Loading...
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