Loading...
2020 Bids for Paved Access Roada April 20, 2020 Mr. Geary Combs Blair Airport Authority Chairman 218 South 16"' Street Blair, NE 68008 Re: Blair Municipal Airport Blair, Nebraska Pave Access Road Al P No. 3-31-0109-016 / Olsson No. 019-3440 Dear Mr. Combs: On April 16, 2020, three bins were opened for this project. The binders and their bid amounts are listed below and on the attached bid tabulation. $651,607.40 $811,201.50 $880,659.00 $645,000.00 No errors In calculations were found in the bid proposals. PSC Construction, Inc of Blair Nebraska, was determined to be the apparent low bidder. Their bid is $6,607.40 (1.0%) over the engineer's estimate. PSC Construction, Inc provided a 5% bid bond as a bid guaranty in accordance with the contract documents. PSC Construction, Inc. met the Bidder Qualification requirements listed in the Instructions to Bidders, page I13-5. PSC Construction, Inc. acknowledged Addendum No. 1 and No. 2. RSC Construction, Inc. proposes a minimum of 7.57% DBE utilization, which meets the contract goal of 7.57%. Their proposed DBE subcontractors are Japp Brothers Grading, LLC and James Enterprise, Inc who are both certified by Nebraska Department of Transportation (NDOT) as DBE subcontractors. PSC Construction, Inc's Buy American Certification indicated their full compliance and no waiver was requested. PSC Construction, Inc. was not found on the Debarred Prime, found at. 641 P Street t Suite 2001 Lincoln, NE 68508 0 402,474,63111 olsson.com Blair Airport Authority April 20, 2020 Page Two A tentative list of subcontractors was included in the bid proposal. PSC Construction has previously completed work with the Blair Airport Authority at the airport, taxilane pavement, and work was performed In a timely, responsive and acceptable manner. Olsson has evaluated the bids and has determined PSC Construction, Inc. to be responsive and responsible and find that the proposed contract price is considered fair and reasonable. It is our understanding that the Airport Authority intends to award the contract to PSC Construction, Inc of Blair, Nebraska at their upcoming Airport Authority meeting on April 21, 2020 contingent upon FAA and NDOT concurrence. The following items are enclosed: 1. Bid tabulation with engineer's estimate 2. Low bidder's complete proposal form, which Includes: a. Buy American Certification Form b. DBE Utilization Statement c. DBE Letter of Intent d. List of subcontractors 3. Plan Holder's List Please advise when the contract documents can be issued. If you have any questions, please contact me at (402) 202.4980. Sincerely, Heather Olson, P.E. Project Manager Encls. cc: Anna Lannin, NIDOT; Steve Whitton, FAA BID TABULATION Bid Opening Date: April 16, 2020 -10:30 AM BlairMunidpalAirport, Blair, Nebraska Pave Access Road AIP Project No. 331-0109.016 Olsson Project No. 019.3440 Page 1 of 2 CONTRACTOR PS Construction, Inc. M.E. Collins Contracting Midwest DCM Engineefs Estimate Blair, NE Wahoo, NE Omaha, NE Item No. Spec ITEM UNIT QTY, Unit Price Extension Unit Price Extension Unit Price Extension Unit Price Extension 1 C-102 Temporary Seeding AC 3.1 $900.00 $2,790.00 5626.00 51940.60 $1500.00 S4650.00 5500.00 51550.00 2 C-102 Sift Fence Installation and Removal LF 1,467 $5.00 $7,335.00 $3.50 $5,134.50 $5.00 57,335.00 $5.00 $71335.00 3 C-102 Erosion Control Blanket NDOT Class D SY 3.645 $1.42 55175.90 51.30 $4 738.50 $4.00 514580.00 52.50 59112.50 4 C-102 Wattle Barrier Installation and Removal LF 192 $12.00 $2,304.00 $5.20 5998.40 510.00 $1,920.00 $18.00 $3,456.00 5 C-105 Nbbilization(N.T.E.10`Yo) LS 1 S10000.00 $10OD0.00 580200.00 S80,200.00 $50,445.00 $50445.00 $58059.00 $58059.00 6 P-101 Concrete Pavement Removal SY 110 $11.251 $1,237.50 $29.00 $3,190.00 $10.00 $1,100.00 $20.00 $2,20D.00 7 P-101 24' Corrugated Metal Pipe (CMP) Removal LF 49 $5.00 $245.00 $13.00 S637.00 $20.00 $980.00 $25.00 $1,225.00 8 P-101 36' Reinforced Concrete Pi RCP Removal LF 50 55.00 5250.00 521.00 $1 050.00 535.00 S1,750.001 $60.00 53000.00 9 P-101 36' Flared End Section Removal EA 1 $100.00 $100. 315.00 $315.00 $250.00 $250.00 $450.00 50.00 10 P-101 Ri ra Removal LS 1 $245.00 $245.00 S1 580.00 $1580.00 $1,500.00 $1500.00 $1000.0 $1,000.00 11 P-151 C{eadngandGrubbing Area 1) LS 1 $1,000.00 $1,000.00 51,x.00 $1,000.00 S9,50D.00 $9,500.00 $800.00 .00 12 P-151 Clead and Grubb! Area 2 LS 1 $1,000.00 $1 000.00 St x.00 S1 000.E 59,500.00 $9500.00 S1 100.00 $1,1 .00 13 P-151 Tree Removal EA 5 $500,00 $2 500-00 1,000.00 $5,000.00 51,300.00 $6,500.00 250.00 $1,250.00 14 P-152 UnclassifiiedExcavation CY 8775 $12.50 $109687.50 $12.90 $113,197.50 $10.00 $87750.00 58.50 $74,587.50 5 P-152 Muck Expvation CY 225 $14.50 3,282.Sf! 522.00 $4,950.00 518.00 4,050.00 $20.00 $4,600.00 16 D-701 24- Class IV Reinforced Concrete Pipe (RCP) LF 100 $75.00 $7,500.00 $90.00 59,000.00 $1185.00 $18,500.00 $55.00 55,500.00 17 D-701 24' Class IV RCP Flared End Section EA 2 $550.00 $1,100.00 $942.00 $1,884.00 $2,000.00 $4,000.00 $800.00 $1,600,00 18 D-701 36' Class IV Reinforce Concrete Pipe RCP LF 176 $175.00 $30,800.00 $159.00 $27,984.00 $245.00 $43,120.00 580.00 $14,080.00 19 0.701 36' Class IV RCP Flared End Section EA 1 S2,000.0 52 ODO.OD 51 495.00 $1 495.00 53=0=00 .00 $3,00. $1,200.0 51,200.00 42' Round Equivalent Class IV Elliptical 20 D-701 Reinforced Concrete Pi RCP LF 150 $250.00 _J37,500.00 $361.00 $5415000 $395.00 559,250.00 5110.00 $16,500.00 40Round Equivalent Class Eillpucal RCP 21 D-701 Flared End Section EA 2 $2,20D.00 54,400.00 53068.00 $6136.00 $5,200.00 $10400.00 51,800.00 $3,600.00 22 1 D•751 Manhole Structure (60 -Inch) LS 1 $5,250.00 5,250.00 $13,782.00 $13,782.00 S8,50D.00 $8,500.00 $6,000.00 $6,00D.00 23 T-901 Seeding AC 3.4 $2,500.00 $8,506.00 $2,130.00 $7,242.00 $5,300.00 $18,020.00$900.00 $3,060.00 24 T•908 Mulching C 2.7 1,500.00 $4,050.00 $ ,160.00 $3,132.F 1,850.00 $4,455.00 $900.00 $2,430.00 NDOT S' Yellow Permanent Pavement Marking, 25 423 Paint LF 79 $5.00 $395.00 $17.00 $1343.00 $15.00 $1185.00 $10.00 $790.00 26 NDOT 612 Sealiq Joints LF 7 95 $$2.00 $15912.00 $3.00 523,868.00 $1.50 $11934.00 $1.00 $7,956.00 27 NDOT 905 Rock Riprap, Type 8 TON 45 $77.00 S3,465. 594.00 $4,230.00 S125.00 S5,625,001 S75.00 $3,375.00 Page 1 of 2 BID TABULATION Bid Opening Date: April 16, 2020 -10:30 AM Blair Municipal Airport, Blair, Nebraska Pave Access Road AIP Project No. 3.31-0109.016 Olsson Project No. 019.3440 Page 2 of 2 PS Construction, Inc. M.E. Collins Contracting Midwest DCM Engineefs Estimate CONTRACTOR Blair, NE Wahoo, NE Omaha, NE item No. Spec ITEM UNIT CITY. Unit Price ............. . .... Extension Unit Price _.. _. . Extension Unit Price Extension Unit Price Extension 28 NDOT 913 Reset Right -of -Way Markers EA 4 $130.00 $520.00 $160.00 $640.00 $300.00 $1,200.00 $500.00 $2,000.00 29 Olsson 100 7 -inch NDOT476.4000 PCC SY 5,032 $59.25 $298,146.00 $62.10 $312,487.201 $71.00 $357,272.00 $60.00 $301,920.00 30 Olsson 100 8•inchNDOT47B.4000PCC SY 539 S60.001 $32340.00 $75.40 $40.640.60 574.00 $39886.00 572.00 $38,808.00 31 Olsson 100 10•inchNDOT4713-4000 PCC SY 244 $70.00 $17080.00 $103.00 $25132.00 $85.00 $20740.00 585.00 520740.00 32 Olsson 101 Construction Layout and Stakes LS 1 $24,000.00 $24,000.00 524,950.00 $24,950.00 S12,500.00 $12,500.00 $4,200.00 $4,200.00 33 Olsson 102 H 133 Traffic Control LS 1 $4,500.00 $4,500.00 $11,524,00 $11,524.00 $5,500.00 $5,500.00 518,000.00 518,000.00 34 Olsson 103 AggrogatelAsphalt Milling Removal/Salvage CY 606 $4.50 $2,727.00 $13.80 $8,362.80 512.00 $7,272.00 $18.00 $10,908.00 Olsson Salvaged AggregatelAsphatt Milling 103 Shouldering SY 1,276 $2.50 $3,190.00 $4.90 $6,252.40 $35.00 $44,660.00 $B.00 $10,208.00 36 Olsson 103 Concrete Parking Block EA 8 $75.00 5600.00 $220.00 $1.760. $185.00 $1480.00 $250.00 $2000.00 lsson 37 103 Stop Sign EA 1 S500.00 5500.00 $275.001 $275.00 $350.00 $350.00 $500.00 $500.00 TOTAL: $651,607.40 $811,201.50 $880,659.00 $645,000.00 DBE Participation (7.5756 goal) 7.94% 7.57% Good Faith Effort Bid Guarantee: 5% Bid Bond 5% Bid Bond 5% Bid Bond Addendum Nos, t B2: Yes Yes Yes Remarks: Page 2 of 2 2 3 4 7 10 11 12 13 14 16 WIN& i1wWw"'ll"i" Fillaugaillmommami I PROPOSALIFORM TO: Blair Airport Authority TME BIDOF PSC Construction Inc. Name of Contractor The undersigned hereby proposes to furnish all labor, permits, materials, machinery, tools, supplies, equipment and appurtenances necessary to faithfully perform all work required for construction of the Project In accordance with the bid documents, specifications, project drawings, and issued addenda within the specified time of performance for the following prices. Item Spec, Estimated No. No. Description Quantity Unit Unit Price Total Amount I C-102 Temporary Seeding 31 AC $ 900,00 $2,790.00 2 C-102 Silt Fence InstallationaR- 1,467 LF $5,00 $7,335-00 Removal 3 C-102 Erosion Control Blanket (NDOT 3,645 SY $ 1,42 $ 5,175:90. Class 1D 4 CA02 Wattle Barrier Installation and 192 LF $12.00 $2.304.00 Removal 5 C-105 Mobilization (N.T.E. 10%) 1 LS $ 10,000.00 $10,000,00 6 P-101 Concrete Pavement Removal 110 Sy $11.25 $1,237.50 7 P-101 24" Corrugated Metal -Pipe 49 LF $5.00 $245.00 ( MP) Removal 8 P-101 " Reinforced Concrete Pipe 60 LF $5.00 $250.00 RCP) Removal 9 P-101 36" Flared End Section Removal 1 EA $100,00 $100.00 10 P-101 Rlprap Removal 1 LS $245.00 $245.00 11 P-151 Clearing and Grubbing (Area 1) 1 LS $1,000.00 $1,000.00 12 P-151 Clearing and Grubbing (Area 2) 1 ILS $1,00(),00 $ 500.00 $1,000.00 $2,500.00 13 P-151 Tree Removal 5 EA 14 P-152 Unclassified Excavation 8,776 Cy $12.50 $109,687.50 15 P-152 Muck Excavation 225 Cy $14.50 $3,262.50 16 D-701 2411 Class IV Reinforced 100 LF $ 75.00 $7,500.00 Concrete Pipe RCP 17 D-701 24" Class IV RCP Flared End 2 EA $ 550.00 $1,100.00 Section 18 D-701 36" Class IV Reinforce Concrete 176 LF $ 175.00 $30,800.00 Pipe (RCP) 19 D-701 36" Class IV RCP Flared End EA $ 2,000.00 $2,000.00 Section 20 D-701 42" Round Equivalent Class IV ISO LF $250.00 $37,500,00 Elliptical Reinforced Concrete Olsson P-1 Ite , m - No. Spec. No. Doscri f1pil, Estimated Quantity Unit Unit Price Total Amount Pipe (RCP) nm 4--F—Round Ej6lvii—ent Class—IV 21 13-701 Elliptical RCP Flared End 2 EA $ 2,200.00 4,400.00 Section Manhole Structure (60 -inch) -- 22 D-761 1 LS $5,250.00 $ 5,250.00 23 T-901 Seeding 3.4 AC $2,500.00 $8,500-00 24 T-908 Mulching 2.7 AC $1,500.00 $ 4,050.00 26 NDOT 5 Yellow PetmanO nt Pavement 79 Lr $ 5.00 $ 395.00 423 Markin Paint N61DOT Sealing Joints 7,966 I -F $2.00 $15,912.00 26 2 - 27 NOT Rock Riprap, Type 8 45 TON $ 77.00 $3,465.00 905 28 N91DOT Reset Right -of -Way Markers 4 EA $ 130.00 $620.00 3 29 Olsso0n 7 -Inch NDOT 47BA000 PCC 5,032 SY $ 59.25 $ 298,146.00 '10 30 Olason 8 -inch NDOT 4713-4000 PCC 639 SY $60,00 $32,340,00 100 — 31 Ola 10 -inch NDOT 4754000 PCC 244 SY $ 70.00 $17,080,00 1 00son 32 Olsson Construction Layout and Stakes I LS $24,000-00 $24,000.00 101 33 0102 16s"on Hwy 133 Traffic Control I LS $4$500.00 $4,500-00 $4.50 $2,727.00 34 —6-1ason AggregateAsphalt Milling 606 CY 103 Removal/Salvaae 35 Olsson Salvaged Aggregate/Asphalt 276 1, SY ' Y $2.50 $3,190.00 103 Milling ShoU-1dedin --- 36 Olsson Concrete Parking Block 8 EA $75.00 $600.00 103 37 OlssonStop Sign I EA $500.00 $500.00 103 — TOTAL $ 651,607.40 ACKS2&90015MENTS a SIDDr: 3 4 a. By submittal of a proposal, the BIDDER acknowledges and accepts that the quantities 5 established by the OWNER are an approximate estimate of the quantities required to fully 6 complete the Project and that the estimated quantities are principally intended to serve as a 7 basis for evaluation of bids. The BIDDER further acknowledges and accepts that payment 8 under this contract will be made only for actual quantities and that quantities will vary in 9 accordance with the General Provisions subsection entitled "Alteration of Work and 10 Quantities", 11 12 b. The BIDDER acknowledges and accepts that the Bid Documents are comprised of the 13 documents identified within the Instructions to Bidders. The 13IDDER further acknowledges 14 that each of the Individual documents that comprise the Bid Documents are complementary A 1-11 61 0 of 16 to one another and together establishes the complete terms, conditions an v ua on 16 Olsson the successful BIDDER. P-2 1 c, As evidence of good faith in submitting this proposal, the undersigned encloses a bid 2 guaranty In the form of a certified check or bid bond in the amount of 6% of the bid price. 3 The BIDDER acknowledges and accepts that refusal or failure to accept award and 4 execute a contract within the terms and conditions established herein will result in forfeiture 5 of the bid guaranty to the owner as a liquidated damage. 6 7 d. The BIDDER acknowledges and accepts the OWNER'S right to reject any or all bids and to g waive any minor Informality in any Bid or solicitation procedure, 9 10 e. The BIDDER acknowledges and accepts the OWNER'S right to hold all Proposals for 11 purposes of review and evaluation and not issue a notice -of -award for a period not to 12 exceed 90 days from the stated date for receipt of bids. 13 14 f. The undersigned agrees that upon written notice of award of contract, he or she will 15 execute the contract within fifteen (1$) days of the notice -of -award and furthermore and 16 provide executed payment and performance bonds within fifteen 5 days from the date of 17 contract execution, The undersigned accepts that failure to execute the contract and 18 provide the required bonds within the stated timeframe shall result In forfeiture of the bid 19 guaranty to the owner as a liquidated damage. 20 21 g, Time of Performance: By submittal of this proposal, the undersigned acknowledges and 22 agrees to commence work within ten (10) calendar days of the date specified in the written 23 "Notice -to -Proceed" as issued by the OWNER, The undersigned further agrees to complete 24 the Project within Phase 1: 35 Working Days; Phase 2.12 Working Days; and Phase 3: 25 18 Working Days TOTAL of 6$ Working Days from the commencement date specified 26 In the Notice -to -Proceed. 27 25 h. The undersigned acknowledges and accepts that for each and every working day the 29 project remains Incomplete beyond the contract time of performance, the Contractor shall 30 pay the non -penal amount of I& 000 per working day as a liquidated damage to the 31 OWNER, 32 33 1. The BIDDER acknowledges that the OWNER has established a contract Disadvantaged 34 Business Enterprise goal of 7.67 percent for this project, The BIDDER acknowledges and 35 accepts the requirement to apply and document good faith efforts, as defined in Appendix 36 A, 49 CFR Part 26, for subcontracting a portion of the prime contract to certified- 37 ertified37 Disadvantaged Business Enterprises (DBE), as defined in 49 CFR Part 26 for purposes of 38 meeting the OWNER'S established goal. The BIDDER, In complying with this requirement, 39 proposes participation by Disadvantaged Business Enterprises as stated on the attached 40 forms, "Utilization Statement" and "Latter of Intent" 41 42 j. The BIDDER, by submission of a proposal, acknowledges that award of this contract Is 43 subject to the provisions of the Davis Bacon Act. The BIDDER accepts the requirement to 44 pay prevailing wages for each classification and type of worker as established in the 45 attached wage rate determination as issued by the United States Department of Labor. 46 The BIDDER R further a the established iges and prevai ng wages lilry incorporateuirement to n evesubco tract agrement entered 47 provisionapay 43 Into by the Bidder under this project. 49 5o k. Compliance Reports (41 CFR Part 60-1,7): Within 30 days after award of this contract, the 61 Contractor/Subcontractor shall file a compliance report (Standard Form 100) if shelhe has 52 not submitted a complete compliance report within 12 months proceeding the date of 53 award. This report Is required If the Contractor/Subcontractor meets all of the following 64 conditions. P-3 alsson 1 1 . Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5, 2 3 2, Has 60 or more employees. 3. is a prime contractor or first tier subcontractor. 4 $ 4. There Is a contract, subcontract, or purchase order amounting to 50,000 or 5 more 6 7 REPRESENTATIONS BY BID 8 9 By submittal of a proposal (bid), the BIDDEP, represents the following. 10 11 a, The BIDDER has read and thoroughly examined the bid documents Including all 12 authorized addenda. 13 14 b. The BIDDER has a complete understanding of the terms and conditions required for the 16 satisfactory performance of project work. 16 17 c. The BIDDER has fully Informed themselves of the project site, the project site conditions 18 and the surrounding area, 19 20 d, The BIDDER has familiarized themselves of the requirements of working on an the conditions that may In any manner affect cost, 21 22 operating airport and understands progress or performance of the work 23 24 e, The BIDDER has correlated their observations with that of the project documents. 26 26 f. The BIDDER has found no errors, conflicts, ambiguities or omissions In the project documents, except as previously submitted in writing to the owner that would affect cost, 27 28 progress or performance of the work. 29 30 13, The BIDDER is familiar with all applicable Federal, State and local laws, rules and 31 regulations pertaining to execution of the contract and the project work. 32 33 h. The BIDDER has complied with all requirements of these instructions and the associated 34 project documents. 36 36 CER_TIFICATIgNS BY BIDP gR 37 38 39 a. The undersigned hereby declares and certifies that the only parties interested In this are named herein and that this proposal Is made without collusion with any other 40 proposal person, firm or corporatiorf, The undersigned further certifies that no member, officer or has direct or Indirect financial interest In this proposal. 41 agent of OWNER'S 42 43 b, Certification of Non-Segregated Facilities: (41 CFR Part 601.8) federally-assisted construction contractor, certifies that K gg_Qs 44 46 The BIDDER, as a potential not maintain or provide, for Its employees, any segregated facilities at any of its its employees to perform their services at any 46 establishments and that it does not permit location, under its control, where segregated facilities are maintained. The BIDDER 47 48 certifies that ItM&Lnjo maintain or provide, for its employees, segregated facilities at any of 49 its establishments and that It will not permit its employees to perform their services at any its control where segregated facilities are maintained, The Bidder agrees 60 61 location under Clause, which Is to that a breach of this certification is a violation of the Equal Opportunity 52 be Incorporated in the contract. 53 64 66 P-4 alsson z 3 4 6 7 9 10 11 12 13 14 18 16 17 18 19 20 21 22 C. As used In this certification, the �grgfacilities"ted any waiting rooms, work and washrooms,restaurants and other area, time Clocks, looker areas, restrooms, areas, arking lots, dressing rooms and other storage or ortallon, and housing facilities provided for employees yees recreation h entertainment areas, transp are segregated on the basis of race, calor, religion, or national origin because of habit, local custom, or any other reason, The Bidder agrees that (except where it has obtained identioai certiflcatlons from proposed d subcontractors for subcontractors priospecifico th award f subcontracts exceit edingll 0 identical certifications from propose ortra is exceeding $10,000 w ref are not certifications {ons in itt from thes files, of the equal SPP Clause and that It 23 24 e. 26 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 46 46 47 48 49 so 61 62 63 64 f. 'trade Restriction Certification; (49 CFR Part 30) The Bidder, by submission of an offer certifies that it:ded 1. 1s not owned or controlled by or more itizens of a against U.S. frets pubiishedncountry by the office hen the list of countries that discnmi g United States Trade Representative (USTR)'ect with a 2, has not knowingly entered into any contractor subcontract for this prof person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list;roduot for use 3. has not procured any product nor subcontracted for the supply of any p on the project that is produced in a foreign country on said list, Certificate Regarding Debarment and suspension (Bidder or Offeror) rt By submitting a bid/proposal thissolicitation, prioposlal that n ither it nvder or rfits print pals t� e at the time the bidder or offeror submits presently debarred or suspended by any Federal department or agency from participation in this transaction. Certification Regarding Deban-nent and Suspension (Successful Bidder Regarding Lower Tier participants) The successful bidder, by administering acsubcontracteach lower tier participant that Xce $25,O00 as a "covered transaction,, ms# verify each lower of a "covered Is noi resently rred or otherwise transaction" under the project project Theasuccessf I bidder will accomplih this fied from participation in this federally by: 1. Checking the System for Award Management at webslte: htt-'!/www.sam.goy 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant covered ed to ed trall hnsact�ion,rtherFAA It was excluded or disqualified at the time it entered pursue any available remedy, including suspension and debarment. g. Lobbying and influencing Federal 16mptoyees The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidder or offeror, to any person for Influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employes of a Member of Congressemi connection making f any l=ed of loan, Federal contract, the making of any F fl,P-5 Olsson and he extension, I the entering into of any cooperative agreement, f �n eFo�deraitcontract, grant, loainuorlon, 2 renewal, amendment, or modification 3 cooperative agreement. 4 2 if any funds other than Federal appropriated funds have been paid or wiles of anyaid to } any parser for influencing or attempting to influence ee oofficer Congress, or an emploee 6 agency, a Member of Congress, an officer of employ 7 of a Member of congress in connection with this Federal contract, grant, loan, or ao erative agreement, the undersigned shall complete and submit Standard Form- 9 LLL,"Disclosure Form to Report Lobbying," in accordance With its instructions, 10 L 11 n which reliance 12 This certification Is a material representation Submirs anoof this certification s a prerequisite 13 this transaction was made or entered intoof not for making or entering into this transaction imposed by section 1352, title 31, t1.8. Code. 14 arson who falls to file the required certiriicatian shall be subject to a civil penalty 15 Any p 16 less than $10,0g4 and not more than $10U,gg0 for each such failure. 17 18 h, Buy American Certification'. (Tule 49 U.S.G. Ch �ter 4 �.�'�6 lection 5g1 Q1 As a condition of bid responsiveness, the bidder must indicate how it Intends to comply 1B A requests 2p with the Buy American preferences esiabitshAme icer �itel�iflca#ion, if the bidder req 21 The bidder must complete the attached Buy orient cost calculation a permissible waiver to the buy America requirements, � d Bidder r identified wit2-2 h the 23 apparent low bid must submit a format waiverrequest certification. 24 within the prescribed time identified on the Buy Am 26 specifically agrees not to discrlrninat®a al status physainst ally ical l ar mentalients Of services 26 I. The undersigned any 27 on the basis of race, color, sex, religion, creed, age, merit color,sex, religion, creed, disability, political affiliation, national origin or ancestry, and not to discriminate against 28 applicant for employment on the basis of race, 23 employees l s app sisal or mental disability, political affiliation, national origin or 30 age, marital status, physical 31 ancestry, 32 he undersigned agrees to comply with all current and applicable federal, stat�c�tl 33 1 T of men and materials during its operations 34 rules and regulations governing the safety including observing the requirements of the Occupational Safety and Health Administration 35 (©SHA), nue to Comply with fair 37;1 with and 38 k. The undersigned states that theyebr co S § 73-104, (eils ell t201$} in h pursuit of 39 labor standards, as defined in n 4A their business and in the execution of the contract pursuant to this b1d, u#boil and the 41 If there is an additional charge for the insurance naming the t3lair Airport Auount shown thority 42 1, Engineer as an additional insured, the amount oertinm i�sze Q will mean the Bidder's Insurance shown here. The am 43 g the total bid, A blank or ins _ g 44 will not change 4� foorSnaeciaigF'roviBs�oins 4� the Airport Authority and the company does not charge an extra fee engineer as an additional insured pert p 47 10,000-00 48 49 dlsson 1 2 3 4 6 6 7 M. The undersigned bidder/offeror has satisfied the requirements of the bid specification In the following manner. (please check Ole appropriate box and 9 checking the second box, fill in the blank.) 16 11 12 13 14 15 16 17 18 19 20 21 22 23 24 26 26 27 28 29 30 31 32 33 34 35 30 37 38 39 40 41 42 43 44 45 46 47 48 49 so 61 62 63 The bidder/off6ror Is committed to a minimum of 7.6T% DBE utilization on this contract, [3 The bidderlofferor, while unable to meet the DBE goal of 7.67%, hereby commits to a minimum of _�% DBE utilization on this contract and also submits documentation, as an attachment, demonstrating good faith efforts (GFE). rAT- CH ENTS To THIS 13[p and ADDITIONAL SUBMITTALS The following documents are attached to and made a part of this Bid: 1, Bld'Guaranty In the form of Did Bond attached 2. Buy American Certification Form', Signature and company name required. 3, DBE forms, ,Utilization Statement" and "Letter of intent", Note that the subcsubmitted ontractor's Signature on the Letter of Intent 15 not required to be attached, -but must be within 2 working days of the bid opening. The undersigned agrees to submit the following documents within 5 days of the bid opening. The undersigned agrees that these documents will be made a part of this Bid. 4, Signature from each proposed DBE subcontractor on the previously submitted DBE "Letters of Intent'. Appendix A. If proposed Evidence of good faith efforts required by 49 CFR Dart DBE goal is met, submittal of evidence of good faith efforts is not required. The undersigned acknowledges receipt Of the following addenda' Addendum Number i. dated April 3,22020 -- Addendum Number ? dated April i4, 2020 Business. pSG Construttlon Inc. Address', i5ag Washington street City, State, zip Blair. NE 680DII Phone 402,426-0260 olsson By: ----- (sigrialure of Authorized OfflceO Dennis Fenderson (Printed Name) Federal ID No. 21-1140035 - -------- - EM8111 P-7 isuy American Certification Sm for a Manufactured Products (Title 49 pRojBCT NAME: Rave Access Road AIRPORT NAME: Blair Municipal Airport Aip NtIMBBft: 3.31-0109-016 - not �e The contractor agrees to comply with 49 USo § 541oidwhich fund d projects erprovides that FeC a produced lerai funds in the United obligated unless all steel and manufactured goods us States, unless the FAA has Issued a waiver Regulationrsubpa�rt 26A08', or Is incl Included In he FAA Nationwide to Material or Supply in Federal Acquisition Buy American Waivers issud list. As a matter of bide responsiveness, The bidder/offeror mustder or offeror must is h wathey In end tosubm�tcomply with 49 certification 501t skatem le with their proposal, ✓ or the letter'X". use § 50141 by selecting one of the following certification both} by inserting a checkmark ( statements are mutually exclusive. Bidder must select one or # ( ® Bidderlofferor hereby certifies that it will comply with 49 USC S+u § 5t71(h U aj only Installing steel and manufactured products produced in the united States, or bi Installing manufactured products for which the Waivers issued has issued a ist waiver or as indicated by inclusion on the current FAA Nationwide BY cj Installing products listed Q8 an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 2 By selecting this certification statement, the bidder or offeror agrees: 1. To provtde to the owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic products, 3. To furnish US domestic product for any waiver request that the FAA rejects. 4. To refrain from seeking a w i e Fri deform nes Justified. establishment of the contract, unless extenuating circumstances emerge that ican of The bider or offeror hereby certifies it cannot comply 3 r Type 4 waiver the under 49rUse §r6oiol (b}, By 9 USO § 54101(a) but may qualify for ether YP selecting this certification ttheown rewio int 5®ca entent r d idder or offeror \ivith the s of he bid opening, a forrmal waiverbrequest and 1, To submit to the a of waiver being requested, required documentation that support the typ 2, That failure to submit therequired documentation in strict w taif the proposal.n the specified timeframe (s cause for a non-responsive determinationy result products at or above the approved Us domestic 2. To faithfully comply with providing 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, Required Cr4cu ant ti�tar rodced in the than Yype W waiver . The cost of cominnednsubts Adm a Hants of the y item U The required �documenteti n for type 3 60% of the cost of all components a P waiver Is. a} Listing of all product components and subcomponents on the FAA Nationwide that are not American rised Of Waiivers1issud lidomestic content (Excludes products )tet products of unknown origin products excluded by Federal Acquisition Regulation Subpart 25,148; must be considered as non-domestic profits in their entirety) b} Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly and installation at place of manufacture. olsson Updted June 19, 2418 c) percentage of non-domestic component and subcomponent cost as compared to total 'ItOM" 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 nondomestic produot by 26%. The required documentation for a type 4 of waiver Is; 11 a) petalled cost Information for total project using US domestic product, b) Detailed cost Information for total project using non-domestic product, False Statements: Per 40 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certifloatlon may render the maker subject to prosecution under Title A United States Code. April 14, 2020 Date PSC Construction lrto. Bidder's Firm NOM8 president Tills Updated June 19, 2018 P-9 Buy American Waiver Request Title 40 U,S.0 Section 50101 (b) For Airrield Development Projects funded under the Airport improvement Program Type of Waiver Recti The bidder they request a waiver subject to the provisions of Section 50101(1})(3) or Section 50101(b)(4), The bidder may not request a waiver under Section 60101(b)(1) or Section 60101(b)(2). Bidder Is hereby advised that the owner's approval with the bidder's waiver request Is contingent upon FAA approval. The bidder must select one of the following applicable waiver provisions: Section 601 a1_b 3 : Bidder hereby requests a waiver to Buy America preferences based upon Section 60101(b)(3) for the equipment Identlfied below, The bidder certifies that % of the cost of components and subcomponents comprising the equipment are produced in the United States,and that final assembly occurs within the United States. (Biddermust attach a copy of rho component cost calculation table) Equipment; Sectioi 61_ a10 t41. Bidder hereby requests a walver to Buy Am .erica preferences based upon Section 50101(b)(4). The bidder asserts provision of domestic material Increases the cast of the overall project by more than 26%. (Dote. This type of lvalver is very rare) cation i nature in accordance with SeotiOn 50101(b), we request a waiver to the Buy America provisions used on the above certllicatlon and attached documentation. signature - bate " Qitb}(81 Watver; Fqulpment In Secticm !i{it01 shalt mean gie following; x�inrcllons for Seclton a) individual type "L" nems (Airfield Light g r qutpment) as listed In FAA Advisory Circular 15015346-53, b) indtvldu®I bid items as eslabtlshed within FAA Advtsary Clroirlar 16016374 10. The bid item application may riot be applied forthe type �' Items listed In Ary 16o/5�t5-53, o) A walver request may only address erre spacitio equipment Ilom. Submll separate requests for each equipment Item for which a walver. d) Items listed under the Nationwide Waiver do not require further review, Meow ferer to the following webpaq. e, bite:(Mrv+w,faa.9ovleliporfslatplproeuremenUtaderai cordtaovfslanslmeliarbuy+-,amerlea waNer,xls 2. The bidder must base the U.S. percentage upon the value that results from completing a component coal calculation lave similar to the attached format bidder shall avoid more pro forma efforts to establish the waiver request percentage. The pldder must submit the component cost calculation table as an attachment to the waiver request. 3, Componentslsubcornporsents are the material and products composing the "equlpmenl", 4. The final assembly of the Alp -funded "equipment" must be v,rithln the USA (Settlor) SofQf(b)(3)(B)), Flrml assembly la the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the'Equipment" must be produced In the United State. 6. The Buy American requirements apply to oil tier contractors and subcordractors. All corilraotorslsubeontractors are required to provide appropriate documefilatian that Indicates origin of manufacturor and percentage of domestic made product. 7. The bidder Is hereby advised (hare is no implied or expressed guarantee that a requested walver pili be issued by the be waived, Avifroduds made with fore(g)o etas! than n60% USA b for walver aubccomponent proposed for this facility CANNOT Waiver 1. The 25% cost increase walver Is rarely applicable. consult Owner before malting Ihls request, iJ hh A artna F_roJMJtAALN.6UB The NAFTA does not apply to the Alp_ Products and material made In Canada or Mexico mint be considered as foreign made produe(s. P-10 Olsson P � UTILIZATION STATEMENT (DBE Participation Form) Disadvantaged Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification In the following manner. (Please mark the appropriate box and it checking the second box, fill in the blank) 19 The bidderlofferor is committed to a minimum of 7.67% DBE utilization on this contract. 0 The bidder/offeror, while unable to meet the DBE goal of 7.67%, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment, demonstrating good faith efforts (GIFE). The undersigned hereby further assures that the Information Included herein Is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful (unction in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. PSC Construction Inc. Bid";'s fferoes F m { April 14, 2020 nature Date 018 on P- 12 DBE UTILIZATION SUMMARY Contract Amount ME Amount Contract Percentage DBE Prime Contractor $ xl,GO= $ -% DBE Subcontractor $ 51,734.25 x im s51.734.2 7.94 % DBE Supplier x 0.60 n S % DBE Manufacturer $ x 1.00 0 A Total Amount DBE $.§1,734.25 7.94 DBE Goal 7.57% % M If the total proposed DBE partlelpallon Is less than the established DBE goal, 13idderMUSt koM4 written docurnentatlon of the faith efforts as required by 49 GFR Part 26, Olsson Correction 018 on P- 12 LETTER OF INTENT Cisadvantapd Business Enterprise (7 14 gage shalt be suhmlifed fir each DOE firm) Bidder/Offer Name: PSO Constmcdon Inc. Address: 160 Washington SIM City: Blair State: NE zV-680N DISE Firm, ase Flan dapp brothers adlr LLC -- - Address: POjai _ City. Kennard State: Nn Zip:_ 66034 DBE Contact Person; NMW'A&U�d Phone:4gy`f CBE Certifying Agency; E�: tjlrstlon Date: E'aoh lb) ohms air submit svtdonce (sexh as a photocopy) of theIrcorMcsRon status, Classification, Qprime Contractor R) Sub contractor Mint venture ❑ManufaotureP r3Supplier Warts ttem(s) to be performed Description of Work Item by DBE Quantity Total Excavationf rending Ckadrng 6,776 CY $46,734.25 The bidder/offeror is commlited to utlllzing the above-named DBE turn, for %a work descrilM above, The estimated participation to as follows: DBE contraot amount: $ 46,734.26 Parml of total cont oat: 7.17 % AFFIRMATION: The above-named Dei= firm affirms that It will perform the portion of the contmd for the estimated dollar value as stated above, It By; In the event the bidder/offeror does not receive aware or the prime contract, any ana all r`epmlitntations In this l attet of Intent and Affirmation shall be null and vii. Olsson P-13 LIMM lNUNT Dleadva"ta BuBltteae anterrprl" (This PWO ahefiba submitted far owh DSE fkm} Btdd r Nam � Conskudion Inc, Addmas, 1m meNnign street 0ty: emr State, ---NE fp` 680 DOE Mrm D® Address: :;sS+,r,k mj igj» fro r 4 claealfilco oln: uptime contractor MSubc ontractor Moira venture ❑manu%duret Usupplior The bldder/offaw is comtnbW to uUjWnp the abWa Waned DOE tWm fad the vAxk desodbod 4bm The estlmeted particWon be as Iola: DRE eontnact amount: 4_L,000,00, Percent of total contract; ,77 % AFAIRWA ON: fffte aboVO-nmed IBE On affimu that h will perk,tm the portlntr, td the Oontreot for the aetlrated dollar value as stated vbm, 1n tM event the blditikafferor does not recehre award of tha pdme contr*A any and all 0*060# 41[1ona In this Letter of Intent and Affirmation WWI be nWl arttd void, 0138on P-13 TENTATIVE LISA' OF SUBCONTRACTORS (IFiNoI List of subcontractors To Be Completed With Execution of Contract) AIP Project: 3-311-01109-016 Airport: hair Murl�ai Airootl Location:. Blair, Nebraska,__ _ The Airport Sponsor is required to submit subcontract information about DEME and non -DBE subcontractors who perform work on their federally -assisted contracts, Therefore, the Airport Sponsor requires that the prime contractor submit the following information related to this project. The DBE rules described In the Information to Bidders and Special Provisions must be followed in regards to the firms listed on the DBE Participation Statement. SUBCONTRACTOR 1, Precision Survey and Consulting 2. Wenninghortt Seeding 3 C&H ConstrUotion d. ta. 6, 14. 12. E(JOPO_3EQSUBCONTRMOMRS WORK TO BE PERFORMED Construciton staking Erosion Control Seeding Paving APPROXIMATE DOLLAR VALUE SIGNED, COMPANY—_ PSC Construction Inc, - BY Qmnnis Fenderson DATE Hpril 14> 2020 (printed name) $24,000.00 $39,194.90 $31 4,473.00 P-14 Olsson MM= CONTRACTOR: (Natdte, legal status and address) PSC Construction, Inc. 1569 Washington Street Blair, NE 68008 OWNER: (Name, legal status and address) Blair Airport Authority 218 South 16th Street Blair, NE 68008 BUND AMOUNT: 5% of Bid Amount Bond No, — a_ BID SURETY: Phlladelplda Indemnity Insurance Company. Pennsylvania Corporation (Nance, feud status and PrinciPal place of business) One Bala Plaza Suite 100 Bala Cynwyd, PA 19004.1403 This document has important Iegul consequences. Consultation with an attorney is encouraged with respect to its completion or modification. PROJECT: (Name, location or address, and Project number, if any) Blair Municipal Airport, Pave Access Road & Parking Lot - Project No. 3.31-0109-016 Any singular reference to Contractor, Surely, owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein, The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such tittle period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, anti gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety adtnitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount spoeifted in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid, Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days, If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemod to be Subcontractor and the term Owner shall be deemed to be Contractor, When this Bond has been furnished to courtly with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted horefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. R;MlMi and sealed this 9th day of A Til 2020 , Avitnes trloss) PSC Construction, Inc. (Pru 1 y (Seal) Philadelphia Indemnity Insurance Company (Surly) (IY.tte) Joh s Attorni=y-lrt ;Foot Printed In cooperation with the American institute otArchitests (AIA). The languego in this document conforms to the language used to AIA Docurrrent A310 - Bid Sond - 200 Edition, Heid N IIHH,r\i)tad']tilt INl?I;1IN1`I1' 1tYS[tltAr\Gt: (:(}N11'rtr`l Olw Uala Phno, fiuiia 111f1 halt Cyin"yd. IIA I911f} I=m)SLl Polver• n r ell to rn 6y° KNOW ALL PfRS014S BY THESt PitESEHIS 711at PHILADELPHIA INDEMNI'iY INSURANCE COMPANY title, Company), a torfr4rtlloo orll011111 I and existing under file laws or the UrriniWa4Vealth of Pennsy1willa, does hereby cons ltule tend appoint j(iHN 0 USBROT. MELI55.{t iY1,t PAGE OR STEVEN_p9., VARGA, its true alit] iawlui AltorneyindtCt with lull nallhofity to execute on Its ballaIf bonds, underlaklirip, recopliancus and other rurrtracts of IndeoegitY and wrRIMIS ohpgatorY in the nature ]hereof, issued in the course of its business and to hind ilia Company the(eby, in err amount not to exceed S4 (?QPUi Q, 'chit Prov4r of Attorney is g1011M1 null is signed and sealed by racshnite un(ler Hurt by the authority of Ii[c rotlolving Rosolnilan adopted by the nalirtl or i)ireclors nl' I'IHI,At)Iii,11111A Ihl}iiflihli'I'1' INSURAISICCCOMPANY till th0 (,f' ul'Nuvvrnlx.r,2016, ltisSOLViit>1 Ebel the Board oi' I)ire61ols lierchy tldlinricos the !'resident or any Vice lrtrsidetit or the Cnrnivfny; (1) Appoint AtIorney(s) in Pact find nnUtotize Ilia Atiorney(s) In !kart to oxcrot0- Ali lrclinif of life Company bands [nail 111141artil;Illp, Commas of Indemnity and other wl111nps obligatory in 1116 nature I11010of and to ntinch Ilia sent of 1110 Company liKfato. and (2) to ranlove, fit tray limp, any snob Aiturney-illFnot and r0yetu the au0narity givrar. And, lie it i"UIt 11Eit ItbSOIA110): That file signulteres of such ollievis 111141 lire seal of lite Col"Imay nary be affixed Io any b 17uavar al'AU(arney or celtilicalc relating lheruto by i'acs ruiIA% lent tiny such Puwnr of sor Alf11m ser 0xpruted and ter(IIRad Icy I'ncsinailc signatores and 1'atisilnNn 301 shall tv valid and binding ►peon ilia cm pally in tit: coulee %villi respect 141 any blind or tiadariat;hag to whiell it is attached IN T SllyIONY 1YIIh,Itlzt}I�, I'IIII,AI)iSLPiUA iNDI'shINiTY INSURANCLf (:OMPANI 11M CAUSED 1'IHS INSI'ItUt41},N'I' 'I'O BI, SKiNi31:) ANI) ITS CORPORATE SGA1.10 Hai APPiXI'D HY ITS AU'I'I tOitizi i) t)IrtrICP.'iilis 27,11 0A or ocrom, it, 2017. i I t1,.'r'� � .•�i Robed 1). U`I.e y Jr., 11wsidenl 4f CED Pltilad6lphin lnclsill"ity htstmmCCorupany On this 274 dtry til' oelnbor, 2017, before tiro canto lite irtdividufal la.hn aseeuled tilt) preceding in5hutiacru, in lire perst lndiy known, and being by file duty sworn said 111,111uc is the thoroin described and authorized oliic0r 01"1110 I'll II,ADUP11IA INDI?11NITY INSURANCE, (,O11PANY, lhot Ille Vol of ]sed la said instrument is Iia Corporate seal ()(said Contptuay;111nr the said Cofilmic Scnl fall(] his signature ware dulyadlised. 4dr!lrllr rsyr,lgi.r+c, 4x.4,! Notuty Pnbiie:: l0„ V s1l,t 4t).,j3�rryilov! r�,d � +1ey,c l�pr rl.IJ11 4�rli - v ' resiclllag at: (Nouup S0a1) My eolnnttAsion cypir0s, Italy Cvnsvvd —PA _ 5eptog r.r25202t--- __ I. I:dretrd St1yn]tu, C`irltnnne 5cer61fary nl`111ULADEI ill IIA INi UNINITY INStIIiANCI. (:01IPANY, do Iwleby vvllil}. that the fnrogoing MdIl tion 01, the lloaril ill, Irir4 arts find the Dona[ ol'ARarnuy issued Pursuant ]hereto on ilia 27"' day ol't_ 0011or, 21117 ore true and correct tool ore still in fail iRffcc and effect der Ilnthsf ecitfl}' tiktl H,�h6n 1?. 1(7'Lcar}• ir., ovine usdcatrd the Putvvr of Aiianacy as Presldonl, ivns nn lite dfrla nC4secitir»1 of 11w namahsd Pokwr of Attoir6y the dldy etc elect t'lcsialunl oi'I'IRLAI)I?LI'111A INp1:1INrI`Y INSURAN T COMPANY, 9th da of, April 2dr?o In'rrstufttrny' 1t'hcrrnf I leave sntvsrribad my rruiu aa4l o!1'i��:d lila iiresintlle s+tl of inch Cr)Inptrny this )' I:flrvartl Snytgu, corporate Is 4f .11ty 1'IIiL,�I?t;l.l'ItIr1 INt}U,,INITV IN'S1W,r Nc v (:OMPAfN PHii,AI?ELPHIA INDEMNITY INSURANCE COMPANY Statutory Statements of Arintitted Assets, Liabilities and 01011111 ttttd S'u"W"s (in thtntvanals, except par' Va1114 anti shnro anlUU"N) Adntlttad Assets As or neccmber 31, 4,263,696 2018 22017 Bonds (fair value $7,036,118 and $6,911,411) 7,018,246 6,708,174 i'rei'erred stocks (fair value $46,324 and $50,134) +16,213 48,537 Common stocks (cost $14,897 and $31,965) 14,853 33,817 Mortgage loans 473,067 '100,S90 Real estate 1,514, 3'294 011jer invested assets (cost $211,099 anal $234,382) 219,251 240,475 berivnilves RecelVables for securities sold 157 1,109 399 Cash, cash equivalents and short-term investments -65&68 _140.468 Cnsh and invested assets 7,840,078 7,575,754 Premiums receivable, agents, balunces and olbor receivables 968,504 831,770 Reinsurance recoverable on paid losses 34,694 33,955 Accrued ta►vcstnlcnt inwiric 82,576 86'998 Iteccivnbic from affilintas 5,480 6.611 Federal income faxes reecivable 4,869 Nei deferred taut asset 121,266 113,125 Other assets Total tldntittcd assets S.S86 $ 9,058,184 89 $ 8.653.1.7E Liabilities Nnd_CAnitAi And Surnhta Liabilities: Net unpaid losses and loss udjustracnt expenses $ 4,581,608 $ 4,263,696 Net unearned premiums 1,616,043 1,533,201 Reinsurance payable on paid loss And loss adjustment expenses 30,374 23,933 Ceded reinsurance premiums playable 189,591 80,592 Commissions payable, contingent commissions and other similar charges 234,551 225,361 Federal income taxes payable 3,141 • Funds held 61,944 83,909 Accreted expenses Find other liabilities 37,562 33,890 Payable to afrillates 13,148 10,761 Provision for reinsurance I Payable for purolllased securities 20,7+11 81,458 Total11611idcs $ 6,688,703, $ 6,336,802 Capital; Common stock, par value of$10 per share; 1,000,000 shares authorised, 450,000 shares issued and outstanding 40504 4,500 Surplus: Gross paid -hl and contributed 8111plus 386,071 386,071 Unassigned surplus 1.978,910 1,925,798 Total surplus 2.36081 2.311,869 Total capitol and surplus 2.364.481 Total liabilitios and Capital and sut'pius$ ____ �? OSkI, ;i $ ___8.653.121 'flip uuclersignod, beim duly sworn, says: That site Is the Executive Vice President and Philadelphia Indemnity lnsut'aacc Company; that said Company is a Pennsylvania, and licensed and engaged In the State Of Pennsylvania and of tite laws of the said State applicable of'tire said Company and is dui that said Company has also complied with and is deny qualified to act as to the bust of her knowledge and belief the above statement is a full, trite 00MMONWEAL'TN OF PENNSYLVANIA NNSYLVANIA Nt-TAR1At,Sl=AL K(mborlyA. K96sieskl, Notary Public Attest: t,OwerMorionTwp„Montgomery County ICrrren Gil MY CommissionExplres Doc, 1B. 2020 r 14MUER.PENNSYLVAN ASSOMAY104OFNOTA ES t Sworn to before Fite this 21st dray ofMray 2019, Chief Financial Officer of e01portttion duly 0rgani7ed In the state Of has duly complied with all tlie, t'egil�l-e agents y qualified to act as Sut�ty 611 4r rIN)) taws; Surety under the Act if,t {t5ligress " tict'that and correct statemcnt tf Plan Holder Report asof 04/161202009:07:29AMCDT Olsson, Inc. (Lincoln, NE) Blair Municipal A irp.rl- Pave Accc�2i Rimd (cffidDcxJfO920157) Contact! Joyce Exs,kg /IleallierOlion Phone! 402474-6311 r-juail! 1:11']01 0 t -,,I- Oh Did Date! 0,111W202010:30 AM CDT mm Com tart}' Contact Designation Bus. Types Entry Date DOCT):Le Cofflillents Dodge Data &Amalytic& Next Xleall),rNunt- Mclaniz Yancey 4300 Bellway Place Phone! EW -393-043 Plan Rmmil DBE 03L) 1.-2020 2B idlX)c Suite 150 Fax: 817(A)9712() A d ingim, TX 7(:019 Jamico tae., ick -ea oK,11,2 PO BOX 6W Phone: -102-20-10 14 -sukonvaAm DBE,MBEWBE Y2+2020 ,Bi(I[X)c Nebraska City, NE 68410 Fax: 402-209-5014 Email: re&jLWj-11.1.1L0A1c1 Lincoln Builders Bureau 5910 S 58111 SI, Ste C Phone: 40242 1 K332 Plan Rwal ON2+2020 ^Mailed Lincoln, NE 68516 12x: 4024218334 Entail: Onialia Builders Belmin Lisa SluNekey 4159 S 9 -tilt St -ge Phone: 4029Q I O(XK) Plan Rmin 10Y2+2020 chbilced aulia, N E 09 12 7 Fax: Email! Norrolk Builders Exelm cic of -go I e S X%w' ficy Phone: 402-371-48(x2 (M W Noifolk Ainge Fax:402-3714)1?,2 Plan R(x)jti 011+2020 zMailed Norfolk, NE 08701 Entail: M.E. Collins Colitfactim"Co., hic. Apt il Szmnaiiji P.O. Nix 93 Plione:402-443-360 Fax: 402-443-5013 Hine Biddcf 01`25,-2020 213idlkie Waltoo, N E 68(1i0 bilai I! estimaling Sicwt KoJUDermis readerson PSC Conmirucibn - NE 15(x9 Washington Sifeet Piton e: 402-9-12-2745 Pfinic BLI&f )3r26Q1020 2BidD,,s2 Blaif, NE 6WkR Fax: Eniall: skoelvitoccompanizsconi Eric Mills 3825 Edmayds Rd Phone: 8003111-2059 Plan Rwal 03i2W2020 zBidDx C I nei nua ti, Of 14 5 2(P Fav 8,60-570-9187Ulail: K2 Cowitruclion 7701 Conihits'kef Ilwy Plione: 402-467-2355 Ptinic Bidder Vet Pier 127�202(0 'BidIX-No Lincoln, NE08507 Fax: 402-407-2055 Email: jtttilssrt�<rk_ccsnstntc�tian.bi '0x026 Feffilizeir Inc Ray Cooney 1030 261h rd Phone! 402-946-590) SubconttaAm WBE 3127,2020 zBidMv %valthill, NE (q(Xil Fax: 402-840-59" stew, I'lanis Colwfuetbit Joe suxki 793 Fiddler CireA, Rd Plione: 402-099-2I54 Pilime Bidder 04.,'01.2020 zBidDiv PO Bax 343 Fax: 402-099=2595 I foliteir, NL 0111030 Dilail: Jam x 12x. ]tarns-2onstntctian.cxtrn Steve %velifli KRW Consttimion, lite. P.O. Bax (x77 Phone: 402-533-91(X) Subcontroww WBE W082020 !BidDoe Blair, N E 680)9 Pax: nilail: mw ILI I i(�11'f\%VmiS1jvci i0ji.com Dave Jolmut Tmk-x) P.O. (XX)H Phone: 402-677-(XK)A) Stet iW112020 BidDvie maha, N E 68 105 F ax! Eniail! dj0b'-'dn:#(!We0I.00111 Midu"t DCM Rich R26Jor[T 9719 S. 135111 Stfect Phone: 402-537--1077 Prime BU&I W15,020 13id0 iie Suite I(X) Fax: 402-537-3(W) 011ulia, N C 08 139 Email: - -- ---- BID TABULATION Bid Opening Date: Apra 16, 2020 -10:30 AM Blair Municipal Airport, Blair, Nebraska Pave Access Road AIP Project No. 3.31-0109.016 Olsson Project No. 019-3440 Page 1 of 2 CONTRACTOR PS Construction, Inc. Blair, NE M.E. Collins Contracting Wahoo, NE MiidwestDCM Omaha, NE Engineers Estimate Item No. Spec ITEM UNIT QTY. Unit Price Extension Unit Price Extension Unit Price Extension Unit Price Extension 1 C-102 Temporary Seeding AC 3.1 S900.00 $2,790.00 5626.00 $1,940.60 $1,500.0 54650.00 S50D.00 S1.550. 2 C402 Sift Fence Installation and Removal LF 1,467 $5.00 $7,335.00 $3.50 $5,134.50 $5.00 57,335.00 $5.00 $7,335.00 3 C-102 Erosion Control Blank et(NDOTCIassID) SY 3.645 $1.42 $5175.90 $1.30 $4738.b0 $4.00 $14,580.00 $2.50 59112.50 4 C-102 Wattle Barrier Installation and Removal LF 192 $12.00 52,304.00 55.26 5998.40 $10.Oo 51,920.00 $18.00 $3,456.00 5 C-105 Mobilization(N.T.E.10%) LS 1 570000.00 $10000.00 580200.00 580,200.00 $50,445.00$50445.00 $58059.00 558059.00 6 P•101 Concrete Pavement Removal SY 110 $11.25 $1,237.50 29.00 $3,190.00 $10.00 51,100.00 $20.00 S2,200.0D 7 P-101 24Corrugated Metal Pipe (CMP) Removal LF 49 $5.00 $245.00 $13.00 $637.00 $20.00 $980.00 $25.001 $1,225.00 8 9 P-101 P-101 36' Reinforced Concrete Pi RCP Removal 36" Flared End Section Removal LF EA 50 1 $5.00 $100.00 5250.00 $100.00 $21.00 $315.00 S1 050.00 $315.00 535.00 $250.00 S1750.00 $250.00 $60.00 $450.001 53,060.00 $450.00 10 11 P-101 P-151 Ri ra Renmval Clearing andGrubbing Area 1) LS LS 1 1 $245.00 51,000.00 $245.00 51,000.00 $1 580.00 $1,000.00 51,580.00 51,000.00 S1,b00.00 $9,500.00 $1,500.00 9,5W.00 $1 000.00 $8W.00 $1000.00 .00 12 13 P-161 P-151 Chari andGrubbi Areal Tree Removal LS EA 1 5 $1,000.00 -$50D.001 $1000.00 $2,5W.00 51000.00 1,000.00 51,000.00 $5,000.00 59,500.00 $1,300.00 S9600.00 $6,5W.00 $1100.00 250.00 $1,100.00 $1,250.00 14 15 P-152 P-152 Unclassified Excavation Muck Excavation CY CY 8 775 225 $12.50 $14.50 $109 687.50 $3,262.50 $12.90 $22.00 $113197.50 $4,950.00 $10.00 $18.00 $87 750.00 S4,050.W 58.50 $20.00 $74,587.50 $4,500.00 16 D-701 24' Class IV Reinforced Concrete Pipe (RCP) LF 100 $75.00 $7,500.00 $90.00 $9,000.00 $185.00 $18,500.00 $55.00 $5,500.00 17 D-701 24' Class IV RCP Flared End Section EA 2 $550.00 $1,100.00 $942.00 S1,884.W $2,000.00 $4,000.00 $800.00 $1 6W.W 18 0-701 36' Class IV Reinforce Concrete Pi (RCP) LF 1 176 $175.00 $30,800.00 $159.00 $27,984.00 $245.00 $43,120.00 580.00 $14,080.00 19 D-701 36' Class IV RCP Flared End Section EA 1 S2 000.00 S2.000.00 $1,495.00 S1,495. S3,000.0 $3,000.00 $1,200.00 $1,200.00 20 21 D-701 D-701 42' Round Equivalent Class IV Elliptical Reinforced Concrete Pipe RCP 42' Round Equivalent Cless IV Elliptical RCP Flared End Section LF EA 150 2 $250.00 $220000 $37 500.00 54,400.00 5361.00 $3,068.00 S54,150-00 $6,136.00 $395.00 $5,200.00 $59,250.00 $10,400.00 $110.00 $1 800.00 S16,500.00 40 $3,6.00 22 D-751 Manhole Structure (60 -inch) LS 1 5,250.00 $5,250.00 $13,782.00 513,782.00 $8,500.00 $8,500.00 $6,000.00 $6,000.00 23 T-901 Seeding AC 3.4 $2,5W.00 $8,500.00 $2,130.00 $7,242.00 $5,300.00 $18,020.00 $900.00 S3,D60.W 24 T-908 Mulching AC 2.7 1,6W.00 $4,050.00 $1,160.00 $3,132.00 1,650.00 $4,455.00 $9W.00 $2,430.00 25 NDOT 423 5' Yellow Permanent Pavement Marking, Palnt LF 79 $5.00 S395.00 $17.00 $1,343.00 $15.00 $1185.00 S10.00 $790.00 26 27 NDOT 612 NDOT 905 SealingJoints Rock Riprap, Typo B LF TON 7,956 45 $2.00 $77.00 $15.912.001 $3,465.00 $3.00 $94.00 $23868.00 $4,230.00 $1.50 5125.00 $11934.00 $5,625.00 S1.00 575.00 57956.00 $3,375.00 Page 1 of 2 BID TABULATION Bid Opening Date: April 16, 2020 -10:30 AM Blair Municipal Airport, Blair, Nebraska Pave Access Road AIP Project No. 3.31-0109.016 Olsson Project No. 019.3440 CONTRACTOR PS Construction, Inc. M.E. Collins Contracting Midwest DCM Engineers Estimate Blair, NE Wahoo, NE Omaha, NE item No, Spec ITEM UNIT QTY. Unit Price Extension Unit Price Extension Unit Price Extension Unit Price Extension NDOT 28 913 Reset Right -of -Way Markers EA 4 $130.00 $520.00 $160.00 $640.00 $300.00 $1,200.00 $500.00 $2,000.00 Olsson 29 100 7 -Inch NDOT47B-4000 PCC SY 5,032 $59.25 $298,146.00 $62.10 $312,487.20 $71.00 $357,272.00 $60.00 $301,920.00 Olsson 30 100 8-inchNDOT478.4000PCC SY 1 539 S60.001 $32340.00 $75.40 540640.60 S74.00 S39.8W.00 S72.001 S38,846.00 Olsson 31 100 101inchNDOT47&4600 PCC SY 244 $70.00 $17080.00 $103.00 $25,132.00 $85.00 $20740.00 S85.00 $20,740.00 Olsson 32 101 Construction La out and Stakes LS 1 $24,000.00 $24,000.00 $24,950.00 $24,950.00 $12,500.00 $12,500.00 54,200.00 $4,200.00 Olsson 33 102 Hwy 133Traffic Control LS 1 $4,500.00 $4,500.00 $11,524.00 $11,524.00 $5,500.00 $5,500.00 $18,000.00 $18,000.00 Olsson 34 103 Aggregate/Asphalt Milling Removal/Salvage CY 606 $4.50 $2,727.00 $13.80 $8,362.80 S12.00 $7,272.06 $18.00 $10,908.00 Olsson Salvaged Aggregate/Asphalt Milling 35 103 Shouldering SY 1,276 $2.50 $3,196.00 $4.90 $6,252.40 $35.00 $44,660.00 $8.00 $10,208.00 Olsson 36 103 Concrete Parking Block EA 8 $75.00 $600.00 $220.00 $11,760.00 S185.00 $1,480.00 $250.00 $2,000.00 Isson 37 103 I Stop Sign EA 1 $500.00 S500.00 $275.00 $275.00 $350.00 $350.00 $500.00 $500.00 TOTAL: $651,607.40 $811,201.50 $880,659.00 $645,000.00 DBE Participation (7.57% goal) 7.94% 7.57% Good Faith Effort Bid Guarantee: 5% Bid Bond 5% Bid Bond 5% Bid Bond Addendum Nos, 1 &2: Yes Yes Yes Remarks: Page 2 of 2