Loading...
L2 Excavation for Collection Equipment FacilityCONTRACT FOR PUBLIC WORKS CONSTRUCTION COLLECTION EQUIPMENT FACILITY PROJECT # 10734.rb THIS CONTRACT FOR PUBLIC WORKS CONSTRUCTION is made this day of May, 2017, 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 L2 Excavation. LLC hereinafter referred to as "CONTRACTOR", whose business address is 2817 Brandt Ave. Nampa, ID 83687 and whose public Works Contractor License # is C -020467-A-4. INTRODUCTION Whereas, the City has a need for services involving COLLECTION EQUIPMENT FACILITY; 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; TERMS AND CONDITIONS 1. Scope of Work: 11 CONTRACTOR shall perform and furnish to the City upon execution of this Contract 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 Exhibit "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, state and city laws, ordinances, regulations and resolutions. The Contractor COLLECTION EQUIPMENT FACILITY page 1 of 14 Project 10734,rb represents and warrants lhat it will perform its work in accordance with generally accepted industry standards and practices for the profession or professions lhat 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 3. Term: COLLECTION EQUIPMENI FACILITY Project 10734.rb 2.1 The Contractor shall be compensated on a Not-To-Exceed basis as provided in Exhibit B "Payment Schedule" attached hereto and by reference made a part hereof for the Not-To-Exceed amount of 9272 ,Z2l .AS. 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 Citywill paywithin 30 days of receipt of a correct invoice and approval bytheCity. TheCitywill notwithhold any Federal or State income taxes or Social Security Tax from any payment made bi City to Contractor under the terms and conditions of this Agreement. payment oi all laxes 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 entiiled by virtue of this Agreement to consideration rn the form of overtime, health insurance benefits, retirement benefits, paid holidays or other paid leaves of absence of any type or kind whatsoever. 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 Exhibit A. 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. page 2 of 14 3.3 Should City fail to pay Contractor all or any part of the compensation set forth in Exhibit 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. 4. Termination: 4.1 lf , through any cause, CONTRACTOR, its officers, employees, or agents faits to fulfill in a timely and proper manner its obligations under this Agreement, violates any of the covenants, agreements, or slipulations 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. ln the event of any termlnation 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 ClTy 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. 5. lndependentContractor: 5.1 ln 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 ClTy. Except as expressly provided in Exhibit 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. COLLECTION EOUIPMENT FACILITY Project 10734.rb page 3 of 14 5.3 Contractor shall determine the method, details and means of performing the work and services to be provided by Contractor under this Agreemenl. 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. lf in the performance of this Agreement any third persons are employed by Contractor, such persons shall be eniirely and exclusively under the direction and supervision and control of the Contractor. 6. S ub-Contractors: contractor shall require that all of its sub-contractors be licensed per state of ldaho Statute # 54-1901 Removal of Unsatisfactory Employees: The contractor shall only furnish employees who are competent and skilled for work under this contract. lf, in the opinion of the city, an employee of the contractor is incompetent or disorderry, refuses to perform in accordance with the terms and conditions of the contract, threatens or uses abusive language while on City property, or is othen,vise unsatisfactory, that employee shall be removed from ail work under this contract. 8 lndemnification and lnsurance: 8.1 CONTRACTOR shall indemnify and save and hotd harmless ClTy and it's elected officials, officers, employees, agents, and volunteers from and for an y and all losses, clai ms, actions, judgments for damages, or injury to persons or property and losses an d expenses and other costs including litigation costs and a ttorney's fees, arising out of, resulting from, or in connection with the performan ce of this Agreement by the CONTRACTOR, its servants, agents, officers, guests, and business invitees, and not caused by or aristn g out of the tortious conduct of CITY or its employees C ONTRACT OR shall mainta in. and soecifi cally rees ha it will main tn throu e term of reem nl lnsuran ce, in wh ich the CITY shall be na med an additiona I insured in the minimum h amounts as follow: General Liability One Million Dolla or occurrence, Automobile Liability lnsurance One Mill incident or occurrence and Workers' Compensation limits as required by law.. The limits of insurance shal rs ($'1 ,000,000) per incident ion Dollars ($1,000,000) per lnsurance, in the statutory I not be deemed a limitation of the covenants to indemnify and save and hold harmless ClTy; and if ClTy 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 costi 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 COLLECTION EQUIPMENT FACILIry Project'10734.rb page 4 of 14 employees, personal injury, death, or damage or destruction to tangible or intangible property, including use of. CONTRACTOR shall provide ClTy with a Certificate of lnsurance, 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. ln the event the insurance minimums are changed, CONTRACTOR shatl immediately submit proof of comptiance 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, ldaho 83642. 82 lnsurance is to be placed with an ldaho admitted insurerwith a Best's rating of no less than A-. 9. Time is of the Essence: COLLECTION EQUIPMENT FACILITY Prolect 10734 rb 8.3 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. 8.4 To the extent of the indemnity in this contract, Contractor,s lnsurance 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 oi the contractor's insurance and shall not contribute with contractor's insurance except as to the extent of Cily's negligence. 8.5 The Contractofs 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 llability. 8.6 All insurance coverages for subcontractors shall be subject to all of the insurance and indemnity requirements stated herein. 8.7 The limits of insurance described herein shall not limit the liability of the contractor and contractor's agenls, representatives, employees or subconiractors. 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. page 5 ol14 The city of Meridian is exempt from Federal and state taxes and will execute the required exemption certificates for items purchased and used by the City. ltems purchased by the City and used by a contractor are subject to Use Tax. All other taxes are the responsibility of the Contractor and are to be included in the Contractor's Bid pricing. 14. MeridianStormwaterSpecifications: 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 lhe amount of CONTRACTOR'S compensation, whlch are mutually agreed upon by and between the CITY and CONTRACTOR, shail be incorporated in wiitten amendments which shall be executed with the same formalities as this Agreement. Taxes:13. All construction projects require either a Storm water pollution prevention plan (SWPPP) or an erosion sediment control plan (ESCp) as specified in the City of Meridian Construction Stormwater Management program (CSWMp) manual. ihe CSWMP manual containing the procedures and guidelines can be found at this address: http:/lwww.meridian citv.orq /environntental.asp x?id= 13618. contractor shall retain all stormwaler and erosion control documentation generated on site during construction including the SWPpp manual, field inspections and COLLECTION EQUIPMENT FACILITY Project 10734.rb page 6 of 14 10. Bonds: Payment and Performance Bonds are required on all public Works lmprovement Projects per the ISPWC and the City of Meridian Supplemental Specifications & Drawings to the ISPWC, which by this reference are made a part hereof. contractor is required to furnish faithful performance and payment bonds in the amount of 100% of the contract price issued by surety licensed to do business in the state of ldaho. ln the event that the contract is subsequently terminated for failure to perform, the contractor and/or surety will be liable and aisessed for any and all costs for the re-procurement of the contract services. 11. 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 lspWC 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 wananty inspection and subseguenfly corrected will require an additional two (2) year warranty from the date of city's acceptance of the corected work. 12. Changes: amendments. Prior to final acceptance of the job by the City the contractor shall return the field SWPPP manual and field inspection documenls to the City for review. A completed Contractor Request to File Project N.O.T. with the EPA form shall be provided to the City with the documents. These documents shall be retained. reviewed and approved by the City prior to final acceptance ofthe project. 15. ACHD: 16. Reports and lnformation: 16.1 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. 16.2 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 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. 17. Audits and lnspections: At any time during normal business hours and as often as the ClTy 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. 18. 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 ClTy shall have unrestricted authority to publish, disclose and otherwise use, in whole orin part, any reports, dala or other materials prepared under lhis Agreement. COLLECTION EOUIPMENT FACITITY Project 10734..b page 7 of 14 Contractor shall be responsible for coordinating with the City to obtain appropriate ACHD permit(s) and will reimburse the City for fees, fines, or penalties City incurs due to Contractor's violation of any ACHD policy. City shall certify to ACHD that Contractor is authorized to obtain a Temporary Highway and Righlof-Way Use Permit from ACHD on City's behalf. The parties acknowledge and agree that the scope of the agency granted by such certification is limited to, and conterminous with, the term and scope of this Agreement. 19. Equal Employment Opportunity: 20. Employment of Bona Fide ldaho Residents: Contractor must comply with ldaho State Statute 44-1002 which states that the Contractor employ ninety-five percent (g5%) bona fide ldaho residents. 21. Advice of Attorney: ln performing the work herein, Contractor agrees to comply with the provisions of Title Vl and Vll of the Civil Rights Act, Revenue Sharing Act Tifle 31, U.S. Code Section 2176. Specifically, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, political affiliation, marital status, or handicap. Contractor will take affirmative action during employment or training to insure that employees are treated without regard to race, color, religion, sex, national origin, age, political affiliation, marital status, or handicap. ln 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, nalional origin or ancestry, age or disability. Each party warants and represents thal in executing this Agreement. lt has received independent legal advice from its attorney's or the opportunity to seek such advice. 22. Attorney Fees: Should any litigation be commenced between the parties hereto concerning this Agreement, the prevailing party shall be entifled, 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. 23. ConstructionandSeverability: lf 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. 24. 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 subsequenl breach, and shall not be construed to be a modification of the terms of this Agreement unless this Agreement is modified as provided above. COLLECTION EOUIPMENT FACILIry Project 10734.rb page 8 of 14 25. Entire Agreement: 26. Assignment: 27. Payment Request: 28. Cleanup: 29. Order of Precedence: 30. Compliance with Laws: ln performing the scope of work required hereunder, CONTRACTOR shalt comply with all applicable laws, ordinances, and codes of Federal, State, and local governments. 31. Applicable Law: This Agreement shall be governed by and construed and enforced in accordance with the laws of the State of ldaho, and the ordinances of the City of Meridian. 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. 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 ClTy. Payment requests shall be submitted to City of Meridian through the City's project management software_ The Project Manager will compare the invoice against the Payment Schedule in the Agreement for compliance. Upon approval thaithe work has been done and is in compliance with the Agreement, the project Manager will approve the pay request for processing. City of Meridian payment terms are Net 30 from the date City receives a correct invoice. Final payment will not be released until the City has received a tax release from lhe Tax Commission. Contractor shall keep the worksite clean and free from debris. At completion of work and prior to requesting final inspection, the Contractor shall remove all traces of waste materials and debris resulting from the work. Final payment will not be made if cleanup has not been performed. COLLECTION EOUIPMENT FACILITY Project '10734.rb page I of 14 The order or precedence shall be the contract agreement, the lnvitation for Bid document, then the winning bidders submitted bid document. 32. 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 L2 Excavation, LLC Purchasing Manager Attn: Eric Bird, Vice President 33 E Broadway Ave 2817 Brandt. Ave, Meridian, ID 83642 Nampa, ID 83687 208-489-0417 Phone: 208-800-0330 Email eric@12excavation.com Idaho Public Works License #020467-A-4 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. 33. Approval Required: This Agreement shall not become effective or binding until approved by the City of Meridian, CITY OF MERIDIAN L2 Excavation, LLC BY: BY: "ry TAMMY de WEE MAYOR C c T61eo U , p, Dated: -5'/ '-_.../..- Dated: —7 Approved by Council:� / I Attest: C,JAY OLE*�l CLERK Purchasin Approval BY: KEITH, A TS, Purchasing Manager Dated::�l0 1-7 Project Manager Laurelei McVey COLLECTION EQUIPMENT FACILITY Project 10734,rb P�eo AUGUST 2 City Of ��E IUTAN �s ` SEAT .ae/ WARREN STEWART, City Engineer Dated:: 5 t/ 7 Page 10 of 14 EXHIBIT A SCOPE OF WORK REFER TO INVITATION TO BID PW-17i9-10734.rb ALL ADDENDUMS, ATTACHMENTS, AND EXHtBtTS inctuded in rhe lnvitation to Bid Package # PW-1719-'10734.rb are by this reference made a part hereof. SPECIFICATIONS / SCOPE OF WORK All construction work shall be done in accordance with the current version of the ldaho Standards for Public Works Construction (ISPWC), the 2013 City of Meridian Supplemental Specifications to the ISPWC (and any Addendums). lnstall 60x80 pre fab metal shop building at Meridian WRRF site. Project includes site work and paving work. Bid excludes installation of utilities (water, electrical, HVAC, heating). Contactor is responsible for all permits and inspections. The City of Meridian to pay permitting fees. General site map is provided. Contractor to verify all measurements Supply, deliver, and erect one (1) metal building per the specifications listed below. Building Usage:. 5.5 Government, Admin, Service Plans & Calculations:. 4 sets of stamped plans (Site, Foundation). 2 sets of stamped calculations. 2 sets of final record drawings COLLECTION EOUIPMENT FACITITY Project 10734.rb paqe11of14 Metal Buildinq Load & Design Criteria:. IBC-2O12 or most current. Occupancy/Risk Category ll. Roof Live 20 PSF. Ground Snow 20. Total Collateral 2.0. Wind Velocity 115 MPH Size 60ft deep/80ft long Eve height 16ft Building Type:. Gable. Slope 1:12 lnsulation:. Walls R32, Roof R38. Vapor retarder fabric liner that is self-extinguishing and mmplies with ASTM 1 1 36, Types I through Vl; NFpA 701 Large Scale; ftame spread of 25 or less per ASTM E-84 (equivalent to NFPA 2S5, ANSI 2.5 or UL/ULC723). Doors: F our 12tl x 14ft framed openings with insulated overhead door and openers evenly spaced along the 80ft long south facing eve wall Two 3070 exterior rated doors, one located along the north wall and one located on the south west corner. Door color to match siding color. Siding. Two tone with '12ft wainscot, cream (lower) and dark brown (upper) - to match color of existing site buildings Roof - blue to match existing site buildings Gutters, downspouts and delivery to site to be included Site P p Work . Dig and compact site for foundation and building slab. lnstall two sleeves for utilities - Clly to provide placement location of sleeves and Foundation Pour concrete slab per pre fab metal building (60x80) design Concrete Slab COLLECTION EOUIPMENT FACILITY Project 10734 rb Oage 12 ol 14 4 Exhibit B MILESTONE / PAYMENT SCHEDULE A Total and complete compensation for this Agreement shall not exceed g00,000 Site Finish Work (Asphatr LS 1 s37,300.00 COLLECTION EQUIPMENT FACILITY Projeci 10734.rb i,IILESTONE DATES/SCHEDULE Milestone 1 Project Completion 90 Days from Notice to Proceed 91ltg.1l"lyoqs fumishing ail-rabo1 materiars, equipment, and incidentars as required for theCOLLECTION EQUTPMENT FAC|LtTy per tFB pW-jt1g-1ot34lb NOT TO EXCEED CONTRACT TOTAL w2zu-Bs fioncactasotnextoaceedomunLenitemcbelpribesuedngforncever ac no na ad nyddaronilalncreaseorsdecreaessnworkuestedcThereqcltbyitycontheitvrabactorpayedsnoaactuuantitofESheacofitemworknaccordancehwithentracoctdcumoents. Contract Schedule Item No.Descri on Qua Unit Unit Price 1 Provide & lnstall Metal Buil ding t5 t S114,750.90 2 Site Prep Work LS 1 511,600 00 3 Concrete Slab and Foundation LS 1 S108,576 95 page 14 of 14 I PR]CING SCHEDULE . Slab thickness- '12 inches. Pour foundation per metal building specification. lnclude trench drain across building and tie into sand/oil separator. lnstall sand/oil separator in parking area o Erect prefab metal building. lnstall all doors Note: City to install water, electrical, HVAC, heating Site Finish Work . Grade for and install site drainage, catch basin, and pipe to storm drain pond . Grade and pave parking lot (asphalt) . Grade and pave driveway (asphalt). Contractor responsible for verifying location of gas line across driveway. Asphalt specification - 4 inches of three-quarter road mix compacted to 95% and 2 112 inch asphalt mat graded to drain, compacted to 95% See separate attached documents: PLANS /DRAWINGS (11 pages)rt COLLECTION EQUIPMENT FACILIry Project'10734.rb page 13 of 14 Erect Buildinq CONTRACT FOR PUBLIC WORKS CONSTRUCTION COLLECTION EQUIPMENT FACILITY PROJECT # 10734.rb THIS CONTRACT FOR PUBLTC WORKS CONSTRUCTION is made thi Sday of May, 2017, and entered into by and between the Cit y of Meridian, a municipalcorporation organized under the laws of the State of ldaho,hereinafter referred to as"CITY',33 East Broadway Avenue, Meridian, ldaho g3642, and L2 Excavation. LLC. ,h ereinafter referred to as "CONTRACTOR", whose busi ness address is 2817 Brandt Ave Na oa. lD 83 687 and whose Public Works Contractor Li cense # is C-020467-A-4 INTRODUCTION Whereas, the City has a need for services involving OLLECTI NEQUIPMENT FACILITY ;and WHEREAS, the Contractor is specially trained, experienced and competentto perform and has agreed to provide such servicei; NOW, THEREFORE, in consideration of the mutual promises, covenants,terms and conditions hereinafter contained, the parties agree as follows: TERMS AND CONDITIONS 1 Scope of Work: 1.1 coNTRACToR shal perform and furnish lo the city upon execution of thiscontract and receipt of the city's written notice to proceed, aI services and work,and comply in all respects, as specified in the document titred "scope of work', acopy of which is attached hereto as Exhibit "A" and incorporated herein by thisreference, together with any amendments that may be agreed to in writing by ttreparties. 1..2 _ All documents, drawings and written work product prepared or produced bythe contractor under this Agreement, including without iimitation electronic datafiles, are the property of the contractor; provided, however, the city shafi have iheright to reproduce, publish and use all such work, or any part ihereof, in anymanner and for any purposes whatsoever and to authorize otirers to do so. tf any such work is copyrightabre, the contractor may copyright the same, except that, asto any work which is copyrighted by the Contractor, ihJ City ,eserves a royalty-free, non-exclusive, and irrevocable license to reproduce, publish and use suc-h work, orany part thereof, and to authorize others to do so. 1.3 The Contractor shall provide services and work under this Agreementconsistent with the requirements and slandards established by applicablE federal,state and city laws, ordinances, regurations and resolutions. The contractor COLLECTION EQUIPMENT FACILITY Project 10734.rb page 1 of 14 represents and warrants that it will perform its work in accordance with generally accepted industry slandards 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 wananties, 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 in Exhibit B "Payment Schedule" attached her hereof for the Not-To-Exceed amount of 72 3. Term: COLLECTION EQUIPMENT FACIIITY Proiect ,t0734.rb a Not-To-Exceed basis as provided eto and by reference made a part 227.85. 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 rerms and conditions of this Agreement. payment ofall taxes and other assessments on such sums is thi sole responsibility of Contractor. 2.3 Excepl 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 remuneratlon for services rendered under this Agreement including, but not limited to, meals, lodging, transportation, drawings, renJerings or mockups. Specificarry, contracror shail not be enfitred by virtue oithis Agree;ent to consideration in the form of overtime, hearth insurince benefits, ritirement benefits, paid holidays or other paid leaves of absence of any type or kindwhatsoever. 3,1 This agreement shall become effective upon execution by both parties, andshall expire upon (a) completion of the agreed upon work, (b) or uniess soonerterminated as provided in sections 3.2, 3.3, and section 4 berow or unress someother method or time of termination is listed in Exhibit A. 3.2 should contractor default in the performance of this Agreement or materialy breach any of its provisions, City, at City,s option, may terminite this Agreement bygiving written notification to Contractor. page 2 ol 14 3.3 Should City fail to pay Contractor all or any part of the compensation set forth in Exhibit 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. 4.Termination: 4.1 lf, through any cause, CONTRACTOR, its officers, employees, or agents faits 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 lhis 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. ln the event of any termination of this Agreement, all finished or unflnished 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 shail 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 ClTy may withhold any payments to CONTRACTOR for the purposes of seLoff until such time as the exact amount of damages due the CITY from CONTRACTOR is determined. This provision shalt survive the termination of this agreement and shall not relieve CONTRACTOR of its liability to the CITY for damages. 5. lndependentContractor: COLLECTION EOUIPMENT FACILITY Project 10734.rb 5.1. .ln all matters pertaining to this agreement, coNTRACToR shalr beactingas an independent contractor, and neither CONTRACTOR nor any ofiicer, emplo-yeeor agent of CONTRACTOR wilt be deemed an emptoyee oi Ctfy. Excepi asexpressly provided in Exhibit A, contractor has no authority or responsibility toexercise any rights or power vested in the city and therefore has no authority tobind or incur any obligation on behalf of the city. The selection and designation of the personnel of the clrY in lhe performance of this agreemenr shafl bimade by the CITY. 5.2 Contractor, its agents, officers, and employees are and at all times during the term of this Agreement shalr represent and conduct themselves as indepen"dent conlractors and not as employees of the City. page 3 of 14 7 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. lf 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. Sub-Contractors: contractor shall require that all of its sub-contraclors be licensed per state of ldaho Statute # 54- 1901 Removal of Unsatisfactory Employees: The Contractor shall only furnish employees who are competent and skilled for work under this contract. lf, in the opinion of the City, an employee of the Contractor is incompetent or disorderly, refuses to perform in accordance with the terms and conditions of the contract, threatens or uses abusive language while on City property, or is otherwise unsatisfactory, that employee shall be removed from ail work under this contract. 8. lndemnification and Insurance: elected officials, officers, employees, agents, and volunteers from and for an y and all losses, claims, actions, judgments for damages, or injury to persons or property and losses and expenses and other costs i ncluding litigation costs and attorney's fees, arising out of,resulting from, or in connection with the performance of this Ag reement 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 employee s. CONTRACTOR shall atn tain,and sr)ecificallv rees t it will ntain thro hout erm of thih tTl liabilit ln su ran ce, rn which the C ITY shall be named an additional insured in the minimum amounts as follow: General Liabi lity One Million Dollars (91,000,000) per incide nt or occurrence, Automobile Liabi lity lnsurance One Million Dollars ($1,000,000) perincident or occurrence and Workers'Com pensalion lnsurance, in the statutorylimits as required by law.. The limits of insu rance shall not be deemed a limitationof the covenants to indemnify and save and hold harmless ClTy and if CITYbecomes liable for an amount i n excess of the insurance limits, herein provided,CONTRACTOR covenants and agrees to indemnify and save and hold harmlessCITY from and for all such lo sses, claims, actions, or judgments for dama ges orinjury to persons or pro perty and other costs,including litigation costi andattorneys' fees, arising out of, resulting from or in connection with theperformance of this Agree ment by the Contractor or Contractor's officers . employs,agenls, representatives or subcontractors and resulting in or attri butable to COLLECTION EOUIPMENT FACItIry Project 10734.rb Page 4 of 14 8.1 CONTRACTOR shall indemnify and save and hold harmless ClTy and it,s personal injury, death, or damage or destruction to tangible or intangible property, including use of. CONTRACTOR shall provide ClTy with a Certificate of lnsurance, 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 ('t0) days prior to the date Contractor begins performance of it,s obligations under this Agreement. ln the event the insurance mlnimums 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, ldaho 83642. 8.2 lnsurance is to be placed with an ldaho admitted insurerwith a Best,s rating of no less than A-. 8.3 Any deduclibles, 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. 8.4 To the extent of the indemnity in this contract, Contractor,s lnsurance 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 elecled officers, officials, employees and volunteers shall be excess oi the contractor's insurance and shall not contribute with contractor's insurance excepl as to the extent of City's negligence. I 8.5 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. 8.6 All insurance coverages for subcontractors shall be subject to all of the insurance and indemnity requirements stated herein. 8.7 The limits of insurance described herein shall not limit the liability of thecontractor and contractor's agenls, representatives, employees or subconiractors. Time is of the Essence: The parties hereto acknowledge and agree that time is strictly of the essence withrespect to each and every term, condition and provision hereof, and that the failureto timely perform any of the obligations hereunder shall constitute a breach of, anda default under, this Agreement by the party so failing to perform. COLLECTION EOUIPMENT FACILITY Project 10734 rb page 5 of 14 10. Bonds: 11. Warranty: All construction and equipment provided under lhis 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 wananty inspection and subsequenfly corrected will require an additional two (2) year warranty from the date of City,s acceptance of the corrected work. 12. Changes Payment and Performance Bonds are required on all Public Works lmprovement Projects per the ISPWC and the City of Meridian Supplemental Specifications & Drawings to the ISPWC, which by this reference are made a part hereof. Contractor is required to furnish faithful performance and payment bonds in the amount of 10oyo of the contract price issued by surety licensed to do business in the State of ldaho. ln the event that the contract is subsequently terminated for failure to pedorm, the contractor and/or surety will be liable and aisessed for any and all costs for the re-procurement of the contract services. 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, shal be incorporated in wiitten amendments which shall be executed with the same formalities as this Agreement- Taxes:13. 14. The city of Meridian is exempt from Federal and state taxes and will execute the required exemption certificates for items purchased and used by the City. ltems purchased by the City and used by a contractor are subject to Use Tax. All other taxes are the responsibility of the contractor and are to be included in the Contractor's Bid pricing. Meridian Stormwater Specifi cations: All construction projects require either a Storm Water pollution p revention Plan(SWPPP) or an erosion sediment control plan (ESCP) as specified in the Ci ty ofMeridian Construction Stormwater Mana gement Program (CSWMp) manual.TheCSWMP manual containing the procedures and guidelines can be found at thisaddress: http.//www.nt eridiancitv.or q/environme ntal.aspx?id 1 3618. contractor sharr retain aI stormwater and erosion contror documentation generatedon site during construction incruding the SWppp manuar, neta inspeciions inJ COLLECTION EQUIPMENT FACILITY Project 10734.rb page 6 of 14 15. amendments. Prior to final acceptance of the job by the City the contractor shall return the field SWPPP manual and field inspection documenls to the City for review. A completed Contractor Request to File Project N.O.T. with the EPA form shall be provided to the City with the documents. These documents shall be retained, reviewed and approved by the City prior to final acceptance of the project. ACHD: Contractor shall be responsible for coordinating with the City to obtain appropriate ACHD permit(s) and will reimburse the City for fees, fines, or penalties City incurs due to Contractor's violation of any ACHD policy. City shall certify to ACHD that Contraclor is authorized to obtain a Temporary Highway and Right-of-Way Use Permit from ACHD on City's behalf. The parties acknowledge and agree that the scope of the agency granted by such certification is limited to, and conterminous with, the term and scope of this Agreement. 16. Reports and lnformation: '16.1 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. 16.2 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 includes any handwriting, typewriting, printing, photo static, photographicand 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. 17. Audits and lnspections: 18. COLLECTION EOUIPMENT FACILITY Project 10734.rb At any time during normal business hours and as often as the ClTy may deem necessary, there shall be made available to the ClTy for examination all of CONTRACTOR'S records with respect to all matters covered by this Agreement. CONTRACTOR shall permit the ClTy to audit, examine, and make eicerpts 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. Publication, Reproduction and Use of Material: No material produced in whole or in part under this Agreement shalt be subject tocopyright in the united states or in any other country. The crry shari haveunrestricted authority to pubrish, discrose and otherwise use, in whore or in part, anyreports, data or other materials prepared under this Agreement. page 7 ol 14 19. Equal Employment Opportunity: ln performing the work herein, Contractor agrees to comply with the provisions of Title Vl and Vll of the Civil Rights Act, Revenue Sharing Act Title 31, U.S. Code Section 21 76. Specifically, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, political afilliation, marital status, or handicap. Contractor will take affirmative actron during employment or training to insure that employees are treated without regard lo race, color, religion, sex, national origin, age, political affiliation, marital status, or handicap. ln performing the Work required herein, CONTRACTOR shall not unlavvfully 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. 20. Employment of Bona Fide ldaho Residents: Contractor must comply with ldaho State Statute 44-1002 which states that the Contractor employ ninety-five percent (95%) bona fide ldaho residents. 21. Advice of Attorney: Each party wanants and represents that in executing this Agreement. lt has received independent legal advice from its attorney's or the opportunity lo seek such advice- 22. 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. COLLECTION EOUIPMENT FACILIry P.olect 10734.rb 23. ConstructionandSeverability: lf 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 lon-g as the remainder of the Agreement is reasonably capable of completion. 24. Waiver of Default: waiver of default by either party to this Agreement shall not be deemed to be waiverof any subsequent default. waiver or bieach of any provision of this Agreementshall not be deemed to be a waiver of any other or iubsequent breach, ind shanot be construed to be a modification of the terms of this Agreement unless thisAgreement is modified as provided above. page 8 of 14 25. Entire Agreement: 26. Assignment: 27. Payment Request: 28. Cleanup: COLLECTION EOUIPMENI FACILITY Proiecl 10734 rb 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. 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 ClTy. - Payment requests shall be submitted to City of Meridian through the City's project management software. The Project Manager will compare the invoice against the Payment Schedule in the Agreement for compliance. Upon approval thalthe work has been done and is in compliance with the Agreement, the project Manager will approve the pay request for processing. City of Meridian paymenl terms are Net 30 from lhe date city receives a correct invoice. Final payment will not be released until the City has received a tax release from the Tax Commission. contractor shall keep the worksite clean and free from debris. At completion of work and prior to reguesting final inspection, the contractor shall remove all traces of waste materials and debris resulting from the work. Final payment will not be made if cleanup has not been performed. 29. Order of Precedence: The order or precedence shall be the contract agreement, the lnvitation for Bid document, then the winning bidders submitted bid document. 30. Compliance with Laws: ln performing the scope of work required hereunder, coNTRAcroR shal comprywith all appricabre raws, ordinances, and codes of Federar, state, and rocargovernments. 31. Applicable Law: This Agreement shall be governed by and construed and enforced in accordancewith the laws of the state of ldaho, and the ordinances of the city of Meridian. -' page I of 14 32. 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 Purchasing Manager 33 E Broadway Ave Meridian, lD 83642 208-489-0417 L2 Excavation. LLC Attn: Eric Bird, Vice President 28'17 Brandt Ave. Nampa, lD 83687 Phone: 208-800-0330 Email: eric@l2excavation.com ldaho Public Works License #020467-A-4 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. 33. Approval Required: This Agreement shall not become effective or binding until approved by the City of Meridian. CITY OF MERIDIAN L2 Excavation, LLC BY BY TAMMY de WEERD, MAYOR eQ-t c- ErQl> - \) Dated Dated { /s-/"- Attest C.JAY COLES. CITY CLERK Purchasin App Depa nt App BY BY: KEITH S, PU rc ng Manager REN STEWA T, City Engineer Dated /o Project Manager Laurelei M COLLECTION EOUIPMENT FACILIry Project 10734.rb 1 Dated o '7 page 10 of 14 Approved by Council:_ SCOPE OF WORK REFER TO INVITATION TO BID PW-1719-10734.rb ALL ADDENDUMS, ATTACHMENTS, AND EXHIBITS included in the lnvitation to Bid Package # PW-1719-10734.rb are by this reference made a part hereof. SPECIFICATIONS / SCOPE OF WORK All construction work shall be done in accordance with the current version of the ldaho Sfandards for Public Works Construction (ISPWC), the 2013 City of Meridian Supplemental Specifications to the ISPWC (and any Addendums). lnstall 60x80 pre fab metal shop building at Meridian WRRF site. Project includes site work and paving work. Bid excludes installation of utilities (water, electrical, HVAC, heating). Contactor is responsible for all permits and inspections. The City of Meridian to pay permitting fees. General site map is provided. Contractor to verify all measurements. Metal Buildinq Supply, deliver, and erect one (1) metal building per the specifications listed below. Building Usage:. 5.5 Government, Admin, Service Plans & Calculations:. 4 sets of stamped plans (Site, Foundation). 2 sets of stamped calculations. 2 sets of final record drawings COLLECIION EOUIPMENT FACILITY Project 10734.rb page 11 of 14 EXHIBIT A Load & Design Criteria:. IBC-2O12 or most current. Occupancy/Risk Category ll. Roof Live 20 PSF. Ground Snow 20. Total Collateral 2.0. Wind Velocity 1'15 MPH Size: 6Oft deep/80ft long Eve height 16ft Building Type:. Gable. Slope 1 :1 2 lnsulation:. Walls R32, Roof R38. Vapor retarder fabric liner that is self-extinguishing and complies with ASTM 1 136, Types I through Vt; NFPA 701 Large Scale; flame spread of 25 or less per ASTM E-84 (equivalent to NFPA 255, ANSI 2.5 or UL/ULC723). Doors Four 12fl x 14ft framed openings with insulated overhead door and openers evenly spaced along the 80ft long south facing eve wall Two 3070 exterior rated doors, one located along the north wall and one localed on the south west corner. Door color to match siding color. Siding Two tone with 12ft wainscot, cream (lowefl and dark brown (upper) - to match color of existing site buildings Roof - blue to match existing site buildings Gutters, downspouts and delivery to site to be included. Site Pre p Work COLLECTION EOUIPMENT FACILITY P@jeft 10734.rb . Dig and compact site for foundation and building slab. lnstall two sleeves for utilities - City to provide placement location of sleeves Concrete Slab and Foundation . Pour concrete slab per pre fab metal building (60xg0) design page 12 ol 14 4 Exhibit B MILESTONE / PAYMENT SCHEDULE Total and complele compensation for this Agreement shall not exceed $00,OOO Site Finish Work (Asphalt)1 s37,300.00 MILESTONE DATES/SCHEDULE Milestone 1 Project Completion 90 Days from Notice to proceed PRICING SCHEDULE ntitie oc ntract s a tonot aexceed umo neLint.mite C tn be bep torusedg tceo riticatio an and n vitiaddnaoncreaorsesreasesdecnrkuestedbcleqeThcvtyethocntractoritypabasedvonuaactuaofceahtemofrkaccordnancewithcontheractudoctsmen Contract Schedule Item No.ron Quant Unit Unit Price 1 Provide & lnstall Metal Buildin s LS I S114,7s0.90 2 Site Prep Work ts 1 511,600 oo3Concrete SIab and Foundation LS 1 S108.s76.95 LS COLLECTION EQUIPMENT FACILITY ProJect't0734.rb page 14 of 14 I contract includes fumishing al-rabor, rnateriars, equipment, and incrdentars as required for the I collecrroru EoutpMENi FACtLtTy per tFB pw-1719-10734.rb NoT ro ExcEED coNrRAcT rOrA1........... $u2221i5ll . Slab thickness- 12 rnches. Pour foundation per metal building specificationo Include trench drain across building and tie into sand/oil separatoro lnstall sand/oil separator in parking area o Erect prefab metal building. lnstall all doors Note: City to install water, electrical, HVAC, heating Site Finish Work . Grade for and install site drainage, catch basin, and pipe to storm drain pond . Grade and pave parking lot (asphalt) . Grade and pave driveway (asphalt) o Contractor responsible for verifying location of gas line across driveway. Asphalt specification - 4 inches of three-quarter road mix compacted to 95% and 2 112 inch asphalt mat graded to drain, compacted to 95% See separate attached documents: PLANS /DRAWINGS (11 pages)a COLLECTION EQUIPMENT FACILIry Project 10734 rb page 13 of 14 Erect Buildinq CITY OF MERIDIAN COLLECTION EQUIPMENT FACILITY BID ABSTRACT BID OPENING 17-Apr-17 Item No.Description Qty Unit Unit Price Bid Item Total 1 Provide & Install Metal Building LS 1 126,000.00$ 126,000.00$ 2 Site Prep Work LS 1 12,200.00$ 12,200.00$ 3 Concrete Slab and Foundation LS 1 118,000.00$ 118,000.00$ 4 Site Finish Work (Asphalt)LS 1 39,000.00$ 39,000.00$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ TOTAL BASE BID 295,200.00$ L2 EXCAVATION City Of l,lelidian Statenent of Revenues and Expenditures - Rev and EXp Report - Sandra - Unpostecl Tlansactions Included In Report 60 - Ent€rprise Fuad 3590 - llIY Construction Plojects Eron L0 / 7 / 20L6 Thr o[g}. 9 / 30 / 20),'7 Budget with Amendments Current Year ActuaL Budget Remaining Percent of Budget Remaining 92100 10122 Capital Outlay WWTP - Bldg improvements 0000 10044 104 44 275,000.04 0 .00 0.00 0. 00 0.00 13,981 -21 140.40 104.40 275,000.04 113,981 .27 ) (140.40) (104.40) 100. 00* 0. 00t 0. 00* 0. 00r NON-DEPARTMENTAL Headworks/Eine Scleens Waterline Repfacement- SLynhurst Pl, W Pennwood Stto End Collection Buifding Plunbing Repair Total Capl tal Outlay DEPT EXPENDITUIlES TOTAL EXPENDITURES ( 65,000.00 48,356.98 16, 643 .02 25. 60r 000.04 62,589.05 410 . 99 81.591 344 000.04 62 589.05 21',7 410 . 99 81.59r 340 000. 04 211 410. 99 81.59t t Date. 3/15/l'1 03:15:45 PM 62, Sg9.A5 PublicWorks Search Page I of I { Print ('ompan) Llccnsc U ork I icensc Ligense - n DDIicanl Ot\ncr ComDan\ Comoan\ Companv Cr)mpanv ^, E\Diralion 5s4.E Numbcrtat.gorr f1p. Cbrt r4st Gil- 13tr G Ei11- Ststs- @ l'hone D;;- Parenl License Number 1.2 02244 02195 02310 02955 02230 02910 01570, 02500 L2 LLC f,l]7 B'"ndt r'rer,,rea {203) LD 43647 6t3412017 LLC 7900 https://web.dbs.idaho.gov/etrakit3/Custom/ldaho publicWorksprint.aspx 51912017 Premium is for the Contract Term and is srbject to adjustment based cn Final Contract Price #AIA Document A312ilt - 2010 Performance Bond co}{IR^croft (None, legal status ad address) L2 Excavation, LLC 2817 Brandt Ave Nampa, lD 83687 OY ER: (Nurre, legal srotas qrd d&ess) City of Meridian 33 E. Broadway, Suite 106 Meridian, lD 83642 colsIRt fitoil co[TnAgt Dalc: May _, 2017 Amotmt: $272,?27 85 Description: (Name and locarion) SURETY: (Nan e, legal statui ard principal plrce of business) United States Fire lnsurance Company 305 Madison Ave Monistc,\ /n, NJ 07962 Bond No. 602-1 14866-2 Thls dodnnenl ha! lmpon.nt leg.t con8equcnc$. ConSuttrtion sr0t an Stomey F 6ncouraged wltr lalped to its cdnpleUon o, modllcatidl. Any Blnqdar rEftllnca lo Conhadoa, Surety, OirEr or olher r,arty shall be coBtdor€d plw.l rifi ere.ppllcabh. AA Ooorment A31 2-2010 coltbiies trfro BaparEte boltd3, a Performance Bond and s Pafnent Bord, lnto orE fofm. Ihlr is not I sirue co.r$hed Perfonnanc6 arld PaynEnt 8ood.Pro,ect No. 10734.rb Collection Equipment Facility BONO DdEi May _,2017 (Not eoliet Itpn Corrstruction Co r@t Date) COI{IRACIOR AS PRINCIPALCompany: (Corporate Seal) L2 Excavation D See Section 16 SURETY s ame and Title: the la,E page ofthis C Jennifer Grenrood, Attomey-in-Fact Per/on pnce Bond.) U (FOR INFORMIflON ONLY - Narne, dddress and telephote) AGEI{I or BRONGR: OWNER,S REPRESE IAITT,E: pinnacle surety and lnsurance services (Architecl' Wneer or o cr party) 5605 Overland Road Boise, ldaho 83705 208-3/54177 Seol) tntt AIA Oocurxrt AIIZE - 2010. Th. Ant ri:.n !.r!t b otArchtEcb. 1 Amolllrr: $272,227 .85 Modific.tions to thi! Bond: E Nonc Signaturc: and Titl€: S I The Cont actor and Suety,jointly and severally, bind themselves, their heirs, executors, administrators, succcssors and assigns to the Owner for the performance ofthe Construction Contract, which is incorporated hercin by rcference. S 2 Ifthe Contractor performs the Conslruction Coltnct, the Surety and the Contractor shall have no obligation under this Bond, cxcept when applicable lo panicipatc irt a confcrcnce as providcd in Section 3. $ ! Ifthere is no Owner Default ulder the Construction Contract, thc Surcty's obliSation under this Bond shall arise after .l the Owner fust prcvid€s notice to ths Contactor and the Surcty that the Ovmer is considering declaring a Contnrctor Default. Such notice shall indicate whelher the Owner is requesting a conference among thc Owner, Contactor and Surrty to discuss lhc Contractior's performance. lfthe Owner does not request a conference, the Surcty may, within Iivc (5) busincss days aftcr reccipt ofthc Owncr's notice, request such a confctenc.€. Ifthe Surety timely rcquests a conference, thc Ovmcr shall aftend. Unless the Owner agrees otherwise, any conferenc€ requested under this Section 3.1 shall be hcld withi[ tcn (10) business days ofthe Surety's r€c€ipt ofthe Owner's tlotice. Ifthc Own€r, the Cootractor and the SurEty agree, the Contractor shsll b€ allowed a rcasonable time to perform thc Construction Con&'ac! but such an agrcemenr shall nol waive thc Owner's right, ifany, subsequently to decl8E a Contractor Defsult; -2 the Ovmer declares a Contractor Defsult, terminates the Consrucdon Contr&ct 8nd notilies rhe Surety; and .3 rhe Owner has agreed to pay thc Balance ofthe Contract Price in accordsnce with the tems ofthe Constuction Contract to thc Suety or to a contractor selcctcd to perform lhe Constnrction ConEact. 5 4 Failure orr the psn of thc Owner to comply with the noticr requirement in Section 3.1 shall not constitute a failure to comply with a condition pr€c€dent to the Sutety's obligations, or releesc the Surety from its obligations, exccpt ro thc extent the Sur€ty demonsEatcs actual prEjudice. $ 5 Whcn rhc Owncr has satisficd thc conditions ofScctioo 3, thc Surcty shall promptly and at the Sucty's cxpcnse uke one ofthe following aaions: $ 5.1 Arrangc for the ConFactor, with thc consent ofthc Owncr, to perform and complete the Constuction Contrsct; S 52 Undertakc to perform and complete rhc Construction Contract itsclf, through its agents or indepcndcnt conEactors; 5 5.3 Obtain bids or negotiated prcposals from qualified contractors acc€ptable to the Owner for a contnct for pcrformanc€ and complaion ofthe Construction ConEact, aranSe for a contract to be prspar€d for ex€cution by the Ownet and a con!'actor s€lectcd with the Owncr's concuEence, to be secured with pcrforman* atld payment bonds executed by 8 qualified surety equivalent to lhe bonds issued on the Constuction Con!-act, and pay to thc Owner the amount ofdamages as dcscribed in Section 7 in excess ofthe Balance ofthe Contract Price incuncd by the Owner as a resuh oflhe Contractor Default; or S 5.,4 Waivc its ght to pcrform and complctc, arange for complction, or obtain a new contractor and with reasonable ptgmptress uoder lhc circumstances: .l After investigation, determine the amount for which it may be liable to the Owner and, as soon as praclicable after the amount is detcrmined, mske payment to the Owner: or, Deny liability in whole or in pafi and noti& the Owner, citing the ressons for denial. $ 6 Ifthe Surety docs not procced as provided in Scction 5 with rcasonablc promptness, th€ Su€ty shall be d€emed to be h default on this Bond sever days after reeipt ofar 8ddilional written notica fiom thc Owncr to the Surcty demanding that thc Surcty p€rform its obligations under this Bond, and the Owner shall be entitlcd to cnforce any rEmedy available ro the Owncr. Iflhe Surety proc€eds as pmvidcd in S€ction 5,4, and the Owner refuses the payment or the Surety has denied liability, in whole or in par! without funher notice the Owner shall be entitl€d to enforce ary remedy available to the Owncr. 2 tntl /lll O.curxnt A!l2r - 2010. Tn Anrric.n ln tlllrb ol Arcnh.cn. I S 7 Ifthe Suety €lecls to acl ulder Section 5.1, 5,2 or 5.3, then the responsibilities ofthe Surety to the Own€r shall rct be greatcr than those ofthe Contrastor under the Constn ction Co ract, and the rcsponsibilities ofthe Owner to the Sur€ty shall not b€ gr€ater than lhose of the Owner under the Construction Contract. Subjcct to the commitmcnt by the O\irer to pay the Balance ofthe Contract Price, the Surcty is obligated, without duplication, for.l the responsibilities ofthe Contractor for conection ofdefective work and completioD ofthe Coostruction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default, and rEsulting from the actions or failue to acl ofthe Surety under Section 5; and.3 liquidated damagcs, or ifrto liquidated damages are sFcified in lhe Construction Contact, actual damages caused by delayed performance or non-performance ofthe Contractor. S E Iffte Sut€ty elccls to act under Section 5.1, 5.3 or 5.4, the Suety's liability is limit€d to the amourt of rhis Bond. $ 9 The Surcty shall not be liable to the Oumer or olhers for obligatiom ofthe Contsactor that are unrelated to the Construction Contact, and th€ Balance ofthe Contract Pric€ shall not b€ reduced or set offon account ofany such unrelated obligations. No right ofaction shall accrue on this Bond to any p€rsoo or entity other than the Owner or its heirs, ex€cuton, administrators, succassols artd assigns. $ l0 Thc Surety hereby waives notice ofany change, including changes of time, to the Consauction Contract or to rglatcd subcootracts, purchase orders and other obligalions. S ,l Any procecdirlg, legal or equilable, under this Bond may be instituted in any court ofcompstentjurisdiction in the locatiol in which the wor& or pan ofthe work is located and shall be instituted within two yeals affer a declaiation of Contactor Default or within two yean after the Contactor ceased working or within two years after the Surety refiises or fails to perform its obligations under this Bond, whichever occurs fiIst. lfthe provisions ofthis Pa.ragraph are void or prohibited by law, the minimum period of Iimitation available to sueties as a defense in rhe jurisdiction of th€ suit shall be applicable. $ 12 Notice to the Surety, the Owner or the Contractor shall be mailed or deliver€d to the addr€ss shown on the page on which their signature appears. $ 13 When this Bond has been fumished to comply with a statutory or other legal rcquircment irl the Iocation where the consfuction was to be perform€d, any provision in this Bond conflicling with said statutory or legal rEquiremcnt shall be decmcd deleted herefrom and proyisions colforming to such slatutory or olher legal requirement shall be deemed incorporated herein. When so fumished, the intent is that this Bond shall be consmEd as a statutory bond and not as a commo! law bond. S l4 Dcfinruon! S l4.l Bllanco of lhs Conbac't Pdco. The rotal amount payable by the Owner to the Contactor under the Consfuction Cooaad after all proper adjustncnts have been made, including allowanc€ to the Contactor of any amounts Fceived o. to be rEceived by the Owner iD settlement of insurance or othcr claims for damages to which the Co[trac-tor is cntitlcd, reduc€d by all valid and proper payments made to or oo behalfofthe Contractor under the Constnrction Contrsct. $ 'ld2 Con!&ucton Co rrc{. The agreement between the Owner and ConEacto! identi{ied on the cover page, including all Contract Docum€nts and changes made to the agreement and the Contract Documeots. S ll.3 Codhctor O€fault Failure ofth€ Contractor, which has not been remedied or waived to perform or otherwise to comply with a material term ofthe Construction Contract. S t4.1 Ormcr Dcfault. Failure ofthe Own€r, which has not been remedied or waived, to pay the Co[tractor as rpquirEd undcr thc Conskudion Contract or to perform and complete or comply with the other matedal tfins ofthe Constuction Contract. 5 14.5 Contac{ Doalmcnte All the documents that crmprise the agre€ment betwcen the Owner and Contractor. 0 15 If this Bond is issued for all agraement between a Contractor and subcontractor, the term Contractor in this Bond shall be decmed to be Subcontractor and the term Owner shall be deemed to bc Cootractor. lntt AIA Oocum.rlt A3l2n - 2OtO,Ih. Airorican tn.uub of A,rhibca.. 3 I Signaturc: Namc and Titlc AdrEss (Space is provided below lor qdditional sigratures ofqdded WtieE, othet than those qpearing on tlp cover page.) COIJIRACTOR AS PRII{CIPAL SURETYCompuy: (Corporure Seal) Company: (Co?porate Seal) Signature; Name and Title: Address CAUIIOII: You lhould llglt an orlgin.l AIA Conr.d oocumont, gn whlch t rlr t rt.ppo.E t.t RED. Ar ortgtn.t lsgurlr th.tchlng- tlll not bo obscured. lnll AA Ooqrnrot A3'l2r -2010. na ArEdcrn tnlttut! o, Adttcctr. 4 $ 'l 6 Modifications to this bond are as follows: None POWER OF ATTORNEY IJ\'ITED STATES FIR.E INSURANCE COMPAI{Y PRINCIPAL OFFICE . MORRISTOWN. NEW JERSEY UI_ITED STATFS FIRF, NSTMANCE CO]VIPANY 0313,14261 18 KNow ALL MEN BY TTIESE PRESENTS: That united ststes Fire Insuraice co,npany, a corporatioa duly organized and cxisting under thc laws ofthestate ofDelaware, has made, constituted and appointe4 ard does hercly mate, constitu-te ina app6int Jeniiler Grenrood eSch' its.fu.e.and lawful Attomey(s>Itr'Fact' with fullpo*er and authority hercby confened in irs nalne, plaoe and stea4 to exccute, aclinowledgc afld deliverlny and ar bonds and undertakings of suety snd othe. doc.mels thu the oriinary coune of sureay [*in"rr ^ui-r]qrir", &rd to bind united srates FileInsu'ance companv thercbv as fullv aad to dte same exent ss ifsuch bonds or undenakings ua *"o airry "i""rll .i.,i "lL,o*r"ag"o uy the reguta,.ly elededofEc€rs of united statcs FiJe tnsuance company at irs principal om"a, ln -u]no-s ot panalties not exceeding: seveD MillioD, Five Hurdred rhousandDollsrs (S7,500,000). This Po\rEr of Attorney limits the 8ct of those named therci! to the bonds and undenakings specifica y named thereiD, alrd they have no aurhority to bindUnited States Firc Iosuruce Company except in the manner and to the extsnt thcrrh stated. This PowEr of Attomey rcvokes all prEvious Powe6 of Attomey issued on behalfofthe Attorreys-ln-Fact nam€d above and expires oo January 31, 201g. This.Poucr of Attomey is granted puEuant to Article rv of the By-laws of united ststes Fire I.sur6nc€ Company as now in full force 8rd effect, ardcoDsistent with Afiicle III thcreof. which Arricles provide. ia pcninenipan: Aricle Iv, Executiod oflnstuments - Except as the Bosrd ofDirectors may authorize by resolution, the Chairman of the Boad, president, any vice'Presideri! any Assistarf vice President, tle secretary, or any Assisiant Secretary shan ur" po*"r on u"rr"rfofthe corporation: (a). to execute, affix the corporate s€81 mrnually or by facsimile to, acknowledge, veriry and deliver any c{ntEcts, obligations, iDstruErentsand documents *fialsoever in connection with its buainess itrcludin& without riroitlnq irr. fo*€"irg,;r;;r, g"r*rtees, Edenakings,recogrizerces, powers of attomey or rcvocations of any pt*.s oiiuo-oy, stipulaiions, poriiies ii lai,rancr, ieeds, leases, mongages,releases, satisfactions and agency ag.eements; (b). to-aPpoiot, in writing' one or mor€ persons for any or all ofthe purposes mentioned in the pEceding paragaph (8), including affixing fteseal of the Corpolation. Article III, officers, sectioa 3.11, Facsimile signaturts. The signaturc of any offic.er authorized by the coryoration to sigr sny bonds,guarantees, uldertakings, I€cognizanc€s, stipulaions, powen of anomey or rcvocations of any po""o oiunoni"y -d policies of insuanceissued by tbe gorporation may be.printed. facsimile. Iithographed or otierwise producea. In'atdition. ii *J ""-Lrr,".ir"a ty the Board ofDirectorq dividend \4armnts or checks, or other numerois instrumeots similar to one *otter in-6n,,-ray f, signed by the facsimile ::*T,":^':f_"T: ,lryg"pl"a or otherwise produced, of such officer or officers of tt e corpo.ation ls fiom time to time may beauuonzed to slgn such rnstrumeots on bchalf ofthe Corporatioa. The Corporation may gontinue to use for the pu4roses herein satej the&csimilo signaJure ofany pe6on o! persons who shall have been such officci or oflicers ortrr" co.poration, not*iiistanding the fact thal heInay l\qve c€as;d to be such at the time when such insruments shall be issued. MrrNEss WHDR-EC,!, United states Fire Insurance compaoy has cgused these preseots to b€ signed and attested by irs appropriate ofticer aDd itscorflorde seal he.cunto a6xcd rhis loe day ofMarch. 2016. (@i I /1 . i Stare ofNe\^ .leNey) CountyofMorris ) Anthony R. Slimowicz, Senior Vice President Jccey, came the above oamed officer of United Stales Firc Insuratrca ard acknowledged that he executed the foregoing hstument and affixed ,l]\t ]--r d- Sonia Scala (Notary Public) On this 10rh day of March 2016, before me, a Notary public of the Stare of New Compatry, to mc lersosally loown to be the individual and officer described hereirL the seal ofulited Stares Fire Insurance Compary thereto by tle au6ority ofhis oflice SONIASCALA N-OTARY PUBLIC OF Nf,w JERSEY My coMlrflssloN EXPIRES 32s/20 19 I, the undersigned oIfic€r ofurdted stales Firc Insurance Company, a Delawal€ corpoEtioo, do hereby cenify thal $e origilal pow€r ofAttomey ofwhich theforegoiDt is €. :,irli, true and correct copy is still in force and effect snd has not been revoked IN WTTNESS WIIEREOF, I have hereudto set my hand and aftixed the corporate s€al ofudted States Fire Insurancc Compaay on the / day of LNITED STATES FIR! rI-SIr'RANCE COMPANY t) ti l; Al Wrigh! Senior Vic4 President vu2Nl I @ 'i #AIA Document A312TM - 2010 COIITRACTOR: (Ndrne, legal sratus dnd adbess) L2 Excavation. LLC 2817 Brandt Ave NamDa. lD 83687 OWI{ER: (Name, legal slartus and ad*esl) City oI Meridian 33 E. Broadway, Suite 106 Meridian, lD 83642 co sTRucrr,t{ coNTRAgr Date: May ,2017 l11nsynr $272,227 .85 Description: (Ndne qnd locorion) SUREW: (Name, legal slqlus and principal plte ofburbex) United States Fire lnsurance Company 305 iladison Ave Morristown, NJ 07962 Bond No. 602-114866-2 Ihls doojrr.r h.s importsnl legal cona€quences. ConEdlrtlon wilh an attorney b enco{raged wtth a€ap€d to iti complcUon or modlfcstlo{l. Any slrEular refsrence to Cor rador, Surety. Ovirlor or ohe. p8.ty shall be corutd6r6d plural *taI! apFllcablr. AIA Docrlrr|cii A312-m10 comblnca t'r{o s€par.le bords, s Perforinance Bond and s Payrrcnl 801ld. inlo onc brm. Tli! ls nol a 3ingae comuned Performuca and Pa,nEnt Bdd.Pro,ect No. 10734 rb Collection Equipment Facility 80t{0 Dsl6j May _,2017 (Not eqlier ,t an Conttrucrion Contact Dqte) Amornt $272,227 .85 Modilications to this Bond: !! None COTflRACTOR AS PRIiICIPALCompany: (Corporate Seal) L2 Excavation Signaturc: Name E?-r c- E See Scction 18 SURETY Company: Uni (c surance Com Name Jennifer Grenrood, Attorney-in-Fact and Titlc: !1a.6-@,gS rSeJlf and Title: (Ar,y additional signonres appear on tlc lasl Wge of his payrrErrt Bond-) (FOR INFORMAT:ION ONLY - Narne, address and aelephore) AGEI{T or EROKER: Ot{t{ERS REPRESET{IAIIVE: Pinnacle Surety and lnsurance Services (Archi'ect' Engineer or olher Party:) 5605 Overland Road Boise, ldaho 83705 208-3454177 I lnlt AIA Oocurrra All2E - 20i0. Tho A,ll.lirn tn3titub ot ^nllftlcb.5 Payment Bond $ 2 lfthc Contractor promptly makes payment ofall sums due to Claimants, and defends, indemnifies and holds harmless the Ovmer from claims, dcmands, licns or suits by any persol or entity seeking pafnent for labor, materials or equipmeot fumished for use in the p€rformuce oflhc Construction Contract, then the Surety and the Contractor shall havc no obligation under this Bond. $ 3 Ifthere is no Owner Default under the Constuction Contmct, the Surety's obligstion to the Owner under this Bond shall arisc after the Owner has promptly notificd the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or thc Owncr's propcrty by any person or cntity sceking paymc for labor, materials or equipment fimished for use in lhc pcrformance ofthe Construction Contract atld t€ndcrcd defcnse ofsuch claims, demands, liens or suits to the Contactor and the Surety. !,0 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly 8nd at the SurEty's expeose dcfcnd, indemniS and hold harmlcss thc Owncr against a duly tenderrd cl8im, demaod, lien or suit. $ 5 The Surety's obligations to a Claimant undcr this Bond shall aris€ after the following: S 5.1 Claimants, who do not have a dirEct coni'act with the Contractor,.l have firmished a wrinen notice ofnon-paymenl to the Cootractor, stating with substantial accuracy the amount claimed and thc name ofthe party to whom the materials were, or cquipmcnt was, firmishcd or supplied or for whom the labor was done or performed, within ninety (m) days after having last lrerformed labor or last fitmished materials or equipment included in the Claim; and.2 have sent a Claim lo the Surcty (at th€ address described in Sectioo t 3). S 5, Claimants, who arc employcd by or have a direcl contt-act with the Cont.actor, have sent a Claim to the SuEty (at the address described in Section l3). ! 6 If a notice of non-payment required by Section 5.1.1 fu given by the Owner to ihe Contractor, that is sufficient to satisry a Chimant's obligation lo fumish a written notice of non-payment under Secrion 5. I .l . S 7 When a Claimant has satisfied the conditions ofS.ctions 5.1 or 5.2, whichever is applicable, rhe Surety shall pmmptly aod at thc Surcty's exp€nse take the following actions: S 7,1 S€nd an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt ofthe Claim, stating thc amounti that are undisputed and the basis for challenging any amounts that arc disputed; and $ 72 Pay or arrange for payment of any undisputed amouna. $ 7.3 The Surety's frilure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed ro constitute a waivcr ofdefenses rhe Surety or Contractor may have or ac4uire as to a Claim, excrpt as to undisputcd amounts for which thc Surety and Ctaimant havc reached agreement If, however, the Surety fails to discharge its obligatioos under Section 7.1 or Section 7.2, the SuEty shall irdcmniry fte Claimant for thc reasonable attornry's fees the Claimanf incuE thereafler to recover any sums found to be due and owing to the Claimant. S E Thc SurEty's total obliSatiotl shall rrol exceed lhe amount ofthis Bond, plus the amount ofrcasonable attorney's fces providcd undcr Section 7.3, and the amount ofthis Bond shalt be credited for any payments made in good f;ith by the Sulety. $ 9 Amounts owed by the Owner to the Contractor under the Construction Contmct shall be uscd for the performance ofthc construction contract and to satisry claims, ifany, undcr any construction performance bond. By thecontractor fumishing and the Owncr accepting this Bond, lhey agree that all fundi eamed by the Contractor in theperformancc ofthc consmrction conEact are dedicated to satis! obligations ofthe conta;r and suet ;nJe;;isBond, subject to the Owner's priority to use the funds for the completion ofthe work. 5 lnlt AlA Docum.nt A!,tzr - 2O.tO. Th€ AnEncan hltitub oa AEhit c6- S I The ConFactor and Surcty, jointly and severally, bind themselves, their heirs, executors, administrators, successo$ and assigns to the Owner to pay for labor, materials and equipment fumished for usc in the performance ofthe Constuclion Contact, which is incorporated herein by reference, subject to the following terms. ! l0 The Surcty shall not be liable to the Owner, Claimants or others for obligations ofthc Contractor that are unlelated to the Construction Conmct. The Owner shall not be liable for the paymcnt ofany costs or cxpcnses ofany Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notic€ on behalf of, Claimalts or otherwise have any obligations lo Claimants under this Bond. ! ll The Sur€ty hercby waives noticc of aDy change, including changes oftime, to lhe Construction Contract or to rel.ted subcontract, purchase orders and othcr obligations. $ 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court ofcompetent jurisdiction in the stste in which the projcct rhat is the subject ofthe Construction Contract is located or afte. the erpiration of one ycar from the date ( I ) on which the Claimalt sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or (2) on which the lan labor or service was prerformed by anyone or the last matcrials or equipmert werc filrnishcd by anyone under the ConsEuction Contract, whichcver of(l ) or (2) first occurs. lfthe provisions oflhis Paragraph are void or prohibited by law, the minimum period of limitation available to surcties as a defense in thc jurisdictiou ofthe suit shall be applicabl€. $ 1 3 Noticc and Claims to the Surety, thc Owner or the Contractor shall be mailed or delivcred to th€ addr€ss shown on thc pagc on which their signature appcars. Actual rcceipt ofnotice or Claims, however accomplished, shall be sufficient complialcr as ofthe date rec€ived. $ l,l When this Bond has been firmished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requiremcnt shall bc dccmed deleted hercfrom and provisions conforming to such statutory or other legal requirement shall b€ decmed incorporated herein. When so fumished, the intenr is that this Bond shall b€ corlstsued as a statutory bond and not as a common law bond. $ 15 Upon rrquest by any pcrson or entity appeating to b€ a potential beneficiary ofthis Bond, the Conuactor and Owncr shall promptly fumish a copy ofthis Bond or shall permit a copy to be made. S 16 Mnlton S 16,l Claim. A writtcn statemeot by the Claimant including 8r a minimum:,l thc rame of the Claimant; 2 fic name of thc person for whom thc labor was done, or matedals or equipmena fumished;.3 a copy ofthe ageemcnt or purchase order pusuant to which labor, materials or equipment w8s fumishcd for use in thc performance of thc ConsEuction Contract;,tl a briefdescription ofihe labor, materisls or equipment fumished;.5 the &tc on which the Claimart last performed labor or last firmished materisls or equipment for use in the performancc ofthe Conslruction Contracti.6 thc total amount earned by rhe Claima[t for labor, materiats or equipment fumished as ofthe date of the Claim; ., the total amount ofprevious payments r€c€ived by thc Claimanq and.8 the total amount due and unpsid to lhe Claimant for labor, materials or equipmcnt fumished as ofthe date of thc Claim. ! l6'2 Chlmtnt An individual or entity having a direct contract with the Contractor or with a subcontractor ofthe Contmctor to fumish labor, materials or equipment for u-se in the performance ofthe Corstruction Contract. The term Claimant also includes any individual or entity that h8s rightfully assert€d a claim under an applicable mechanic's lien or similar statuie against the rEal property upon which the Project is located. The intent ofthi; Bond shall be to include \f,ithout limitation in the terms "labor, materials or equipment" that pan ofwater, gas, power, light, heat, oil, gasoline, tclePhonc scrvice or rental cquipment used in the Constuction Contract, architecturai and engineering services rcquired for performance ofthe work ofthe Contracto. and the Contactor's subcont actors, aid ull otier ilems for_which a mcchanic's lien may be assened in thejudsdiction where thc labor, matcrials or equipment were fumished. S i6.3 comtruction conkact rhe agrecment bctwe€n the owner and conractor identified on the cover page, hcluding all contract Documents and all changes made to lhc ageement aod the contract Documents. 7 lntl al^ ooculn.nl a!l2t - 2010. Ti. Amdic.n tnliftrb ot arcnibct!. S tC.a Omat Ddtut Failuc of the Owner, which h&5 not b€er rrmcdied or wBivc4 to p6y thc Contsstor 8s rcquircd undar thc CorlsAuctioll Cootact or to pcrform and cornplstc or comply with tic othcr matcrial telrrs of dle CorEtustioo Contr8ct S lC.s Contrct Doarnanta. All thc doc,umcnts thal comprirc thc sgrDcmer bctrvecn the Owncr and ContrsEtor. 5 l, lfttis Bood is i$u€d for !n agrccrnent bctwccn I Contactor rrd slbcontsclor, the Erm Cootsactor h thi! Bmd sh8ll be dcctttcd fo bc Subcontrsclor and the tcrm Owncr shall bc drcmed to bc Contractor, ! it Modi6c{tion5 to this bond 8t! as follows: None (Spc it prwidcd bclov lor oAiiorpl sigtptures of ad&d p@ties, otbr thor those qpoing on tlc cover pge-) C(XTR^CTORAS PRNIGPA SURETTCofirpsny: (Corporute Seol) Company: (Corpuote Seol) Signmlc: Nroc rd Titlc: Addrtrs Signature: Namc and Thlc: Addrcsg CAlrTlOfl: You .hould .len.nch&g- wlll nol ba obculld. orlgtn l AIA Cont .qt Ooclrlrtn! on uhlch ihb t xt.p9-r. tn REO. A,l orlelltat Eu.. th.t tnt fl^oooltEr Alrt - 2Ot0. Th. Anuic.n tndtrE ., Arcnb. 8 0313+426118 KNow ALL MEN BY THESE PRESENTS: That united states Fite Insu.ranc! co&pany, a corporation duly orgaoized and existhg under the laws oflhestlte ofDele*are, has made, constituted and appointe4 ard does hereUy maki'constitute ana appoiat: .lennifer Grunrood eactl its rue and lawful Attomey(s)'In-Fac! with fullpower and authority hereby conferted in its oame, plaoe and stead to execute, acknowledgc and dcliverAny ard all bonds and undertakings of suety and other documents thaiae oriinary coo.se ofsurety business may require, and to bind udted states FireInsuraocc compary trercby as fullv and lo *ti same excnr as ifsucr, u""at ", *a-an tirgr bad bceo duly executea a;d alicrowreogea uy the regutarly electedoffic€rs of united stares Firc llsuratrce compsny at il5 principal om"", ln-ulno-*s or p.nalties not exc€9ding: sevetr MillioD, Five Huldred ThousandDollars (37,500,00). This Power of Attomey limits the act of those named thercin to the bonds and uldertaklDgs specifically rlamed therein, aDd th€y have ,lo autbority to bi[dUnited States Firc lDsurance Compaoy except in the maoner ana to ttre exicnt thqrJn statea. This Power of Attomey rcvok€s 8ll previous Poq,Ers of Attomey issued on behalfofthe Attorneys.In-Fact named above arld expires on January 31, 201g. This Pogrcr of Attomey is graDted pursu&It to Article Iv of rhe By-Laws of united states Fi.e lnsuranc4 company as now in full force 8rd effect, andc.Dsistent with Anicle III thereof, which Anicles provide. in penineoipart: Article IV' Execution oflnstuments - Except as the Bosrd ofDitectors may authorize by resolutioq the chatman ofthe Board, presidenq 8ny vice'President, any Assistant vice President, the secrctary, or any Assistalt secrEtary sha.ll have po14€I on behalfofthe corporation: (a). to execute, afrx the co.porale seal nalually or by facsimile to, aclobwledge, veriry and deliver any contacts, obligatiols, instrumentsartd docunents $fiatsoevff in comection with its busiaess including without limiting'th. Or.going,;,. b;odi, gr.or""., undertakings,r€cognizsnc€s' pou€rs of atlomev or revocations of any por'rers of-attomoy, stipularionq p.riii"ii'r irl*-a",' d'ceos, lcaseg mortgages,rcleases, satisfactions ard agency sgreemenE: (b) to appoiot, in writing, one or mo.e pelsons for ary or all ofthe purposes mentioned i! the prcceding paragraph (s), includiqg sfnxiog thesesl ofthe CorpoBtio& Article IIl' officers, sectioD 3.1t, Facsimile Signaturcs. The signature of any olficer rythorized by the corporation to sign ary bonds,gua'antees' undenakings. recognizanc€s, stipulations. powers of aiomey or revocarions of any powers or unoi'"y *a pori"les of insuranceissued by tbe corporatiou mav be printed- iacsimile. lirhographed o, oti"-Jr. producrd. I! additioD. ifand ss authorized by the Board ofDirectors, dividend uaranrs or checkg or other oorn..L inrtrrr"ntr-ri^ ar ,o on" anotr- i"-ilr,r,-.li # ,igr"d by rhe facsim esignatu€ or sigutu'es, lithographed or otherwise produced, of such ofrcer or officers or tlre corpoor-ionls -&o; time to time may beauthorized to siEl such instsuments on behalf of th; corpontion. The Corporarion may continu" to u"" foi th"lurposes lerein stared thefacsimile sisnature of anv person or pelsons who shall have been sr"[ "tr;;;;;;;;"ffi; 3;;;il:;.;il-r,a!dins rhe fact thar hemay have .€ased to be such at the tjme when such instruments shall be issued. POWER OF ATTORNEY UMTED STATES FIRX INSI,IRANCE COMPANY PRINCIPAI OFFICE - MORRJSTOWN. NEW JERSEY N ll1'l\Dss \l'HEREotr' united states Fire Insurance company has caused rhese pres€nts to be signed and attesred by its app.opriate omcer and itscorporatc seal hereunto a-ffixed this 106 day ofMarch.2Ol6. LNITED STATES E'rRE TNSITP A NCE COMPA]\Y /l Anthony R. Slimowicz, Senior Vice president Stste ofNe[. -lerss, County oflvlorns ) on this l0'h day of March 2016' before me, I Notary public of the stste of New JE6ey, cao,e the above named office, of united states Fi,. I[suratrcecompany, to me personally kqovn to b€ the individuai urd officcr doc,i*aLnir,, ,oa "l,ino,rreagea trr* r,e e*""rtlJ tie roregoing instruoent atrd afrxedthe seal ofunited Stales Fire Iosuranca Company thereto by the authorit;iil;ii*. SONIA SCALA NOTARY PIIBLIC OF NEW JERSEY MY COMMISSION EXPIRES 32Y2O19I the undenigncd officer ofunited States Fire Insuraace Company, aforogoilg is a irll, rrue aod correct copy is still in forc.e aad effect and P{ WTTMSS }VII0RIOF, I have hereunto ser my hand and affixed '@ Sonia Scala Delawarc corporaliotr, do hercby certiry that the origi.oal powEr ofAttomey ofwhich thehas not been rcvok€d. ,l -,<l ,k"1* the corporate seal ofUnited Shres FirE Irsuance Coopaay on the Z aav otflly'J.nOlLMTED STATES FrRX rI*SURANCE COMPANi - d-'I{, I inj l-;h j) li..,] Al Wright,Senio. Vic€ Prcsident @ (Notary Publio) AC]ORTf CERTIFICATE OF LIABILITY INSURANCE DATE (MIII/DOTYYYY} 5 / 3/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ANO CONFERS NO RIGHTS UPON THE CERTIFICATE HOLOER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMENO, EXTEND OR ALTER THE COVERAGE AFFOROED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER BaL]-enger IaBurance P O BOX 450 NAMPA rD 83653 INSURED L2 EXCAVATTON LIC 2817 BR,AIIDT AVE NAr'IPA rD 83687 COVERAGES CERTIFICATE NUMBERCLl 541 900172 REVISION NUMBER CE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWTHSTANDING ANY REOUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR IUAY PERTAIN, THE INSURANCE AFFORDEO BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS ANO CONDITIONS OF SUCH POLICIES, LIMITS SHOWN I\.,IAY HAVE BEEN REOUCED BY PAID CLAIMS, 'YPE OF IIISIJRANCE NUMBER LIMI'IS THIS IS TO CERTIFY THAT THE POLICIES OF INSURAN INSR 51991743 \6 1, 000 , 000 A x 10,000 PERSONAL & AOV INJURY GENERAL ACGREGATE 1,000,000 $l 5 E,ACH OCCURRENCE $ fFEMTSES (E. o€oJr€n6) S 9/ts/2o1,6 9/a5/20!? ]\ EO ExE,Aly ons o€.son, $l ,J I GEN'L AGGREGATE LIMITAPPLIES PER i--l "o.,"" lil ?39 I ,o.Il ] OTHER X COMUERCIAL GENERAL LIABIL Y I ICLATMS-'V DE X OCCUR 1,000,000 300 .000 2.000,o00 2,000,000 1, 000 , 000 9/15/2A\6 1, 000, 000 A 49-991743-00 l I s L i-lE ?-c!ssedt BODILY INJUFY (Per person) AUTOMOBILE !IABILIIY lJ.rnsuredmoion combin6d ALL O!\NED AUTOS 9/15/201? i BODTLY NJURY rP4a@d€flr PFOPERT'Y DAMAGE T_- scfiEouLED AUfOS NON.OWI\ED t'l?9r39sq6!!) i- 1-0gq.q0q L _1,Qq0p0q $ 49-991-7a3-01A x cil x tr | 9/1,5/zot6 9/15/201? IIG_GREGATE ] E4CH occURRENcE ,__c!3ry9n4SqlEXCESS LIAB - -'f f B . 1-000,0 00 00 000 Nrj) DESC x STATUTE a/D/201,6 8/t2/2071 1,-9q0, qoq E L DISEAS:tol-,"" *rn t E L ErCn accroett WORXERS COMPENSANON AND EMPLOYERS' I.lAAIUTY ANY PROPFIETOR/PARTNER,E^E'-I]TIVF OFFICEfuMEMBER EXCLUDED' aa oa*r, * aro,o"u?, o€sc N II s TIONS ICLESVEHIcOF?Y I AN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPTRATTON Olrs rxeaeor. NcaccoRDANcE *,rH rHa ,oa,", ,"or,",3tl8E wLL BE 'ELTVERED tN CITY OF I,IERIDIAN 33 E. BROADWAY AVE STE 106MERIDIAN, ID 83 642 (208 ) 898 -5s01 l,s" AUIHORIZEO REPRESENTATIVE Anna Scott,/ANNA CERTIF tcA TE HOLDER CANCELLAII ON o 1988.2014 ACORO CORFACORO 25 (2014/01) lNSO25 r:oranl The ACORD name and logo are registered marks of ACORO ORATION. A righta reservedyt lMPoRTANT|lfthecertificat6holderisanADDlTlo}lALlN thg terms and conditions of the policy, cortain policies may require an endors€ment A statement on this certiricate doos not conf6r rights to tho ce.tificato holdor in lieu ofsuch endorsem6nt(s). Jared Cur]- lzoa) 466-4944 I rNsuRER c : l t"ntiu, t INS . E IJND l!sulRE!(qLAFIORDI Ici cqvERAGE PROOUCTS. COMP/OPAGGT $ j uuru $ T6t6592 IS AN ADDITIONAI INSURED. a*-