound unto the City of Moscow, Idaho hereinafter called "OWNER," in the sum of N I NE HUNDRED THI RTY S I X THOUSAND S I X HUNDRED AND NO/ l O OTHS dollars, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said CONTRACTOR has been awarded and is about to enter into the annexed Agreement with said OWNER to perform the WORK as specified or indicated in the Contract Documents entitled "Construction of Vista Water Storage Reservoir." NOW THEREFORE, if said CONTRACTOR SHALL perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the WORK to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said CONTRACTOR or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said CONTRACTOR or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED, this _ _ 9 H= day of _ _ _ MA _ _ _ _ _ _ , 1 991 MOTLEY-MOTLEY, I NC . (CONTRACTOR) By dtne!r UN I TED PAC I F I C I NSURANCE COMPANY (Surety) By: (A)..1._h_avx -tJ. Ta. . Β (Signature) W I LL IAM H . DAV I S ATTORNEY I N FACT (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY) JMM-01 0 1 90 2797.001 1 -MOSCOW WATER STORAGE RESERVOIR PERFORMANCE BOND PAGE 00610-1 ---PAGE BREAK--- UNITED PACIFIC INSURANCE COMPANY HEAD OffiCI. fEDERAL WAY, WASH INC POWER OF ATTORNEY KNOW ALL MEN IV THESE ,RESENTS, Tllet the UNITED PACIFIC INSURANCE COMPANY, 1 duly OfJIIniad wndw the of the Stall ol Westuf\i10n, do• herlby make, conatituta and appoint - W I L L I A M H . DAV I S o f S P O KA N E , W A S H I N GT O N ill true and lawful Attornev-in·FIC1, to make, execute, 1 end dllw• far and on hi behalf, and • ill ect and A N Y A N D A L L B O N D S A N D U N D E R T A K I N G S O F S U R ET Y S H I P and to bond the UNITED PACIFIC I NSURANCE COMPANY ther.tly as fully and to the.MrM ntent 11 if JUdi bonds and undertakings and other W"illnp abligatory 1n the nature thereof signad by an Exaa.tiw DII1C11' of the UNITED PACIFIC INSURANCE COMPANY and ted and att.,ted by one other of suc:h olfu:«l, and hertby ratihn and eonf1rnu all that ill aaid AttornaylaHn-Fact may do in punuanca hereof. n.ΐ Po-r of Attorney it granted under and by authority of Articll VII ol the ly·uws of UNITED ACIFIC INSURANCE COMPANY wtuch t.c:.me eflact1ve Septaii'Ur 7, 1 978, wtuc:h l)fovia.ona are now 1n full forCI Ind affect, r d.,'ll ll follows. ARTICLE VII - EXECUTION Of BONDS AND UNDERTAKINGS 1 . The Bndotoon.l or oblogatory underukongs and they shall •lso have power .nd authority to certify the fanìncial st•tement ol the Company lind to copan of the By·UWS of the Company 01' any ertacte or Mctaon thereof. Thee power ol attorney 11 sagned and sealed by lecsamale under end by luthoraty of the followong Resofutaon ldopted by the Board ol Oorectors of UNITED PACIFIC INSURANCE COMPANY at 1 meetang held on the 5th day of June, 1979, 11 which 1 quorum wee present, and saod R110lutaon has not been amended or repealed. "Resolved, that the sigraturn ol sudl d11ecton and offacen 1nd the Mil of the Compeny nwy bl 1ffaxed to 1ny such power of attorney or any certafocatt relit eng thereto by facĤamafe, and any such power of 1ttorney or certofaC4te beanng such laaamale sognatures or facsamale seal shall be vahd and bandong upon the ComPinY and any Ώch power so executed and certafotd by facsamlle sagnatures and faCSimale seal shall be vahd and banding upon the Company an the future wath rnpect to any bond or undertaking tO whach It IS attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has ceused thew pres.nts to bl 11gned by its Vice President, 1nd ats corporate lUI to bl hereto affixed, thil 2 8 t h day of S e p t e mb e r 19 8 7 STATE OF COUNTY OF On thas W a s h i n g t o n K i n g 2 8 t h day of S e p t e m b e r Fz;;:MPANV Vice President , 198 7. penl.)nally appeered L aw r e n c e W . C a r l s trom to me known to be the Vace.President of the UNITED PACIFIC INSURANCE COMPANY, 1nd ecknowfedgtd thet he eucuted and the fort· goang anstrument and affixed the seal of uid corpor1tion thereto, end that Article VII, Section 1, 2, .ncS 3 of tht By-laws of uid Company, and the Resolution. •t forth therein, ll'e still in full force. , . Q if My Commawon Exptret: M 1 5 9 0 lULĂ . ! ay , 19 ·ġ Notary Public in end for Statt o W a S h ' t 0 n Residing et T a c o m a I, J 0 h n E • Va nCe , A11inant Secretary o f the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the lbow end foregoing i1 1 true end correct copy of 1 Po-r of AttOI'ney eucutld by uid UNITED PACIFIC INSURANCE COMPANY, which is still an full force end effect. IN WITNESS WHEREOF, I have hereunto ut my hand end 1ffi•ed the -1 of uid Compeny thll 9TH dlty of MAY 1t 9 1 BDU-1431 lEd. 4/80 t!.t£vu o h n E . V a n c e . . ---PAGE BREAK--- . . . . . . · . . . . . . . . . . . I"AODUCDt May·Davfa, Inc. P.O. BOX 1 1589 SPOICANE, \iiA 99211- JLLIAM H. DAVIS 509-535·8783 CSR wM IUU.EDAnƃ 05/09/91 . - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. COMPANIES AFFORDING COVERAGE Nl'f A MARYLAND CASUALTY Ύ. . . . . . . . . . . . " . . . . . . . . . . . . . ; COMPAHY ;d·UX·· · · · . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ā . ğ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :q:pe:o:o:::y, Inc. : . } . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Pullman, \iiA 99163 AHY D .COVERAGES..- " : : . . . . . . . . . . . . . . . . . . . . . . . . . THIS IS TO CERTIFYTHATTHE POUCIES Of INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION Of ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. UMfTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. co , LTA · : GENERAL UABIUTY A : COUMER:IAL GENERAL I.IABIUTY ; ClAIMS MADE : . X . . : OCCUR. ; : OWNER'S & OON'TRACTOR'S PROT. . : AUTOMOBILE UABIUTY A ' X : . : AU. OWNED AUTOS 9CH£OUt.ED AUTOS . : HIRED AUTOS . GAP.AGE UASIUTY ' EXCESS UABIUTY A X UMBREI..1A FORM OTHER THAN UM8AEU.A FOAM WORJ