Loading...
Independent Contractor Agreement with Sletten Construction for Well 21 Iron and Manganese Removal Treatment FacilityAGREEMENT • INDEPENDENT CONTRACTOR WELL 21 IRON AFACILITY PROJECT # 10340.F THIS AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES is made this 23rd day of September, 2014, and entered into by and between the City of Meridian, a municipal corporation organized under the laws of the State of Idaho, hereinafter referred to as "CITY", 33 East Broadway Avenue, Meridian, Idaho 83642, and Sletten Construction Company, hereinafter referred to as "CONTRACTOR", whose business address is 6202 West Gowen Road, Boise, ID 83709 and whose Public Works Contractor License # is PWC -C-11847. Whereas, the City has a need for services involving Iron and Manganese Removal; and WHEREAS, the Contractor is specially trained, experienced and competent to perform and has agreed to provide such services; NOW, THEREFORE, in consideration of the mutual promises, covenants, terms and conditions hereinafter contained, the parties agree as follows: fipau�R •� • k Scope of Work: 1.1 CONTRACTOR shall perform and furnish to the City upon execution of this Agreement and receipt of the City's written notice to proceed, all services and work, and comply in all respects, as specified in the document titled "Scope of Work" a copy of which is attached hereto as Attachment "A" and incorporated herein by this reference, together with any amendments that may be agreed to in writing by the parties. 1.2 All documents, drawings and written work product prepared or produced by the Contractor under this Agreement, including without limitation electronic data files, are the property of the Contractor; provided, however, the City shall have the right to reproduce, publish and use all such work, or any part thereof, in any manner and for any purposes whatsoever and to authorize others to do so. If any such work is copyrightable, the Contractor may copyright the same, except that, as to any work which is copyrighted by the Contractor, the City reserves a royalty -free, non-exclusive, and irrevocable license to reproduce, publish and use such work, or any part thereof, and to authorize others to do so. 1.3 The Contractor shall provide services and work under this Agreement consistent with the requirements and standards established by applicable federal, WELL 21 IRON & MANGANESE REMOVAL TREATMENT FACILITY - CONSTRUCTION page 1 of 11 Project 10340.F state and city laws, ordinances, regulations and resolutions. The Contractor represents and warrants that it will perform its work in accordance with generally accepted industry standards and practices for the profession or professions that are used in performance of this Agreement and that are in effect at the time of performance of this Agreement. Except for that representation and any representations made or contained in any proposal submitted by the Contractor and any reports or opinions prepared or issued as part of the work performed by the Contractor under this Agreement, Contractor makes no other warranties, either express or implied, as part of this Agreement. 1.4 Services and work provided by the Contractor at the City's request under this Agreement will be performed in a timely manner in accordance with a Schedule of Work, which the parties hereto shall agree to. The Schedule of Work may be revised from time to time upon mutual written consent of the parties. 2. Consideration 2.1 The Contractor shall be compensated on a Not -To -Exceed basis as provided in Attachment B "Payment Schedule" attached hereto and by reference made a part hereof for the Not -To -Exceed amount of $587,100.00. 2.2 The Contractor shall provide the City with a monthly statement and supporting invoices, as the work warrants, of fees earned and costs incurred for services provided during the billing period, which the City will pay within 30 days of receipt of a correct invoice and approval by the City. The City will not withhold any Federal or State income taxes or Social Security Tax from any payment made by City to Contractor under the terms and conditions of this Agreement. Payment of all taxes and other assessments on such sums is the sole responsibility of Contractor. 2.3 Except as expressly provided in this Agreement, Contractor shall not be entitled to receive from the City any additional consideration, compensation, salary, wages, or other type of remuneration for services rendered under this Agreement including, but not limited to, meals, lodging, transportation, drawings, renderings or mockups. Specifically, Contractor shall not be entitled by virtue of this Agreement to consideration in the form of overtime, health insurance benefits, retirement benefits, paid holidays or other paid leaves of absence of any type or kind whatsoever. 3. Term: 3.1 This agreement shall become effective upon execution by both parties, and shall expire upon (a) completion of the agreed upon work, (b) or unless sooner terminated as provided in Sections 3.2, 3.3, and Section 4 below or unless some other method or time of termination is listed in Attachment A. WELL 21 IRON & MANGANESE REMOVAL TREATMENT FACILITY - CONSTRUCTION page 2 of 11 Project 10340.F 3.2 Should Contractor default in the performance of this Agreement or materially breach any of its provisions, City, at City's option, may terminate this Agreement by giving written notification to Contractor. 3.3 Should City fail to pay Contractor all or any part of the compensation set forth in Attachment B of this Agreement on the date due, Contractor, at the Contractor's option, may terminate this Agreement if the failure is not remedied by the City within thirty (30) days from the date payment is due. 3.4 TIME FOR EXECUTING CONTRACT AND LIQUIDATED DAMAGES Upon receipt of a Notice to Proceed, the Contractor shall have 168 (one hundred sixty-eight) calendar days to achieve substantial completion and 196 (one hundred ninety-six) calendar days to complete the work as described herein. Contractor shall be liable to the City for any delay beyond these time periods in the amount of five hundred dollars ($500.00) per calendar day for each milestone. Such payment shall be construed to be liquidated damages by the Contractor in lieu of any claim or damage because of such delay and not be construed as a penalty. 4. Termination: 4.1 If, through any cause, CONTRACTOR, its officers, employees, or agents fails to fulfill in a timely and proper manner its obligations under this Agreement, violates any of the covenants, agreements, or stipulations of this Agreement, falsifies any record or document required to be prepared under this agreement, engages in fraud, dishonesty, or any other act of misconduct in the performance of this contract, or if the City Council determines that termination of this Agreement is in the best interest of CITY, the CITY shall thereupon have the right to terminate this Agreement by giving written notice to CONTRACTOR of such termination and specifying the effective date thereof at least fifteen (15) days before the effective date of such termination. CONTRACTOR may terminate this agreement at any time by giving at least sixty (60) days notice to CITY. In the event of any termination of this Agreement, all finished or unfinished documents, data, and reports prepared by CONTRACTOR under this Agreement shall, at the option of the CITY, become its property, and CONTRACTOR shall be entitled to receive just and equitable compensation for any work satisfactorily complete hereunder. 4.2 Notwithstanding the above, CONTRACTOR shall not be relieved of liability to the CITY for damages sustained by the CITY by virtue of any breach of this Agreement by CONTRACTOR, and the CITY may withhold any payments to CONTRACTOR for the purposes of set-off until such time as the exact amount of damages due the CITY from CONTRACTOR is determined. This provision shall survive the termination of this agreement and shall not relieve CONTRACTOR of its liability to the CITY for damages. WELL 21 IRON & MANGANESE REMOVAL TREATMENT FACILITY - CONSTRUCTION page 3 of 11 Project 10340.F 5. Independent Contractor: 5.1 In all matters pertaining to this agreement, CONTRACTOR shall be acting as an independent contractor, and neither CONTRACTOR nor any officer, employee or agent of CONTRACTOR will be deemed an employee of CITY. Except as expressly provided in Attachment A, Contractor has no authority or responsibility to exercise any rights or power vested in the City and therefore has no authority to bind or incur any obligation on behalf of the City. The selection and designation of the personnel of the CITY in the performance of this agreement shall be made by the CITY. 5.2 Contractor, its agents, officers, and employees are and at all times during the term of this Agreement shall represent and conduct themselves as independent contractors and not as employees of the City. 5.3 Contractor shall determine the method, details and means of performing the work and services to be provided by Contractor under this Agreement. Contractor shall be responsible to City only for the requirements and results specified in this Agreement and, except as expressly provided in this Agreement, shall not be subjected to City's control with respect to the physical action or activities of Contractor in fulfillment of this Agreement. If in the performance of this Agreement any third persons are employed by Contractor, such persons shall be entirely and exclusively under the direction and supervision and control of the Contractor. 6. Indemnification and Insurance: 6.1 CONTRACTOR shall indemnify and save and hold harmless CITY from and for any and all losses, claims, actions, judgments for damages, or injury to persons or property and losses and expenses and other costs including litigation costs and attorney's fees, arising out of, resulting from, or in connection with the performance of this Agreement by the CONTRACTOR, its servants, agents, officers, employees, guests, and business invitees, and not caused by or arising out of the tortious conduct of CITY or its employees. CONTRACTOR shall maintain, and specifically agrees that it will maintain, throughout the term of this Agreement liability insurance, in which the CITY shall be named an additional insured in the minimum amounts as follow: General Liability One Million Dollars ($1,000,000) per incident or occurrence, Automobile Liability Insurance One Million Dollars ($1,000,000) per incident or occurrence and Workers' Compensation Insurance, in the statutory limits as required by law.. The limits of insurance shall not be deemed a limitation of the covenants to indemnify and save and hold harmless CITY; and if CITY becomes liable for an amount in excess of the insurance limits, herein provided, CONTRACTOR covenants and agrees to indemnify and save and hold harmless CITY from and for all such losses, claims, actions, or judgments for damages or injury to persons or property and other costs, including litigation costs and attorneys' fees, arising out of, resulting from , or in connection with the performance of this Agreement by the Contractor or Contractor's officers, employs, agents, representatives or subcontractors and resulting in or attributable to personal injury, death, or damage or destruction to tangible or intangible property, WELL 21 IRON & MANGANESE REMOVAL TREATMENT FACILITY - CONSTRUCTION page 4 of 11 Project 10340.F including use of. CONTRACTOR shall provide CITY with a Certificate of Insurance, or other proof of insurance evidencing CONTRACTOR'S compliance with the requirements of this paragraph and file such proof of insurance with the CITY at least ten (10) days prior to the date Contractor begins performance of it's obligations under this Agreement. In the event the insurance minimums are changed, CONTRACTOR shall immediately submit proof of compliance with the changed limits. Evidence of all insurance shall be submitted to the City Purchasing Agent with a copy to Meridian City Accounting, 33 East Broadway Avenue, Meridian, Idaho 83642. 6.2 Any deductibles, self-insured retention, or named insureds must be declared in writing and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles, self-insured retentions or named insureds; or the Contractor shall provide a bond, cash or letter of credit guaranteeing payment of losses and related investigations, claim administration and defense expenses. 6.3 To the extent of the indemnity in this contract, Contractor's Insurance coverage shall be primary insurance regarding the City's elected officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City or the City's elected officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with Contractor's insurance except as to the extent of City's negligence. 6.4 The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 6.5 All insurance coverages for subcontractors shall be subject to all of the insurance and indemnity requirements stated herein. 6.6 The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's agents, representatives, employees or subcontractors. 7. Bonds: Payment and Performance Bonds are required on all Public Works Improvement Projects per the ISPWC and the City of Meridian Supplemental Specifications & Drawings to the ISPWC, which by this reference are made a part hereof. 8. Warranty: All construction and equipment provided under this agreement shall be warranted for 2 years from the date of the City of Meridian acceptance per the ISPWC and the Meridian Supplemental Specifications & Drawings to the ISPWC and any modifications, which by this reference are made a part hereof. All items found to be defective during a warranty inspection and subsequently corrected will require an additional two (2) year warranty from the date of City's acceptance of the corrected work. WELL 21 IRON & MANGANESE REMOVAL TREATMENT FACILITY- CONSTRUCTION page 5 of 11 Project 10340.F 9. Notices: Any and all notices required to be given by either of the parties hereto, unless otherwise stated in this agreement, shall be in writing and be deemed communicated when mailed in the United States mail, certified, return receipt requested, addressed as follows: CITY CONTRACTOR City of Meridian SLETTEN CONSTRUCTION COMPANY Purchasing Manager Attn: Ron Hagen 33 E Broadway Ave 6202 West Gowen Road Meridian, ID 83642 Boise, ID 83709 208-888-4433 Phone: 208-658-9888 Email: rhagen@sletteninc.com Idaho Public Works License #PWC -C-11874 Either party may change their address for the purpose of this paragraph by giving written notice of such change to the other in the manner herein provided. 10. Attorney Fees: Should any litigation be commenced between the parties hereto concerning this Agreement, the prevailing party shall be entitled, in addition to any other relief as may be granted, to court costs and reasonable attorneys' fees as determined by a Court of competent jurisdiction. This provision shall be deemed to be a separate contract between the parties and shall survive any default, termination or forfeiture of this Agreement. 11. Time is of the Essence: The parties hereto acknowledge and agree that time is strictly of the essence with respect to each and every term, condition and provision hereof, and that the failure to timely perform any of the obligations hereunder shall constitute a breach of, and a default under, this Agreement by the party so failing to perform. 12. Assignment: It is expressly agreed and understood by the parties hereto, that CONTRACTOR shall not have the right to assign, transfer, hypothecate or sell any of its rights under this Agreement except upon the prior express written consent of CITY. 13. Discrimination Prohibited: In performing the Work required herein, CONTRACTOR shall not unlawfully discriminate in violation of any federal, state or local law, rule or regulation against any person on the basis of race, color, religion, sex, national origin or ancestry, age or disability. 14. Reports and Information: 14.1 At such times and in such forms as the CITY may require, there shall be furnished to the CITY such statements, records, reports, data and information as the CITY may request pertaining to matters covered by this Agreement. 14.2 Contractor shall maintain all writings, documents and records prepared or compiled in connection with the performance of this Agreement for a minimum of four (4) years from the termination or completion of this or Agreement. This WELL 21 IRON & MANGANESE REMOVAL TREATMENT FACILITY - CONSTRUCTION page 6 of 11 Project 10340.F includes any handwriting, typewriting, printing, photo static, photographic and every other means of recording upon any tangible thing, any form of communication or representation including letters, words, pictures, sounds or symbols or any combination thereof. 15. Audits and Inspections: At any time during normal business hours and as often as the CITY may deem necessary, there shall be made available to the CITY for examination all of CONTRACTOR'S records with respect to all matters covered by this Agreement. CONTRACTOR shall permit the CITY to audit, examine, and make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. 16. Publication, Reproduction and Use of Material: No material produced in whole or in part under this Agreement shall be subject to copyright in the United States or in any other country. The CITY shall have unrestricted authority to publish, disclose and otherwise use, in whole or in part, any reports, data or other materials prepared under this Agreement. 17. Compliance with Laws: In performing the scope of work required hereunder, CONTRACTOR shall comply with all applicable laws, ordinances, and codes of Federal, State, and local governments. 18. Changes: The CITY may, from time to time, request changes in the Scope of Work to be performed hereunder. Such changes, including any increase or decrease in the amount of CONTRACTOR'S compensation, which are mutually agreed upon by and between the CITY and CONTRACTOR, shall be incorporated in written amendments which shall be executed with the same formalities as this Agreement. 19. Construction and Severability: If any part of this Agreement is held to be invalid or unenforceable, such holding will not affect the validity or enforceability of any other part of this Agreement so long as the remainder of the Agreement is reasonably capable of completion. 20. Waiver of Default: Waiver of default by either party to this Agreement shall not be deemed to be waiver of any subsequent default. Waiver or breach of any provision of this Agreement shall not be deemed to be a waiver of any other or subsequent breach, and shall not be construed to be a modification of the terms of this Agreement unless this Agreement is modified as provided above. 21. Advice of Attorney: Each party warrants and represents that in executing this Agreement. It has received independent legal advice from its attorney's or the opportunity to seek such advice. 22. Entire Agreement: This Agreement contains the entire agreement of the parties and supersedes any and all other agreements or understandings, oral of written, whether previous to the execution hereof or contemporaneous herewith. WELL 21 IRON & MANGANESE REMOVAL TREATMENT FACILITY - CONSTRUCTION page 7 of 11 Project 10340.F 23. Order of Precedence: The order or precedence shall be the contract agreement, the Invitation for Sid document, then the winning bidders submitted bid document. 24. Public Records Act: Pursuant to Idaho Code Section 9-335, et seq., information or documents received from the Contractor may be open to public inspection and copying unless exempt from disclosure. The Contractor shall clearly designate individual documents as "exempt" on each page of such documents and shall indicate the basis for such exemption. The CITY will not accept the marking of an entire document as exempt. In addition, the CITY will not accept a legend or statement on one (1) page that all, or substantially all, of the document is exempt from disclosure. The Contractor shall indemnify and defend the CITY against all liability, claims, damages, losses, expenses, actions, attorney fees and suits whatsoever for honoring such a designation or for the Contractor's failure to designate individual documents as exempt. The Contractor's failure to designate as exempt any document or portion of a document that is released by the CITY shall constitute a complete waiver of any and all claims for damages caused by any such release. 25. Applicable Law: This Agreement shall be governed by and construed and enforced in accordance with the laws of the State of Idaho, and the ordinances of the City of Meridian. 26. Approval Required: This Agreement shall not become effective or binding until approved by the City of Meridian. CITY OF MERIDIAN SLETTENCONSTRUCTION C PA Y BY:* RY: __ -_ ��__ TAMMY ®, MA Ron Mage Vice President Dated: (7)I Approved by Council: q - ;�-3 EE LLHOLMAN, CITY CLERK Purchasing Approval 6Y: KEI d urc a Ing Manager Dated:: Dated: i7 -D Pr F 5EMMER i Dated.. / WELL 21 IRON & MANGANESE REMOVAL TREATMENT FACILITY - CONSTRUCTION page 8 of 11 Project 10340.F Attachment A � • • a part hereof. • WELL 21 IRON & MANGANESE REMOVAL TREATMENT FACILITY- CONSTRUCTION page 9 of 11 Project 10340.F Attachment B A. Total and complete compensation for this Agreement shall not exceed $587,100.00. MILESTONE DATES/SCHEDULE Milestone 1 Substantial Completion 168 calendar days Milestone 2 Final Completion 196 calendar days PRICING SCHEDULE Contract includes furnishing all labor, materials, equipment, and incidentals as required for the NAME OF PROJECT per IFB PW -14-101 CONTRACT TOTAL ....................... $587,100.00 CONTRACT IS A NOT TO EXCEED AMOUNT. LINE ITEM PRICING BELOW WILL BE USED FOR INVOICE VERIFICATION AND ANY ADDITIONAL INCREASES OR DECREASES IN WORK REQUESTED BY CITY. Bid Schedule Item No. Description Quantity Unit Unit Price 1 General Requirements 1 LS $97,500.00 2 Mobilization / Demobilization 1 LS $5,000.00 3 Storm Water Pollution Prevention Control 1 LS $1,500.00 4 Excavation Dewatering 1 LS $0.00 5 Startup and Commissioning 1 LS $0.00 GT Use Tax on City Supplied Equipment 1 LS $16,000.00 6 Sitework Demolition 1 LS $700.00 7 Existing Pump Room Demolition 1 LS $7,200.00 8 Mechanical Yard Piping Water 1 LS $48,100.00 9 Concrete Yard Vault 1 LS $12,600.00 WELL 21 IRON & MANGANESE REMOVAL TREATMENT FACILITY - CONSTRUCTION page 10 of 11 Project 10340.F 10 Gravity Sanitary Sewer 1 LS $7,500.00 11 Site Electrical 1 LS $11,000.00 12 Fencing 1 LS $7,800.00 13 Infiltration Basin 1 LS $3,200.00 14 Site Grading, Restoration, and Other Incidental Site Improvements 1 LS $10,000.00 15 Structural Earthwork 1 LS $3,300.00 16 Concrete Foundations, Slabs, Pads, Etc. 1 LS $26,400.00 17 Masonry Walls 1 LS $42,800.00 18 Wood Roof Trusses, Sheathing, Singles, Gutters, Etc. 1 LS $33,200.00 19 Tubular Daylighting 1 LS $2,500.00 20 Doors, Louvers, and Glass Panel Units 1 LS $11,300.00 21 Painting and Finishes 1 LS $10,000.00 22 Safety and Signage 1 LS $1,200.00 23 Electrical 1 LS $55,000.00 24 HVAC 1 LS $16,000.00 25 Plumbing 1 LS $23,200.00 26 Process Piping, Supports, Valves, and Associated Components 1 LS $50,700.00 27 Instrumentation and Controls 1 LS $10,000.00 28 Day Tank 1 LS $37,200.00 29 Chemical Transfer and Metering Pumps 1 LS $22,900.00 30 Bulk Storage Tank 1 LS $7,000.00 31 Installation of Owner -provided Equipment (Filter Vessel, Valves, Control Panels, Instruments, and Other Accessories 1 LS $6,300.00 Travel expenses, if applicable, will be paid at no more than the City of Meridian's Travel and Expense Reimbursement Policy. WELL 21 IRON & MANGANESE REMOVAL TREATMENT FACILITY - CONSTRUCTION page 11 of 11 Project 10340.F CITY OF MERIDIAN CONTRACT/AGENDA REQUEST CHECKLIST Date: 9/18/2014 REQUESTING DEPARTMENT PW Fund: 60 Department: Construction: X Project Name: Project Manager: Clint Worthington Department Representative: n/a Contractor/Consultant/Design Engineer: Budget Available (Attach Report): 3490 GL Account: 96121 Project # PSA: Task Order: Well 21 Iron & Manganese Removal / Treatment Facility Sletten Construction Company/ CH2M Hill - Perrin Robinson No Contract Amount: $587.100.00 Will the project cross fiscal years? Yes X No Budget Information: FY Budget: 13/14/15 Enhancement #: FY13 #13 Grant #: Other: Type of Grant: CONTRACT CHECKLIST 103490.F BASIS OF AWARD Low Bidder X Highest Rated Master Agreement (Bid Results Attached) Yes (Ratings Attached) (Category) Typical Award Yes No X If no please state circumstances and conclusion: This award is subject to a budget approval for additional funds which must take place prior to the award of this agreement. 10 Day Waiting Period Complete: September 27, 2014 PW License # PWC -C-11847 Current? (attach print out) Corporation Status (Attach Print Out): Goodstanding Insurance Certificates Received (Date): September 10, 2014 Date Award Posted: September 18. 2014 Yes Correct Category? Rating: A Payment and Performance Bonds Received (Date): September 10, 2014 Rating: A++ Builders Risk Ins. Req'd: Yes No X If yes, has policy been purchased? Date Submitted to Clerk for Agenda: September 18, 2014 Approved by Council Issue Purchase Order No, Date Issued: WI -15 submitted Issue Notice of Award: Date: NTP Date: 1� iii LU c m w 10 D U) LLI ca 1� � iii c m 10 � iii i1CB1111N 111111111 r'�eme t�mm � �a eTRAKiT Page 1 of 1 Home I Setup an Account I Log In Public �, Username Password LOGIN L-�� REMEMBER ME Forgot Password/Username Permits Apply Search Pay Fees Licenses Search Trade Licenses Search Public Works Inspections Schedule Cancel Elevators Search Elevators Violations Search Shopping Cart Pay All Fees Contact Contact us Public Works Search, Search Again Download Results Fd4ntrable View Sletten Construction Company PWC -C-11847 1 00001, 00002, 00003 11, 2, 3 UNLIMITED I ACTIVE I Sletten Co < _ rir i r_. First Prov Page: 1 of 1 Next 'Last; Details - License Number: PWC -C-11847 The Division of Building Safety, makes every effort to produce and publish the most current and accurate information possible. No warranties, expressed or implied, are provided for the data herein, its use, or its interpretation. Utilization of this website indicates understanding and acceptance of this statement. 1-800-955-3044, 1090 E Walertower St, Suite 150 Meridian ID 83642 HOME i CONTACT https://web.dbs.idaho.gov/etrakit3/Custom/ldaho PublieWorlcsSearchRslts.aspx 9/18/2014 IDSOS Viewing Business Entity Page 1 of 2 IDAHO SECRETARY OF STATE W4Viewing Business Entity 4 . - Ben Ysursa, Secretary of State [ New Search ] [ Back to Summar ] [ Get a certificate of existence for SLE EN CONSTRUCTION COMPANY ] [ Monitor SLE EN CONSTRUCTION COMPANY business filings ] SLETTEN CONSTRUCTION COMPANY BOX 2467 GREAT FALLS, MT 59403 Type of Business: CORPORATION, GENERAL BUSINESS Status: GOODSTANDING, ANREPT SENT 07 Nov 2013 State of Origin: MONTANA Date of 17 Jan 1964 Origination/Authorization: Current Registered Agent: DON J MCCLENAHAN 805 IDAHO ST., SUITE 310 BOISE, ID 83702 Organizational ID / Filing C35142 Number: Number of Authorized Stock Shares: Date of Last Annual Report: 21 Nov 2013 [ Help Me Print/View TIFF ] Filed 17 Jan 1964 CERTIFICATE OF AUTHORITY Amendments: [ Hel Be Printj View TIFF ] Amendment Filed 17 Jan 1964 OTHER - DA - DON J. MCCLENAHAN, BOISE Amendment Filed 03 Dec 1968 REINSTATEMENT Annual Reports: Report for year 2014 ANNUAL REPORT Report for year 2013 ANNUAL REPORT Report for year 2012 ANNUAL REPORT Report for year 2011 ANNUAL REPORT Report for year 2010 ANNUAL REPORT Report for year 2009 ANNUAL REPORT Report for year 2008 ANNUAL REPORT Report for year 2007 ANNUAL REPORT [ Help -Me Print/View TIFF ] View Document Online View Document Online View Document Online View Document Online View Document Online Imaqe (TIFF format) View Imaqg_jEPf format I View Lmage TIFF format View Image (PQF format) View Lm a • http://www.accessidaho.org/public/sos/corp/C35142.html 9/18/2014 IDSOS Viewing Business Entity Page 2 of 2 Report for year 2006 ANNUAL View Iac#e (PUF jormatj View REPORT Image (TIFF formats Report for year 2005 ANNUAL View image -CE -DE formatl thew REPORT Image (TIFF formats Report for year 2004 ANNUAL View Imaqe (PUF format} View REPORT image (TIFF format} Report for year 2001 ANNUAL View -Image (PUF formats View REPORT ImageSTIFF formatl Report for year 2000 ANNUAL View Image PUF formats View REPORT Imaqe (TIFF format) Report for year 1999 ANNUAL View Image (PUF format) View REPORT ImageSTIFF formats Report for year 1998 ANNUAL View Ima e (PUF formats View REPORT Imaqe TIFF formatl Report for year 1997 ANNUAL Vies¢ Ima -ePDF formats View REPORT Image (TIFF format} Report for year 1996 ANNUAL View Image PDF format) View REPORT Image (TIFF formats Report for year 1995 ANNUAL View Image _(PDF formats View REPORT image (TIFF formats Report for year 1994 ANNUAL View Imaqe (PDF formats View REPORT Imaqe (TIFF format) Report for year 1993 ANNUAL View Irna e (PDF format) View REPORT Image (TIFF formats Report for year 1992 ANNUAL View Irna e ;PUFformats View REPORT Imaqe (TIFF format} Report for year 1991 ANNUAL View Imaqe (PPF format) View REPORT Imaqe TIFF formats Report for year 1990 ANNUAL View Image (PUF format) View REPORT Ima e (TIFF formats Report for year 1989 ANNUAL View Imaqe (PUF formats View REPORT Image (TIFF format} Report for year 1988 ANNUAL View Lma_ e PUF formats View REPORT Image TIFFformat Report for year 1987 ANNUAL View Image (PUF formats View REPORT Imaqe (TIFF format} Idaho Secretary of State's Main Paqe State of Idaho Home Page Comments, questions or suggestions can be emailed to: sosinfo�sos.idaho,gov http://www.accessidaho.org/public/sos/corp/C35142.html 9/18/2014 C) cc 0 0 0 0 0 C C6 co .- LO m O O O O m M 0 O O O 41 1 1 1 1 1 1 I I I I I I I I I I O O ® 1 1 1 1 1 1 0 O 0 T MMT I CD CD Ln H CD O N r'. d O O O C O T T T J 6T 69 64 63 69 64 64 60 69 69 6R 69 63 6% 6% 6% 6% 6% 69 6% K3 60 63 69 60 69 60 60 60 69 Q m C' a OI 0 O Q I I I I I I I I I I I I . I . . I 1 I 1 I 1 1 1 @E q E - M T M T M T CD u O _N LL c m c C O :e w 69 63 63 6) 63 69 6% Q% Q% 63 63 6% 63 6% 6A 6% 6% 6% 63 69 l'A 6% 6% 6% 63 6% 60 69 1-1 63 I I ``E r C 6u C LL O a) 63 60, W. 69. 6R 63 64 69 � O Z v ,O O CO p O M c C O 613 691 Efl 6i 69 63 6H O O O EI I I I O O O V O O Ln LO O Lo cN O O O r r O r LL 0 y 64 69 6R 69, 6A 6A 63 63 63 y W P O O O 0 O 2 O O O O �J c .E o r. C I � ( LU tm T - M C O a '' 6R 613 613 6q 63 69. 63 EA 63 d E� 66E 1 z = Z c 6u m Ea� +r c c c ® t :d LL (» 6fl 613 63 63 6A 69 6n C ~ O O 4f 0 «� M C c ® C7 O N C N O U). 63 63 63 60 64 16% 0% Q. W 5 w U. o y U c W W> LU •O N '_' IL O Q J Z a u O ON ZU)w+ Z(n CL a'O Z aci ~ H Z U Q a r U 6n �V v cco o 12 �' W �;c !q�TD LU ` a Z LLI® C9 j �Z W 6n o c Q 0CU djj OO� OC7 Z �,�hZN� u �Q (D 0E- @ c JQJ ~ m O, cca U) E E E >F-� �.� �-� N Q LLI O ®' C N (d O Q a�� O5u.a�w O U� W O O O O N N N N Y V N M N M N N Nto WQ N rr�r�tvv'IT 'IT 'IT LO o I ® o 0 0 0 0 0 0 0 rn rn It rn rn rn rn 0 Cl 0 0 0 0 0'0 0 0;o O Cl O 0 Oro 0 rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn _ ® _ r� �It <rd-I-vvv M M M M M M M M �r%tI�rv'vd-vvvvv rrIrIt It%r<rIt MM M M.M M MM M MM M M M M M M M i W M a) r 7 O r M O N J C: sB. 75 N i Ov°- 0ka oa a) y e d C s S � W C Z a W 0 � I0 E z E W = e Z E c t d G. t'' ® G a) E 7 a) a) C O m � � 3c d vO 0 M o o Q O C CU ° N y � a B B B a) a 0 a) U B C ca C .n c B B E a) Q a. O a) Vr Q. N IDU)a) G o' U ' m a •c W(D a` )) U O (D 6 C a) E j v, (V a' jY 0) o -O C (D a) 3 (D 6 C "= a v. O a) > N� 3t o : 2 y O a) C w B 0 *� C - -o V'` �N c a) � C a) LU 3 Q0) ::l) a) N .0 CA Z a) (0 O O O LL! '6 c � v Cm � C N @ a 0 C N c 0 C O 6 C 73 Q U E m Q C O u C U 3 s E V a aj Q C O C o L p O Y N � @ 3 p c � � m a N Q @ � @ > E o O c v a) p i Y @ U YO L @ U Y 7m, v v mag o v o Q o L o ,>. CL c O O G O E C 3 is @ Y >. 3 Q T 0 O Q o. Q N d O v E 3 0 E o > a c o L o E U @ y2 C Y N 0 0 � E 3 N N N Y C U c m m m tin � c c E v ° o c p m U c c ° o p O C Ea) v c O E L m a) y0 U V o c w a, o o v ° Z. CL > c > L a) O a F D V -O I c N E s A .a E O U B a) L 0 a (a .3 aa)) U a) O N L c o o c a N�- (6 O L c 0) o E U O B o .� O a) a) N � 7 (n a) a) E E -a cc0 L M v v v3 - c U E O t a) v 'o CL Y 4° 'O a) z 6 co al U bJ) m 0 z 0 N Mn LL m } M N N IL U C a) E E U N 0 O CL CL n Ch N s .3 U c (6 c LL T .O a a) 0 0 W N 16N V C. N W an a) } I� Q U N a7 - (0 ° Zcu 0 N o y a) ii •c ° T � ° m } (n ° mO N N m c LL v3 - c U E O t a) v 'o CL Y 4° 'O a) z 6 co al U bJ) m 0 z 0 N Mn LL m } M N N IL U C a) E E U N 0 O CL CL n Ch N s .3 U c (6 c LL T .O a a) 0 0 W N 16N V C. N W an