ACHD / City and Water Improvements Ustick Road, Linder Road to Locust Grove RoadCE ID1ZI ANC--
Public �DAH�
Works Department
TO: Mayor Tammy de Weerd
Members of City Council
FROM: Jared Hale
Engineering Project Manager
DATE: October 3, 2016
Mayor Tammy de Weerd
City Council Memberfe
Keith Bird
doe Borton
Lulge Cavener
Genesis Milam
Anne Little Roberts
Ty Palmer
SUBJECT: IN ACCORDANCE WITH THE INTERAGENCY AGREEMENT PREVIOUSLY
APPROVED BY CITY COUNCIL, APPROVE THE NOT -TO -EXCEED
AMOUNT OF $4209400.04 TO PAY ADA COUNTY HIGHWAY DISTRICT
(ACRD) FOR CITY WATER AND SEWER IMPROVEMENTS
CONSTRUCTED BY KNIFE RIVER CORPORATION AT THE
INTERSECTION OF USTICK AND MERIDIAN ROAD, AND USTICK
ROAD BETWEEN LINDER AND LOCUST GROVE ROAD.
ACRD PROJECTS 513038, 3130399 512008 AND CITY OF MERIDIAN
PROJECT 10432
I. RECOMMENDED ACTION
A. Move to:
1. In accordance with the Interagency Agreement previously approved by City
Council, approve the not -to -exceed amount of $420,400.04 to pay ACHD
for City water and sewer improvements constructed by Knife River
Corporation at the intersection of Ustick and Meridian Road, and Ustick
Road between Linder and Locust Grove Road.
ACHD Projects 513038, 313039, 512008 and City of Meridian Project
10432
II. DEPARTMENT CONTACT PERSONS
Jared Hale, Engineering Project Manager 489-0370
Clint Dolsby, Assistant City Engineer 489-0341
Warren Stewart, City Engineer 489-0350
Dale Bolthouse, Director of Public Works 985-1257
Page I of 3
III. DESCRIPTION
A. Back round
ACRD plans to expand the Ustick and Meridian Road intersection, and widen
Ustick Road between Linder Road and Locust Grove Road. ACHD has agreed,
per the attached Interagency Agreement, to include City water and sewer
improvements as part of their project. They incorporated these improvements in
their plans and bid documents.
B. Proposed Project
Ustick Road between Linder and Locust Grove Roads project will construct a
new five lane roadway with curb, gutter, and sidewalks. The intersection of
Meridian Road and Ustick Road will be widened to seven travel lanes. During
construction, ACRD will have City of Meridian water and sewer improvements
installed by Knife River. The water portion of the project will consist of
adjusting and relocating main line, services, and fire hydrants to accommodate
ACHD's road widening and new storm sewer utilities. A new sewer main will
be installed in Ustick Road between Meridian Road and Boulder Creek Avenue.
IV. IMPACT
A. Strategic Impact:
This project is aligned with the Public Works objective of being opportunistic in
planning for growth and infrastructure needs. The construction impacts on the
residents will be minimized by partnering with ACRD.
B. Fiscal Impact:
The costs of the City of Meridian infrastructure improvements are $420,400.04
and will be funded from two different accounts as shown below.
Project Costs:
Fiscal Year 2017
Total $420,400.04
Available Proi ect Funding
Page 2 of 3
VI. TIME CONSTRAINTS
ACRD plans to start construction on this project in October 2016. City
approval of this agreement is required for ACRD to install sewer and water
improvements as part of their project.
VII. LIST OF ATTACHMENTS
A. ACHD Sewer and Water Bid Results from Knife River
B. Spreadsheet of Actual Cost Breakdown
C. Interagency Agreement
Ott
Approved for Council Agenda: We /6z
Date
Page 3 of 3
BID ABSTRACT
ACHD Contract Number CT216-32
Contract Name 2016 Ustick Roadway Improvements
BidDate 8/10/2016
Bidders
01 Bidder Knife River 02 Bidder Idaho Materials & Constru 03 Bidder Central Paving
04 Bidder C & A Paving Co, 05 Bidder Alta Incorporated
12" PVC, AWWA C900, DR 18, WATER MAIN
Schedule 3 - City of Meridian Utility
154LF1
j
IN202-06 313039 UstIckRd and Meridian RdEstimate
$6,776.00
0306.4.0 200
.1 IMPORTED TRENCH BACKFILL, TYPE A (PRE -APPROVAL REQUIRED) TN-T
01 Bidder $44.00
- -- --------
01 Bidder $9,80 $1,960,00 02 Bidder, $21.30 $4,260.00 03 Bidder $21.50 j
$4,2100.00
04 Bidder $14.28 $2,856.00 OSBidderi $8.51 $1,702.00
_-
$6,899,20 03 Bidder
- --- '0307,41G,1 TYPE P SURFACE RESTORATION - -TEMPORARY 235 SY $30,00
---------------------
$7,050.00
01 Bidder $20.00 $4,700.00 02 Bidder $12.75 $2,996.25 03 Bidder $18.80
$4,418.00
04 Bidder $15.63 $3,673.05 05 Bidder $30.85 $7,249.75
05 Bidder
0401A.I.A.1 A 6" PVC, AWWA C900 DR 18 WATER MAIN a -i ; LF
8,665.58
01Bidder$8.90 $827.70 02 Bidder: $22.50
04 Bidder $22.44 $2,086.92 05 Bldder! $24.27$2 257.11
$2,092.50 , 03 Bidder $22.80 $2,120.40
L�41t.4.1,A.l B
12" PVC, AWWA C900, DR 18, WATER MAIN
154LF1
j
$44,00
$6,776.00
01 Bidder $44.00
- -- --------
$6,776.00
02 Bidder
$44,80
_-
$6,899,20 03 Bidder
$45.20
-
$6,960.80
$33,11 i
04 Bidder $60.18
$9,267.72
05 Bidder
$5617
8,665.58
1 EA
0402.4AA,1 6" GATE VALVE
$3,200.00
01 Bidder $2,500.00 $2,500.00 02 Bidder!
2. EA
$1,350.00
$2,700,00
$3,000.00
01 Bidder $596M
$1,192,00
02 Bidder
$773.00
00 03 Bidder
$1,200M
$2,400.00
�-ADJUST EXISTING VALVE BOX TO GRADE
04 Bidder $1,397,40
$2,794,80
05 Bidder'
$843.92
$1,687.84
01 Bidder $270,00 $8,910.00 02 Bidder,
$379.00 I
'0403.4.1.X1
FIRE HYDRANT ASSEMBLY
$20,196.00
04 Bidder $612,00 $20,196.00 058idderf;
$352.40
$11,629.20
01 Bidder $2,290.00
$4,580.00
02 Bidder'
$2,587,00
$5,174-00 03 Bidder
$2,600,00
$5,200,00
01 Bidder $211.00 $4,2&00 02 Bidder i
04 Bidder $2,611.20
$5,222,40
o.5 Bidder:
$2,540.86
$5,081.72
04 Bidder $46.92 $938,40 05 Sidderj
$70.74
10404.4.1,A,1
1"0 STANDARD WATER SERVICE
CONNECTION
ISP-MO3001B
9 EA
$1,500.00
$13,500.00
$80.()0
01 Bidder $1,220.00
-04 -Bidder ----
$10,980.00
02 Bidder'
$1,980.00
$17,820.00 1 03 Bidder
$2,000.00
$18,000.00
$2,223.60
$20,012.40
05 Bidder!
$968.48
$8,716.32
SSP M04002
NOT TAP EXISTING WATER MAIN
10501.4.1,8.1
8" PVC, ASTM D3034, SANITARY SEWER PIPE$85.
- -- - --------- I -------
LF 239 1 1
0 0
$20,316.00
01 Bidder $29,00 $6,931,00 02 Bidder
_
$27,70
$6,620,30 03 Bidder
$28,00
$6,66206
04 Bidder $30.60 $7,313.40 os Bidder,
$33,11 i
$7,913.29
10502.41A.1
48" SANITARY SEWER MANHOLE, TYPE A
1 EA
_j$3,200A)
$3,200.00
01 Bidder $2,500.00 $2,500.00 02 Bidder!
$3,016,00
$3,016,00 103 Bidder
$3,000.00
$3,000.00
04 Bidder $2,983,50 $2,983.50 05 Bidder
$2,325.12
$2,325.12
2030.41 A 1
�-ADJUST EXISTING VALVE BOX TO GRADE
--
36___FIEA
450.00
01 Bidder $270,00 $8,910.00 02 Bidder,
$379.00 I
$12.507.00 03 Bidder
$612.00 V
$20,196.00
04 Bidder $612,00 $20,196.00 058idderf;
$352.40
$11,629.20
Fs_P.m03001_A_
14" PVC, AWWA C905, DR25, WATER MAIN CASING
20
. 00
$1,400.60
01 Bidder $211.00 $4,2&00 02 Bidder i
$32,90
_J�LF
$658.00 03 Bidder
$33.30
$666.00
04 Bidder $46.92 $938,40 05 Sidderj
$70.74
$1.41480
ISP-MO3001B
16" PVC, AWWA C905, DR25, WATER MAIN CASING
37 i L FF
$80.()0
$2,960.00
01 Bidder $250.00 $9,250.00 02 aldder
$40,00
$1,480-00 03 Bidder
$40,40
$1,494,80
04 Bidder $54.06 $2,000.22 05 eidderi
$55.92
$2,065-34
SSP M04002
NOT TAP EXISTING WATER MAIN
I EA
$2,200.00
$2,211.00___J,'
01 Bidder $1,240.00 $1,240.00 02 Bldder
_
$1,950,00
$1,950,00 03 Bidder
$2,000.00 i
$2,000,00
---------------
04 Bidder $2,111.40 $2,111.40 0.5 Bidder
$1,630,72
$1,63072
SP 466
RELOCATE EXISTING FIRE HYDRANT
$800
-$-I-,e 0 -0, 0, -0-
01 Bidder $598.00 $1.19 - 6,00 - 02 Bidder
$529.50
------------ --1
$1,059.00 ' 03, Bidder
$534.00
$1,068.00
04 Bidder $1,065.90 0,131.80 05Bidder,
$878.78
$1,757,56
'SP-M04005A
UPGRADE IRRIGATION PIPE TO WATER CLASS PIPE
$500.00
$1,000.00
01 Bidder $2,730.00 $5,460,00 02 8ldder
$2,294.00
$4,588.00 03 Bidder
$2,300,00
$4,600.00
04 Bidder $1,344.36 $2,688.72 058idderi
$8,562.40
$17,124,80
ISP-MO4005B
UPGRADE STORM DRAIN PIPE TO WATER CLASS PIPE
EA
$500,00
$500.00
01 Bidder $2,250.00 $2,250.00 02 Diddei
$1,728.00
$1,728.00 03 Bidder
$1,700.00
$1,700.00
04 Bidder $612.00 $612.00 05BIdder,
$9,368.80
$9,368.80
ISP-MO4007A
ABANDON EXISTING WATER SERVICE— —E
02 Bidder
---- - ----------
- 7 _$6F)0.00
- - - - - - - - -
$142,550.13
01 Bidder $156,00 $1,092,00
02 Bidder,$87.50
$23,000.00
$612.50 , 03 Bidder $88.30 11
$618.10
05 Bidder:
04 Bidder $816.00 K712.00
os oldder;
$56.96
$398.72
TYPE P SURFACE RESTORATION - PERMANENT
1SP:M 4-00-78
ABANDON EXISTING WATER MAIN
L2634 LF
$42.00
1 $800.00
00,
�8�
02 Bidder'
01 Bidder ------- $1,250,00 $1,250,00
$150-00 i 03 Bidder
2 8.
$208.00 oisidder $270.00
-
$270.00
$926.72
04 Bidder.--. $816.00 $816.00
_05 Bldder';
$1,904.00
$1,904.00
10307,4.1.6.1 B
I
SSP-M04015A
ADJUST EXISTING WATER MAIN AT NEW PIPE CROSSING
8 EA $3,800.00
$30,400.00
02 Bidder
01 Bidder $2,940.00 $23,520.00
02 Bidder
$3,718.00
$29,744.00 03 Bidder $3,800.00
$30,400.00
$11,468.00
04 Bidder $4,635.90 $37,087.20
05BIdder',
----------- --
$1,913.38
$15,307,04
$31,24 j
ISP-MO4015B
ADJUST EXISTING FLUSH LINE AT NEW
�15.680.00
PIPE CROSSING
2 EA $3,50o.00
$7,000.00
84 LF $40,00
01 Bidder $2,840.00
02-B F,;7
_56.06
10,9`IZ6 0 03 Bidder
$1 1,000,00
$27.40
04 Bidder $5,610.00 $11,220.00
OsBldder��
$5,465.60
$10,931,20
$4,284,00
,SP-MO4021
ADJUST EXISTING WATER METER TO GRADE
$2,755.20
300-00
0401.4.1.AA
6" PVC, AWWA C900, DR
01 Bidder $39,00 $78.00 02 Bidder' $379.00 $758.00 103 Bidder
04 Bidder $413.10 $826.20 05 Bidder', $470.40 $940.80
01 Bldder]
$104,592.70 ,
02 Bidder
$116,688.75 03 Bidder
04 Bidder
$142,550.13
05 Bidder
$120,071.71
— — - - ------- - ------------
$142.00 $284.00
Estimate $132,241.00
$127,388.10
0306.4.1,0.1 IMPORTED TRENCH BACKFILL, TYPE A (PRE -APPROVAL REQUIRED) 1000 ilN $10.00
---$9,8-00-.00
$10,000,00
01 Bidder $9.80
$1,500.00
02 Bidder:
_$2�270
_T
$22,7M00 03Bidder __�2TO�
$23,000.00
$9,445.00 03 Bidder
04 Bidder $1418 $14,280,00
05 Bidder:
$8,51
$8,510.00
$971.10
10307A, I.G. I A
TYPE P SURFACE RESTORATION - PERMANENT
8" PVC, ASTM D3034, SANITARY SEWER PIPE
8 SY _$1(10.01)
L2634 LF
$42.00
01 Bidder $172.00
$1,376.00
02 Bidder'
$18,75
$150-00 i 03 Bidder
$150.40
04 Bidder $23,97
04 Bidder $115.84
$926.72
05 Bldder'
$31.22
$249.76
48" SANITARY SEWER MANHOLE, TYPE A
10307,4.1.6.1 B
I
TYPE P SURFACE RESTORATION - TEMPORARY
$3,20040
1 610 S SY $30.00
$18,300,00
02 Bidder
01 Bidder
--------- - -----
$21,376.00 03 Bidder
__ ---01
$2,700.00
04 Bidder $2,575.50
18,80 j
$11,468.00
$2,325,12
04 Bidder $13,22
$8,064.20
058idderl,
$31,24 j
$19,056.40
10401.4.1,A 1
8" PVC, AWWA C900, DR
18, -WATER MAIN
84 LF $40,00
$3,360.00
$387.00
01 Bidder $33.00
$2,772.00
02 Bidder:
$27.40
$2,301,60 103 Bidder $27.60
$2,318.40
$1,176,00
04 Bidder $51.00
$4,284,00
OS Bidderl
$32,80
$2,755.20
300-00
0401.4.1.AA
6" PVC, AWWA C900, DR
18, WATER MAIN
$206,00
99 LF $50.00
$4,950,00
04 Bidder $637.50f
01 Bidder $7.75
$767,25
02 Bidder'
$29.00
S2,871.00 03 Bidder $29.30
$2,900.70
04 Bidder $22,44
$2,221.56
05 Bidder'
$22.28
$2,20512
0402,4,1,Al
8" GATE VALVE
2 EA $1,50o.00
$3,000,00
01 Bidder $875.00
$1,750M
02 Bidder
$1,091.00
$2,182-00 03 Bidder $1,500,00 j
$3,000,00
04 Bidder $1,713,60
$3,427,20
05 Bidder
$1�00&00
- -
$2,016.00
----------------- --
0402,4. 1.,0 1 A
6" GATE VALVE
- ---------
401 '
Bidder $596,00
$2,384.00
02 Bidder
$773.00
$3,092,00 1 03 Bidder $1,200.00
$4,800.00
04 Bidder $1,397A0
$5,589-60
05 Bidder,
---------
$700.00
----------- -+------
V,800.00 i
04034A.A. - 1
Hydrant
-- - --------
1 4_ jEAj $3,200.00
$12 800,00
01 Bidder $2,290-00
$9,160-00
02 Bidder
$2,657.00
$10,628.00 03 Bidder $2,700.00
---- --- ------
$10,800.00
--
04 Bidder $2,641.80 $10,567.20
05 Bidder,
$2,524.62$10,098.48
—
iUMAI.A.l
0501,11.1,13.11
,0502.4.1.k1
0503,4.1.A.1
0503A.I.A.3
Water Service Gonnection, Size 1"
5 i EA
$1,500.00
01 Bidder $1,150.00
$5,750.00
02 Bidder,
$1,889,00
$9,445.00 03 Bidder
$1,900.00
04 Bidder $2,213.40
$11.067.00
05 Bidder
$971.10
$4,855.50
8" PVC, ASTM D3034, SANITARY SEWER PIPE
L2634 LF
$42.00
01 Bidder $24.50
$64,533-00
02 Bidder,
$24.00
$63,216.06 03 Bidder
$24.20
04 Bidder $23,97
$63,136.98
05 Bidder;
$32,90
$86,658.60
48" SANITARY SEWER MANHOLE, TYPE A
8 EA
$3,20040
Bidder $2,190.00
$17,520.00
02 Bidder
$2,672.00
--------- - -----
$21,376.00 03 Bidder
__ ---01
$2,700.00
04 Bidder $2,575.50
$20,604.00
m idder,
$2,325,12
$18,600, 96
8" T -TYPE CLEANOUT PER
MERIDIAN SD
-S1
2 EA
$500.00
01 Bidder $324,00
$648.00
02 Bidderi
$387.00
$774 00 03 Bidder
$773,00
04 Bidder $958.80
$1,917.60
058idder',
$588.00
$1,176,00
4" SEWER SERVICE CLEANOUT
4 1 EA
300-00
01 Bidder $165,00
$660.00
02 Bidder i
$206,00
$824-00 03. Bidder-------
$59140 H
04 Bidder $637.50f
$280.00
$1,120.00
j
1,A.1 A 4" PVC, ASTM -63-034, — — -------- - IJ $45,00
01 Bidder $4.70 $394.80 02 Bidder' $36.60 $3.074.40 j 03 Bidder $36.90
04 Bidder $23.46 $1,970.64 05BIdder $4.40 $369.60
$9,500.00
$110,628.007,
$63,742.80
$25,600,00
$21,600.00
$1,000.00
$1,546.00
$1,200.00
$2,364.00-
$3,780,00
$3,099.60
w
0504,4.1.,0,1 B 4" PVC AWWA C900, DR25, WATER CLASS SEWER SERVICE PiPE 105 LF $48.00 $-5.040.00--]
01 Bidder $5.90 $619.50 02 eldder! $38,20 $4,011.00 ' 03 Bidder $38.60 $4,053.00
04 Bidder $24.48 $2,570,40 05 Bidder; $8,00 i $840.00
0504.4.1.D.1 4" SEWER SERVICE CONNECTION
ADJUST EXISTING PRV VAULT RIM AND LID TO GRADE
2EA $600,00
4 EA
$300.00
$1,200.00
01 Bidder $1,140.00 $4,560,00
02 Bidder
�
$282.00
$1,128.00 o3 Bidder
$285.00 „
$1,140.00
04 Bidder $31110 $1,244,40
0501ddery
$406.00
$1,624,00
Estimate
j2030.4,1.C,1 ADJUST EXISTING VALVE BOX TO GRADE
i
13 1 EA
$450.00
$5,850.00
01 Bidder $270.00 $3,510.00
-_
02 Bidder'
$379.00.
_
$4,927.00 03 Bidder
_
$612.00
$7,956.00
04 Bidder $612.00 $7,956.00
05 Bidder,
$365.19
-_
$4,747.47
04 Bidder $2,172,60 $10,863.00
20304.1,0.1.
ADJUST EXISTING PRV VAULT RIM AND LID TO GRADE
2EA $600,00
$1,200,00
01 Bidder $346.00 $692.00
02 Bidder
$426.50 I
$859.00 ; 03 Bidder
$434.00
$868,00
04 Bidder $714.00 $1,428,00
05 Bidder
$448.00
$896.00
Estimate
iSP�-M04002
HOT TAP EXISTING WATER MAIN
=-= _
8 HR
5 EA
-
$2,200.00
$11,000,00
02 Bidder,
01 Bidder $784,00 $3,920.00
02 Bidden
$2,132.00
$10,660.00 . 03 Bidder
$2,200.00
y -
$11,000,00
$210.00
04 Bidder $2,172,60 $10,863.00
05 Bidder'
$1,205.12
$6,025.60
80 SY
SP-MO4004
2" BLOW -OFF ASSEMBLY PER MERIDIAN SD -W12
OS Bidder $29.00 $2,610.00
2 EA
$2,200.00 $4,400.00
$1,120,50 [ 03 Bidder
01 Bidder $999.00 $1,998.00
OZBldder
$1,253.00
$2,508.00 ' 03 Bidder
$1,300,00
$2,600.00
04 Bidder $3,014.10 $6,028.20
05 Bidder!
$1,473.92
$2,947,84
$1,5oo,00
$1,500.00
ISP -M04007
ABANDON EXISTING WATER SERVICE
$2,243.00 j
1 CEA L$600 00
$600 00 �
$2,300.00
01 Bidder $156,00 $156.00
o2 Bidder
$87.50
$87,50 03 Bidder
$9830
$88.30
0401.4.1.A.1 B 8" PVC AWWA C900, DR 18, WATER MAIN
04 Bidder $816.00 $816.00
05 Bidden
$16.80
$16.80
01 Bidder $27.00 $4,104,00
_
02 Bidder
---
Sp -M04015
ADJUST EXISTING WATER MAIN AT NEW PIPE CROSSING 3$3,800.00
-- - -
$11,400.00
$3,252.80
01 Bidder $3,140.00 $9 420 00
02 Bidder:
$3,860,00
$11,580.00 03 Bidder
$3,900.00
$11,700.00
10402.4.1,A.1A
1 6" GATE VALVE
04 Bidder $4,258.50 $12,775.50
05 Bidder,
$1,582,93
$4,748.79
$4,050.00
01 Bidder $596.00 $1,788.00
SP -M04016
ADJUST EXISTING FIRE HYDRANT TO GRADE
_
$2,322,00 ` 03 Bidder
$1,200.00
1 1 E EA 1
9500 oo
S50000
01 Bidder $538.00 $538 00 02 Bidder $2,455,00 j $2,455.00 01.3 Bidder $2,500.00 $2,500.00
04 Bidder $1,157.70 $1,157.70 05 Bidder $672,00 $672.00 - -T -- _ ___ _�__-
Estimate $249,508.00
01 Bidder $155,128,55 02 Bidder $188,625.00 03 Bidder
$202,195.20
04 Bidder, $195,445.90 + 05 Bidder
$182,990.72
Schedule 8 -;City of Meridian Utility
RD202.35 513038 Ustick Rd, LinderRd / Meridian Rd
Estimate
0303.4.1.,0.3 EXPLORATORY EXCAVATION
8 HR
$220,00
$1,760.00
01 Bidder $247,00 $1,976,00
02 Bidder,
$245.50
$1,964,00 ; 03 Bidder
$248.00 1]$1,984,00
04 Bidder $300.90 $2,407.20
OSBidder
$210.00
$1,680.00
030 7.41 G.1 TYPE P SURFACE RESTORATION -TEMPORARY
80 SY
$30.00
$2,700.00
OS Bidder $29.00 $2,610.00
02 Bldderf
$12.45
$1,120,50 [ 03 Bidder
$18.80 1
$1,692.00
04 Bidder $19,16 $1,724.40
05 Bidder
$31.23 :,
$2,810.70
!0401AAA,1 B 1"0 STANDARD WATER SERVICE CONNECTION
1 EA
$1,5oo,00
$1,500.00
01 Bidder $1,440,00_ $1,440.00
-
02 Bidder!
$2,243.00 j
$2,24100 03 Bidder _
$2,300.00 i
$2,300.00
04 Bidder $2,351.10 $2,351.10
05 Bidder
$1,117,81 j
_
$1,117,81
0401.4.1.A.1 B 8" PVC AWWA C900, DR 18, WATER MAIN
- 152 LF
$36.00
$5,472.00
01 Bidder $27.00 $4,104,00
_
02 Bidder
---
$2120
$3,222,40 03 Bidder
$21.40 `
$3,252.80
04 Bidder $37.23-- $5,658.96
05 Bidder)
$25.85 + ,
$3,929,20
10402.4.1,A.1A
1 6" GATE VALVE
-3 - E
$1,350.00
$4,050.00
01 Bidder $596.00 $1,788.00
02 Bidder:
-
$774.00
_
$2,322,00 ` 03 Bidder
$1,200.00
$3,600.00
04 Bidder $1,397,4_0 $4,192.20
i
058idder'
$700.74
$2,102, 2
�-
0403,4,1.,0.1 FIRE HYDRANT ASSEMBLY
3 EA
$3,00_0.00
$9,000.00
01 Bidder $2,290,00 $6,870,00
02 Bidder'
$2,66700 _
_
$8,001,00 j 03 Bidder
$2,700,00
$8,100,00 -
04 Bidder $2,667.30 $8,001,90
05 Bidders
$2,568.90 ;
$7,706.70
D404,4.i.A,1 A 340 DOUBLE WATER SERVICE CONNECTION
-�-1-EA
$1,500.00
$1,500,00
01 Bidder $1,550.00 $1,550,00
02 Bidd r -
$2,172.00
$2,172.00 03 Bidder'
$2,200.00
$2,200.00
04 Bidder $2187,90 $2,187.90
_
05 Bidder!__$1,56800
1___----_--'
$1,568,00
!0404,4A.A.1 A 6" PVC, AWWA C900, DR 18, WATER MAIN
- -
88I EA$30,p0
$2,840.00
01 Bidder
----- - - -
$34.40
---__r - -- 03 Bidder'
$34.70
$3,053.60
04 Bidder $23.46 $2,064,48
05 Bidder
$22.84
$2,009,92
0501,4,1.8.1 8" PVC, ASTM D3034, SANITARY SEWER PIPE
4�
37 LF
$85.00
$3,145,00
01 Bidder $71.00 $2,627.00
02 Bidder'
$25.00 ;
$925.00 103 Bidder
$25.20 i
$932,40
04 Bidder $65,28 $2,415.36
05 Bidder;'
$30.87
$1,142.19
0504A.1.A1 4" PVC, ASTM D3034, SEWER SERVICE
PIPE
46 j LFII
$45,00
$2,070.00
01 Bidder $4.20 $193.20
02 Bldder�
$35.30
$1,623.80 03 Bidder
$35,60
$1,637,60
04 Bidder $22,44 $1,032,24
05Bldder'
$19.47
$895,62
12030.4.1.A.1
ADJUST EXISTING VALVE BOX TO GRADE
01 Bidder Knife River
14 I EA
$450.00
$6,300.00
Schedule 2 - City of Meridian Street Lighting
01 Bidder $270.00 $3 780.00
02 Bldder�l
$379.00.
$5,306.00 03 Bidder
$612.00
$8,568.00
$155,128.55
04 Bidder $612,00 $8,568,00
05 Bidder'
$502.88
$7,040.32 [
Schedule 8 - City of Meridian Utility
$67,968,40
° SP -M03001 A
16" PVC, AWWA C905, DR25, WATER MAIN CASING
40 f LF
$80.00
$3,200.00
Schedule 1
01 Bidder $232.00 $9,280.00
02 Bldder,
$37.60 �
$1,504.00 i 03 Bidder
$37.90 (
$1,516.00
$1,946,820.51
04 Bidder $41.82 $1,672.80
05 Bidder
$67,90
$2,716.00
Schedule 7
$1,841,632.53
-- -
SP-M03001 B
-- -
24" PVC, AWWA C905, DR25, WATER MAIN CASING
-
--
30 LF,
$105.00
- --
$3,150.00
03 Bidder Central Paving
02 Bidder $284,00 $8,520.00
02 Bidder,
$70,50 `
$2,115.00 ' 03 Bidder
$71.20 I
$2,136.00
$127,388.10
04 Bidder $83.64 $2,509,20
-
05 Bidder
$97.06_
$2,911.80
---
Schedule 6 - ACHD Utility
$6,561.10
SP -M04002
HOT TAP EXISTING WATER MAIN
Schedule 8 - City of Meridian Utility
$80,383,00
-
+ 3 EAI
$2,200.00
$6,600.00
$7,290,666,20
01 Bidder $1,210,00 $3,630 00
01 Bidder
$2,546.00
$7,638.00 03 Bidder
$2,600.00
$7,800.00
04 Bidder $2,646.90 $7,940Y0
05 Bidder
$1,493,33
$4,479.99
SP M04003
RELOCATE EXISTING FIRE HYDRANT
1 (EA
$800.00
$800.00 T
01 Bidder $597,00 $597.00
02 Bidder;
$529.50
$529.50 ` 03 Bidder
$534.00
$534.00
04 Bidder $1,007,76 $1,00776
05 Bidders
$1,533,28 !
$1,533,28
SP -M04004
2" BLOW -OFF ASSEMBLY PER MERIDIAN SD -W12
6 EA
$2,200,00
$13,200.00 j
01 Bidder 1,632.00
02 Bidder'
$1,334.00
$8,004.00 03 Bidder
$1,700,00 (
$10,200.00
04 Bidder $2,998.80 $1$7,992.80
05 Bldder
$1,474.48
$8,846,88
SP -M04005
UPGRADE IRRIGATION PIPE TO WATER CLASS PIPE
2 i EA I
$500,00
$1,000.00
01 Bidder $2,150.00 - $4,300,00
02 Bidder
$1,617,00:
_ _
$3,234.00 03 Bidder
$1,600.00
$3,200.00
04 Bidder $690.54 $1,381,08
05 Bidder
$6,370.56
$12,741.12
sr-MMuf At3ANUUN tXlbIING WAFER SERVICE I 2 I EA1 $600,00 $1,200.00
01 Bidder --- — - -
$156.00 $312.00 02 Bidder' $87,50 $175.00 03 Bidder $88,30 $176.60
04 Bidder $851.70 $1,703.40 as Bldder; $123,20 $246.40
SP404015 ADJUST EXISTING WATER MAIN AT NEW PIPE CROSSING I 5 i EA 1 $3,800.00 $19,000.00
01 Bidder $2,470.00 $12,350.00 02 Bidder, $3,506.00 $17,530.00 03 Bidder $3,500.00 'i $17,500.00
04 Bidder $3,595,50 $17,977,50 05 Bidder $1,456,67 $7,283.35 1
Estimate $88,287.00 j
01 Bidder, $67,968.40 02 Bidder _
_ $72,656,40 03 Bidder $80,383.00 j
04 Bidder, $92,788,98 i 05 Bidder $72,761.50
Estimate$7,753,204.94
Contract Totals
01 Bidder Knife River
Schedule 1 - _
$2,881,376.60
Schedule 2 - City of Meridian Street Lighting
$74,310.00
Schedule 3 - City of Meridian Utility
-__
_-- _ $104,592,70
Schedule 4
$1,874,399.65
Schedule 5 - City of Meridian Utility
$155,128.55
Schedule 6 - ACHD Utility
$2,911.85
Schedule 7
$1,788,481.45
Schedule 8 - City of Meridian Utility
$67,968,40
Schedule 9 - ACHD Utility
$9,658,00
$6,958,827.20
02 Bidder Idaho Materials & Constru
Schedule 1
$2,867,950.44
Schedule 2 -City of Meridian Street Lighting
$73,140.00
Schedule 3 - City of Meridian Utility
$116,688.75
Schedule 4
$1,946,820.51
Schedule 5 - City of Meridian Utility
$188,625.00
Schedule 6 - ACHD Utility
$6,120.20
Schedule 7
$1,841,632.53
Schedule 8 - City of Meridian Utility
$72,656.40
Schedule 9 - ACHD Utility
$9,394.80
$7,1231028.63
03 Bidder Central Paving
Schedule 1
$3,039,329.12
Schedule 2 - City of Meridian Street Lighting
$74,450.00
Schedule 3 - City of Meridian Utility
$127,388.10
Schedule 4
$1,916,230.56
Schedule 5 -City of Meridian Utility
$202,195,20
Schedule 6 - ACHD Utility
$6,561.10
Schedule 7
$1,834,630.92
Schedule 8 - City of Meridian Utility
$80,383,00
Schedule 9 - ACHD Utility
$9,498.20
$7,290,666,20
04 Bidder 'C & A Paving Co.
Schedule 1
Schedule 2 - City of Meridian Street Lighting
Schedule 3 - City of Meridian Utility
Schedule 4
Schedule 5 - City of Meridian Utility
Schedule 6 - ACHD Utility
Schedule 7
Schedule 8 - City of Meridian Utility
Schedule 9 - ACHD Utility
$3,020,943.63
$74,067,54
$142,550.13
$1,979,025.00
$195,445.90
$4,437.00
$1,842,847.23
$92,766.98
$11,092.32
$7,363,197.73
05 Bidder Alta Incorporated
Schedule 1
$3,162,337.38
Schedule 2 - City of Meridian Street Lighting
$79,049.36
Schedule 3 - City of Meridian Utility
$120,071.71
Schedule 4
-City
$2,066,731.22
Schedule 5---
of Meridian Utility
$182,990.72
Schedule 6 - ACHD Utility
$3,889.43
Schedule 7
$1,989_,012,04
Schedule 8 - City of Meridian Utility
$72,761.50
Schedule 9-ACHD Utility
$7,951,94 1
$7,684,795.30 ,
n
v
r
c�
rt
r
n
c
y
ci
c�
CD
sy
CL
cn
m
V
rt
0
0
V)
fnWWWWWA
'U
�O
OWN)
OW
C37C3�-p-P-P4P�
N
0
.p
C)
N
O
O
W
O
W
6
OW
0
000000
0
-P-4,
0
0
.A
o
0
.A
O
0
.P
O
0
-P
O 00000
0
0
DooDyyDD
_a
G7
0N��n�
�sN
�N
cpN
a'
N
DDD
D-pM7-nIF75)
-
-I
�oODD-a-0m002-1'_0°D�N_
ccczz
O
-°-°cam<WnmD-°<
m
O
-Wt-WI-WiOODDnD00W_zC�-I2-I<C�
OOppD
D-Gmn'
-0
�
mmmzzmm--�-°DDm-J>zp<DD
C��DzrD-*>
m
o
0
cnv��nXX--j
mx
��-<
�z<�y
�
-i-I�--oX>CC
zzz
Wntn
--{DD-Wnoo-gym
zmw
Dn
D
n
z
G�@O2ZKD-�z000
- I--i�G�cn-
O�
D
no
m
�r->��c0�0c0s,c0i,<m-gym
P-
m
=
>
���
m=m---�z—�mX;omDzv)r
CD��Dz-nr
DD-�
-I
oo«D�oo
-
>X�m�
0�
�
-I
o°
n
00
111
�Ol�
INJ
IQ
°°=y��
;
O
-�
a:
�1=���-°m=
rn
z
y
m
..
-
O
<
�°°
D
-
Cl)
mDzDm-O�zDD--��-�GC�
>
DD
O
a
��>z<py�
mm0-
m
r,-,
�z
rn
c�
Omm
mDm�
m�
��X
DDDpm�m
mz
y�
m
D
0
ic
o-°2
m
-o
�y
nnmD�0
m
zz
m
r.
m
n
m
D
m
��
0
z
D
0
0O�
m -v
zz
m
CD
Wn0
�m
00
0
.�
zT
m
y
G7
G
r
Q
m
O
aa'
�
c
--�
m
CL
D
�
c
_rt
00
�
v
.0
r-
N
NOo
�I
N
N
O
W
CA)Cfl
N
N
W
Nw
o
m
cni
C
r*:
m
mmmmmrnmmmrrrnmt-mmmrl-
DDDDDDDDDmmDDmDDDmm
Wn
-<
01
z
;w
i
'"A
-rug
4fl
EA
-69
-rfl
-r.9
4fl
ffl
4fl
<A
-r.9
Efl
49
to
<69
tq
-.9
'69
Efl
Gq
'G9
N
w
N
N
N
N
N
C
3.
i
W
.P
CD
-P
U1
Ul
C31
�I
W
U7
O
N
-P
N
C)i
N
—
N
v
6
O
N
N
N
N
(fl
U1
Cfl
.p
N
0 �
�
O
O
O
O
0)
O
O
W
0
0-A
O
O
O
O
O
9)
-N
Co
O
Cfl
1
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
1
O
O
I.
O
O
CD
O
O
O
co
O
-69
49
.69
.69
-69
-69
-69
-69
-69
-69
ffl
-69
-69
{fl
-69
-69
.69
-69
to
-69
ffl
rP
cn
W
—
—
N
U1
—
"
—
CO
P
W
N
O
O
.P
M
N
W
-1
m
W
CJS
N
N
CP
O
O
N
C)'
N
M
O
IV
�
"
Cn
IV
N
O
-
In
O
CO
W
(fl
CC)
C3,
00
Cfl
�I
-4
00
N
�1
O
(.
r
I CD
N
00
O
O
O
N
O
O
C�
O
O
O
O
O
-�
O
O
N
C�
-11
O
CO:'))
-
-I
UO
0
O
0
0
0
0
0
0
0
O
0
O
6
0
6
0
O
O
O
O
6
O
6
O
O
0
O
O
O
O
O
O
O
O
O
O
�!
O
O
O
O
O
n
v
r
c�
rt
r
n
c
y
ci
c�
CD
sy
CL
cn
m
V
rt
0
0
V)
n
v
a
cD
r*
0
r-
0
N
0
:v
0
sv
3
0
0
3
CD
r*
0
U)
V)CnCnCAV)Ct)-gyp
0oNCnCnoo•p.pooWw
OO
►�
JS,
OO
OO
C7D
i
—�p
OO.p
i
W
O
P.(�
000000006DooDDDDDDG)D
O
O
P
O
-P
O
-P
O
App
W
W
-A��
M
Cn
O0
Cpn
0
0
CA)07
0
-A
"
N
_,
N
b7
N
3
0co_
N
m0-N
N
0_vm
.P
00
W
C)
=
oo
=
-v
=-<<X
-0
-0
-v
0v
0)
cz
D
G)
r0
—�
mmc«v)
mD«mr-
G)
-�j
DOnD00--j-
)>0-<M-
C�-D0
�.
mzmb�mDDmwwZOc0<DDv)y
�m
_
-n
Cn��>>
c
�p
o
-I
-X
Cn
D--IDy-000
><c�I-I
m
1
DD
D�
mmmm
Gzj—Dm-izC�C��C)C)
�OOmGzjOCpncpn<���mm
>
oomn
�Dz°r°-nDpO<mD�C/)000
<
m
--I-°-
<X
;uXm
zv)mr
;u
��O—Di
;b
m
�mxcNJ,cNnoom=lmx-{
m=
-
O�
D�<
0000
_
0
D�—I;u
X��<n
*
*=lz
OR
zmO�cDDD—Im-<0mDDO
Q
m�z—I-10�v)mn
—I--Iz
�nD�z
Cmn0
mm�D—I
��ymmzz
Xzm
DSM
D
a
-v
�cn
zZm
-
fin
-
zz0
cD
�
DOm
D
m0
zm
D
W
C/)
"o
C/)
C/)
z
X
<
0
-o
N
z
G)
z
G)
N
Cn
C/)
mo
z
0
CD
G)
ns
r
CL
cD
O
o
D
r
cD
0o
a:
.0
5
ic
t
Cn
N
N
(A
W
O
O
•P
CA
�
W
W
N00
OD
O
co
i
Cl)
O
Z
mmmmmmr-
r—
mrrmmmrnr-
r-
WM
C
'
rn
DDDDDDmmDmmDDDDmm-<X
N
Cn
N
N
N
N
A
Cn
N
Cn
N
�'
4
O
cnC71-4M—
C)
O
N
-1
O
MW
-P
N
-4
O
-P
-4-N
—
0
cn(DCflN
0
0
C)
�-I
•A
ID
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
N
O
O
O
6
O
6
O
6
O
0
O
6
O
6
Cn
6
O
0
O
-69-69
-69
ffl
-69
-69
-69
-69-69
Efl
<0
-6fl
{69
{69
Efl
-69-69-69
N
yP
-�
W
00
(D
W
N
0)
-�
yP
N
-A.Q,
tD
M
W
Cn
W
W
O
(A
W
Cn
(0
0
W
Cn
N
N
Oo
�
Oo
Cfl
M
N
.P
-P
Cn
Cn
W
-I
�
Oo
—
O
•A
O
C)
—
CO
-4
r
SU CD
00
O
N
O
N
-1
O
O
O
O
W
-1
C
O
O
'06
oo
-P
O
O
0)
�:.
0
O
O
O
O
O
O
O
O
O
O
O
O
O
0
O
O
O
O
N
0
O
O
O
0
O
O
0
O
O
O
N
O
1
O
O
O
0
n
v
a
cD
r*
0
r-
0
N
0
:v
0
sv
3
0
0
3
CD
r*
0
U)
n rt
z
p
vi D
< 0
CD p CD
0 3'C)3
m rn
C)
CD o � --I
Q m
-69 �69 -69 -69
•P W
N c7I N)
O -P O '-1 -I
•P Cb O -,1 C)
O W O -JM
O A O Cn co
O -4 (0 0) CA
ob 1 Cfl co N Cn
0
v
r
CL
IN
0
r-
0
0
c
ML
M. 0
0
w
0
CL
<D
a
0
CD
a
CD
0
0
y
cn
cn�
Cn
Cn
r1i
0
0Cn
PQ
Cil
O
0
0
A
0
0
0
0
-p
0
-p
0
0
0
0
0
0
0
W
0
'O
i
4
.p
WW
N
-�
4
W
N
N
�1
�
CA
�
00000
p�DyDDWyyDDDDG)G)p
c�
O
Cn
�I
4
N
�
�
"�
�'
Sy
.
.
.
.
.
.
ZS
N
CS
N
CS
N
DDDN=DD
C-C-Oc-c-
-
t�oo�Do0
-ouo
-�-riGo)o0a�_o0o-rn0--0I--VI-I0
cczr
--i(nCn*pp*-<D0-I2-I-100-0-0�o
acrn«m
n00Cn
l
<
Cf)
mDD«mm0
vp�Di
0
woo
.
mmz
XXm0m><><
l
mm;u
�-�-IcnC�D�OXDD
XM
>zd<<>Dmmm
p
o
0
Cn(n>C-n-(nCnm
��-
�-I--I�D
�mr��DDrr
�m-G
50z<GDDDD�
-n
-n
zz-C>/)
<nw<ZMwCOA)
>
()(-)nnz
G)
G)ZmZG)G)C�oo()0*C)
G)m
-0<m04
.tom
�
oommn
C)C)
m
-I
1-D<�Opmr�
;u>0-
C)
D��
m
pp��D
_,_,OOn
o0
=m
ii�m<mzN*mDmyzcn�
0000DD--n
00
�X�m�CWmU'mZ�z=��-�
y�cn�D-IX-y�CmO��
�r-00
>
.>w
�0Km
**={fir
r -
a
Cl)
zZm�z��
Ixr-<C)
DDOO
-
�
-�><�
K0Z�<
pmm�
mmzZ�
m
OZOO
Z�
zomz
=
G
Z
o
0
�n
M
o
m
z
�Kmmm
D
D
D
o_°
CO
m
>-0
(/)
-0
�D-
0
zz0>X
0
m
m
m
m
0
D
m
m
N
O
X
D
X
0
C/)
0
m
O
w
0X
m
m
m
m
O
a
mm
0
p
y
o
r
�
U)
v
ic
�C j
4
4
-P
N
Oo
W
Cn
-A.
N
P
Y,
c
O
W
�
A
<< 4
�
rn
COn
0
=
�
O
i
mmmmmmmmmr-r-mmmrmmmml-r-WWO
C
;w
'
wDDDDDDDDmmDDDmDDDDmm-<-<z
i
W_a
W
ACn(Dm.Wp�-P
.a
ONONCn(D�0W
N
N
NSI
C
•X
Cp
O
O
O
-p
o
O
O
Cn
.P
Cn
.A
O
.A
O
O
Cn
m
GJ
�I
O
N
O
1
0
O
0
O
o
O
0
O
0
O
0
O
0
O
0
O
0-4
O
o
0
0
0
0
0
0
Cn
0
O
0
O
0
O
0
O
0
O
0
-1
Cn
O
O
O
O
M
O
-69
-69
ffl
{A
469
469
-69
469
{,9
-69
-69
469
-69
.69
<A
t9
-60
to
t9
to
469
-69
4i9
V1
co
W
W
-N
v
-WP
Cn
CO
O
") Q.
N
Cn
W
P
NCn(0NC0-SCA-Com-N"WmmcYIW�OO-4O
-�
O
Cfl
O
Cn
Cn
0
W
Q
M
Cn
Cn
-4
�
--AW
11
-4N
W
Cb
AL ;,
0) CD
co
Cb
O
W
m
O
N
O
O
CO
A
O
w
O
W
00
0
-tom
N
----44o
CD
O
� 3
(A
CT1
0
0
0
0
0
0
0
0
0
0
0
O
0
O
0
O
Cn
O
W
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
N
Cn
0
O
0
O
0
O
0
v
r
CL
IN
0
r-
0
0
c
ML
M. 0
0
w
0
CL
<D
a
0
CD
a
CD
0
0
y
INTERAGENCY AGREEMENT FOR:
ROADWAY CONSTRUCTION/ WATER AND SEWER CONSTRUCTION
USTICK ROAD, LINDER ROAD TO LOCUST GROVE ROAD
ACHD PROJECT NO. 513038, 313039 and 512008
THIS INTERAGENCY AGREEMENT FOR ROADWAY CONSTRUCTiON/WATER AND
SEWER CONSTRUCTION ("Agreement") is made and entered into thisjday of
2016, by and between the ADA COUNTY HIGHWAY DISTRICT, a
highway district organized under the laws of the State of Idaho ("DISTRICT" or "ACHD"), and
the CITY OF MERIDIAN, a municipal corporation organized under the laws of the State of
Idaho ("Meridian" or "City"), regarding ACHD Project no. 513038, 313039 and 512008
RECITALS
WHEREAS, ACHD Is a single county -wide highway district, a public entity, organized
and existing pursuant to Idaho Code Title 40, Chapter 14, as amended and supplemented,
with the exclusive jurisdiction and authority to maintain, improve, regulate and operate public
rights-of-way in Ada County;
WHEREAS, City is a municipal corporation organized and operating pursuant to
Idaho Code Title 50, as amended and supplemented with jurisdiction, authority and police
power to regulate and control municipal activities within the City;
WHEREAS, Idaho Code § 67-2332 provides that one or more public agencies may
contract with any one or more other public agencies to perform any governmental service,
activity or undertaking which each public agency entering into the contract is authorized by
law to perform, provided that such contract is authorized by the governing body of each party
and that such contract shall set forth fully the purposes, powers, rights, objectives and
responsibilities of the contracting parties; and
WHEREAS, DISTRICT and City desire to undertake a cooperative effort to
Incorporate into the DISTRICT'S road construction projects known as Ustick Rd, Linder Rd to
Meridian Rd; Ustick and Meridian Rd; Ustick Rd, Meridian Rd to Locust Grove ("Project" or
"Project Boundaries"), certain modifications or improvements to City owned facilities,
including constructing water and sewer main lines and services, adjusting water valve
boxes and manholes to grade, and correcting potable/non-potable spacing issues
(collectively, "City Sewer and Water Improvements") as detailed in Project no. 513038 and
313039 and 512008, to be constructed pursuant to a separately -executed agreement
between DISTRICT and the selected Contractor ("CONTRACT"); and
WHEREAS, DISTRICT is willing to accommodate City's request by including the City
Water and Sewer Improvements in the Project plans, subject to the terms, conditions and
obligations set forth in this Agreement and so long as DISTRICT receives assurances by the
City that it will fully reimburse DISTRICT for all actual costs including, without limitation, any
indirect costs and expenses that DISTRICT incurs as a result of the additional work
attributable to the modification or installation of the City Water and Sewer Improvements
within the Project Boundaries with the exception of water and sewer services constructed to
serve 840 E Ustick Road (parcel number S0531438470) and sewer main extension to 870 W
Ustick Road (parcel number SO436347150).
Page 1 of 8
NOW, THEREFORE, in consideration of the foregoing premises, mutual covenants and
agreements herein contained, the parties hereto agree as follows:
1. DISTRICT SHALL:
a. Be the party responsible for soliciting, receiving and opening of bids and for
executing and administering the construction CONTRACT for the roadway
reconstruction and City Water and Sewer Improvements referenced herein, which
CONTRACT shall include, Inter alfa, a provision that all work required for the City
Water and Sewer Improvements shall be performed in conformance with the most
current edition of the Idaho Standards for Public Works Construction (ISPWC) and
the most current City of Meridian Supplemental Specifications to the ISPWC.
b. Provide City with a complete set of combined bid documents for the roadway
reconstruction, and for the City Water and Sewer Improvements.
c. Furnish City with an abstract of all bids received, and obtain City's written
concurrence with DISTRICT'S recommendation for award of the CONTRACT prior to
making such award. City's concurrence shall specifically acknowledge that the City
Water and Sewer improvements are and shall be subject to the terms and conditions
of this Agreement. If City does not concur, DISTRICT shall remove the City Water
and Sewer Improvements and if necessary, rebid the Project. City shall be
responsible and shall reimburse DISTRICT for any and all costs suffered by
DISTRICT attributable to the removal of the City Water and Sewer Improvements
from the Project and if applicable, the rebidding of the Project.
d. Include in the CONTRACT, a term providing that City will have the right and authority
to work directly with the Contractor to resolve any claims relating in any way to the
City Water and Sewer Improvements and that any such claims will be reviewed,
approved or denied by City including enforcement of the 2' year warranty period to be
started at the date described in the final acceptance letter from the City of Meridian.
e. Coordinate with City should any changes be made to DISTRICT's portion of the
CONTRACT or work pursuant thereto that does or may impact the City Water and
Sewer Improvements.
f. Make monthly progress payments and the final CONTRACT payment to the
Contractor in conformance with the terms of the construction CONTRACT.
g. Submit to City a copy of each design consultant billing attributable to the City Water
and Sewer improvements If applicable and Contractor progress payment estimate,
and the final CONTRACT payment estimate, as such estimates are approved by
DISTRICT after obtaining City's concurrence regarding City's portion of the
CONTRACT, together with an invoice for City's share of the construction
CONTRACT costs earned by'and to be paid to the Contractor.
h. As applicable', provide for the reference and replacement of all pre-existing survey
monuments within the Project.
Page 2 of 8
Provide the field survey and grade control necessary for construction of the roadway.
Centerline or offsets and stationing shall be established prior to the City staking any
sanitary sewer or potable water service lines, water valve boxes, manhole locations,
and other City facilities.
j. At the conclusion of the Project, submit to MERIDIAN written documentation of
expenditures with an invoice for payment of all costs and expenses the DISTRICT
incurs, in addition to those provided under paragraph 1.g. above, as a result of the
additional work attributed to the City Water and Sewer Improvements within the
Project Boundaries, including but not limited to, costs or changed conditions, plan
errors and omissions, and delays attributable to design and/or installation of the City
Water and Sewer Improvements,
2. CITY OF MERIDIAN SHALL:
a. Provide the inspection, field survey and grade control required for the installation of
all City Water and Sewer Improvements incorporated into the Project and installed
and adjusted under the CONTRACT and provide copies of appropriate tests and
construction diaries to the District Project Representative as designated by
DISTRICT.
b. Provide DISTRICT with the special provisions if applicable, and stamped plans, bid
quantities and an Engineers Estimate (or pursuant to Paragraph 1.g. pay the
DISTRICT the actual cost if the DISTRICT'S design consultant prepares the same for
the City Water and Sewer Improvements to be incorporated into the Project and
included in the bid documents for the CONTRACT (all work required for the City
Water and Sewer Improvements to be performed in accordance with the most current
edition of the Idaho Standards for Public Works Construction (ISPWC), the City's
Supplemental Specifications to the ISPWC, and the City's Revisions to the Standard
Specifications).
c. Remit to DISTRICT, within thirty-five (35) calendar days after the date of any invoice
referenced in paragraph 1.g., all funds for which MERIDIAN is responsible pursuant
to the approved progress payment estimate and the final CONTRACT payment
estimate.
d. Remit to DISTRICT, within thirty-five (35) calendar days after the date of invoice
referenced in paragraph 1.j., all funds for which MERIDIAN is responsible pursuant to
this Agreement.
e. Reimburse DISTRICT five percent (5%) of MERIDIAN'S construction costs
attributable to the City Water and Sewer Improvements as payment toward the
additional costs incurred by DISTRICT, including overhead and benefits, and project
administration costs which include but are not limited to: public advertisement of the
Project, supplying bid plans, supplying construction plans, preparing and holding the
preconstruction meeting, generating monthly pay estimates and paying the
Contractor, preparing change orders, general construction project oversight, and
maintaining construction project files.
Page 3 of 8
f. Reimburse DISTRICT for mobilization, traffic control, flagging, detours and weekly
meetings on a prorated basis. The prorated basis for the above items will be
calculated using the percentage of MERIDIAN's project costs as they relate to the
total project construction costs.
g. Provide (at City's sole costs) trench compaction testing for the City Water and Sewer
Improvements from one -foot (1') above the pipe zone to sub -grade of the roadway
section; trench compaction testing shall be provided at the minimum frequency rate
of one (1) test per one thousand (1,000) lineal feet, minimum one (1) for every three
(3) transverse trenches; provide all re -testing required in any area that does not meet
CONTRACT requirements; and provide copies of tests for the area along the
alignment of the pipeline to the designated DISTRICT representative,
h. Be liable for the cost of repairing any trench failure attributable to the City Water and
Sewer Improvements within the Project Boundaries, and be liable for and indemnify,
defend and hold DISTRICT harmless for any and all costs, claims, and damages
resulting from any such trench failure.
i. Reimburse DISTRICT for any additional costs to DISTRICT over and above costs
specifically enumerated herein, where such costs are attributable to the installations,
adjustments, relocations and abandonments of the City Water and Sewer
Improvements or to the removal of any or all items from the CONTRACT that are
associated with the Installation of the City Water and Sewer Improvements.
j. Indemnify, save harmless and defend regardless of outcome, DISTRICT from
expenses and against suites, actions, claims or losses of every kind, nature and
description, including costs, expenses and attorney fees caused by or arising out of
any negligent acts by City's officers, employees, agents or contractors while acting
within the course and scope of their employment, which arise from or which are in
any way connected to the City Water and Sewer improvements. Such
Indemnification hereunder by City shall in no event cause the liability of City for any
negligent act to exceed the amount of loss, damages, or expenses of attorney fees
attributable to such negligent act, and shall not apply to loss, damages, expenses or
attorney fees attributable to the negligence of DISTRICT. This duty to defend,
indemnify and hold harmless is subject to the limitations of Idaho law, including
Article Vill Section 3; Idaho Constitution and Idaho Code Title 6 Chapter 9 (the Idaho
Tort Claims Act), and to any other limitations set forth in the Agreement.
k. Work directly with the Contractor to resolve any claims relating in any way to the City
Water and Sewer Improvements; any and all such claims will be reviewed, approved
or denied by City shall indemnify, save harmless and defend regardless of outcome,
DISTRICT from expenses and against suits, actions, claims or losses of every kind,
nature and description, Including costs, expenses and attorney fees caused by or
arising out of any and all such claims regardless of the outcome of the City's efforts
to resolve said claims with the Contractor.
Page 4 of 8
3. THE PARTIES HERETO FURTHER AGREE THAT:
a. in accordance with Idaho Code § 67-2332, the purposes, powers, rights and
objectives of each of the parties are as set forth in the Recitals above. Each of the
Recitals above is incorporated into the body of this Agreement.
b. The amount to be reimbursed to DISTRICT by City for City's portion of the Project
shall be based on the actual quantities of work acceptably performed and/or installed,
as determined from field measurements made by City, and paid for pursuant to the
unit, and/or lump sum prices, established in the CONTRACT.
c. DISTRICT shall obtain City's approval prior to commencement of any change order
work involving the installations, adjustments, relocations and abandonments of City
water or sewer facilities.
d. Prior to commencement of work by the Contractor, the parties will, together with the
Contractor, inspect within the entire Project Boundaries for the purpose of reviewing
the Project to locate any unstable areas and to resolve any items of concern or
misunderstanding.
e. This Agreement may not be enlarged, modified, amended or altered except in writing
signed by both of the parties hereto.
f. All signatories to this Agreement represent and warrant that they have the power to
execute this Agreement and to bind the agency they represent to the terms of this
Agreement.
g. Should either party to this Agreement be required to commence legal action against
the other to enforce the terms and conditions of this Agreement, the prevailing party
shall be entitled to reasonable attorney's fees and costs incurred in said action.
h. Any action at law, suit in equity, arbitration or judicial proceeding for the enforcement
of this Agreement shall be instituted only in the courts of the State of Idaho, County
of Ada.
This Agreement shall be binding upon and inure to the benefit of the personal
representatives, heirs and assigns of the respective parties hereto.
j. Nothing in this Agreement shall be construed to be an indebtedness or liability in
violation of Article VIiI, Section 3 of the Idaho Constitution.
k. The validity, meaning and effect of this Agreement shall be determined in accordance
with the laws of the State of Idaho.
This Agreement and the exhibits hereto constitute the full and entire understanding
and agreement between the parties with regard to the transaction contemplated
herein, and no party shall be liable or bound to the other in any manner by any
Page 5 of 8
representations, warranties, covenants or agreements except as specifically set forth
herein.
m. The promises, covenants, conditions and agreements herein contained shall be
binding on each of the parties hereto and on all parties and all persons claiming
under them or any of them; and the rights and obligations hereof shall inure to the
benefit of each of the parties hereto and their respective successors and assigns.
n. If any part of this Agreement is held to be illegal or unenforceable by a court of
competent jurisdiction, the remainder of this Agreement shall be given effect to the
fullest extent reasonably possible.
o. The failure of a party to insist on the strict performance of any provision of this
Agreement or to exercise any right or remedy upon a breach hereof shall not
constitute a waiver of any provision of this Agreement or limit such party's right to
enforce any provision or exercise any right. No acknowledgments required
hereunder, and no modification or waiver of any provision of this Agreement or
consent to departure therefrom, shall be effective unless in writing and signed by
DISTRICT and City.
p. The headings used In this Agreement are used for convenience only and are not to
be considered in construing or Interpreting this Agreement,
q. This Agreement may be executed in two or more counterparts, each of which shall be
deemed an original, but both of which together shall constitute one and the same.
r. The parties hereto agree that nothing herein contained shall be construed to create a
joint venture, partnership or other similar relationship which might subject any party to
liability for the debts and/or obligations of the others, except as otherwise expressly
agreed in this Agreement.
s. This Agreement is 'not ' intended to create, nor shall it in any way be interpreted or
construed to create, arty third -party beneficiary rights in any person not a party
hereto.
t. All parties have been represented by legal counsel, and no party shall be deemed to
be the drafter of this Agreement for purposes of interpreting an ambiguity against the
drafter,
u. Time shall be of the essence for all events and obligations to be performed under this
Agreement. Without limiting the foregoing, in the event that City does not timely
comply with any of its obligations hereunder, DISTRICT shall have no obligation
whatsoever to incorporate, facilitate, and/or complete the City Water and Sewer
Improvements, regardless of whether prior approval has been given by DISTRICT to
City.
IN WITNESS HEREOF, the parties hereto have executed this Agreement on the day and
year herein first written.
Page 6 of 8
ATTEST: ADA COUNTY HIGHWAY DISTRICT
By. By.
ro/19f A"
w1fen Kent Goldthorpe
Director President, Board of Commissioners
STATE OF IDAHO }
ss.
COUNTY OF ADA )
On this day of i U 0 , 2016, before me, the
undersigned, personally appeared KENT GOLDTHORPE and BRUCE S. WONG, President
of the Board of Commissioners and Director respectively of the ADA COUNTY HIGHWAY
DISTRICT, a body politic and corporate, known to me to be the persons whose names are
subscribed to the within instrument, and acknowledged to me that they executed the same for
and on behalf of said body.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the
day and year first above written.
15 1 ,ce
' 1
Notary PublicA�?312019
Residing at, Idaho
lo�e J."
My commission expires:
�
ATTEST:
CITY OF MERIDIAN
01tAT 1!C).t U�'Gs
? rr
Ctty of
B . �4 f IA Nom.
Jacy Jones Ile sE py�
Tamm . de Weerd
City Clerk �" ��y��
Mayor
Vt
STATE OF IDAHO )
Page 7 of 8
ss,
COUNTY OF ADA )
On this day of 2016, before me, the
undersigned, personally appeared TAMMY L. DE WEERD and Jacy Jones, Mayor and City
Clerk respectively of CITY OF MERIDIAN, a municipal corporation, known to me to be the
persons whose names are subscribed to the within instrument, and acknowledged to me that
they executed the same for and on behalf of said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the
day and year first above written.
.•�Ely•.
t ,1A, 4 T19 � '
''�'
Notary Public for Idaho t
.•` MLIC, �•� Residing at ) , At ) , Idaho
'•: OF ID R► .`' My commission expires;
�rrrrr
Page 8 of 8
ry
b 0 �
0 Al
Page 8 of 8