Loading...
Irminger Construction for Well 30 ConstructionCONTRACT FOR PUBLIC WORKS CONSTRUCTION WELL 30 PUMPING FACILITY PROJECT # 10012.H THIS CONTRACT FOR PUBLIC WORKS CONSTRUCTION is made this day of June , 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 Irminger Construction, Inc., hereinafter referred to as "CONTRACTOR", whose business address is 25094 Homedale Rd. Wilder ID 83676 and whose Public Works Contractor License # is C -026529 -AA -1-3. INTRODUCTION Whereas, the City has a need for services involving Well 30 Pumping facility Construction; 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. 1.1 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 WELL 30 PUMPING FACILITY page 1 of 14 Project 10012,H represents and warrants that it will perform its work in accordance with generally accepted industry standards and practices for the profession or professions that are used in performance of this Agreement and that are in effect at the time of performance of this Agreement. Except for that representation and any representations made or contained in any proposal submitted by the Contractor and any reports or opinions prepared or issued as part of the work performed by the Contractor under this Agreement, Contractor makes no other 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 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 $583,075. 3. Term: WELL 30 PUMPING FACILITY Project 10012.H 3.1 This agreement shall become effective upon execution by both parties, and shall. expire upon (a) compretion of the agreed upon work, (bi or uniess 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 materiallybreach any of its provisions, city, at city's option, may termiriate this Agreementu},giving written notification to Contractoi. 2.2 The Contractor shall provide the City with a monthly statement and supporting invoices, as the work warrants, of fees earned and costs incurred for services provided during the billing period, which the City will pay within 30 days of receipt of a correct invoice and approval by the City. The City will not withhold any Federal or State income taxes or Social Security Tax from any payment made by City to Contractor under the terms and conditions of this Agreement. Payment of all taxes and other assessments on such sums is the sole responsibility of Contractor. 2.3 Except as expressly provided in this Agreement, Contractor shall not be entitled to receive from the City any additional consideration, compensation, salary, wages, or other type of remuneration for services rendered under this Agreement including, but not limited to, meals, lodging, transportation, drawings, renderings or mockups. Specifically, Contractor shall not be entitled by virtue of this Agreement to consideration in the form of overtime, health insurance benefits, retirement benefits, paid holidays or other paid leaves of absence of any type or kind whatsoever. 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. Liquidated Damages: Substantial Completion shall be accomplished within 150 (one hundred fifty) calendar days from Notice to Proceed. This project shall be considered Substantially Complete when the Owner has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, and only minor incidental work, corrections or repairs remain for the physical completion of the total contract. Contractor shall be liable to the City for any delay beyond this time period in the amount of $500.00 (five hundred dollars) per calendar day. Such payment shall be construed to be liquidated damages by the Contractor in lieu of any claim or damage because of such delay and not be construed as a penalty. Upon receipt of a Notice to Proceed, the Contractor shall have 180 (one hundred eighty) calendar days to complete the work as described herein. Contractor shall be liable to the City for any delay beyond this time period in the amount of $500.00 (five hundred dollars) per calendar day. Such payment shall be construed to be liquidated damages by the Contractor in lieu of any claim or damage because of such delay and not be construed as a penalty. See Milestones listed in the Payment Schedule for Substantial Completion. 5. Termination: 5.1 lf, through any cause, CONTRACTOR, its officers, employees, or agents fails to fulfill in a timely and proper manner its obligations under this Agreement, violates any of the covenants, agreements, or stipulations of this Agreement, falsifies any record or document required to be prepared under this agreement, engages in fraud, dishonesty, or any other act of misconduct in the performance of this contract, or if the City Council determines that termination of this Agreement is in the best interest of CITY, the CITY shall thereupon have the right to terminate this Agreement by giving written notice to CONTRACTOR of such termination and specifying the effective date thereof at least fifteen (15) days before the effective date of such termination. CONTRACTOR may terminate this agreement at any time by giving at least sixty (60) days notice to ClTy. ln the event of any termination of this Agreement, all finished or unfinished documents, data, and reports prepared by CONTRACTOR under this Agreement shall, at the option of the crrY, become its property, and coNTRACToF shall beentitled to receive just and equitable compensation for any work satisfactorily complete hereunder. 5.2 ^ Notwithstanding the above, coNTRACToR shall not be relieved of liability tothe clrY for damages sustained by the crry by virtue of any breach of ihis WELL 30 PUMPING FACILITY Project'100'12.H page 3 of 14 Agreement by CONTRACTOR, and the CITY 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 shall survive the termination of this agreement and shall not relieve CONTRACTOR of its liability to the CITY for damages. 6. lndependent Contractor: 6.1 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 CITY. 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. 6.2 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. 6.3 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. 7. Sub-Contractors: Contractor shall require that all of its sub-contractors be licensed per State of ldaho Statute # 54-1901 8. Removal of Unsatisfactory Employees: WELL 30 PUMPING FACILITY Project 10012.H 9 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 cityproperty, or is othenivise unsatisfactory, that employee shall be iemoved from ail work under this contract. lndemnifi cation and lnsurance: 9.1 coNTRAcroR shail indemnify and save and hord harmress crry and it,selected officiars, officers, emproyees, agents, and vorunteers from ano ror rny anJ page 4 ot 14 all losses, claims, actions, judgments for damages, or injury to persons or property and losses and expenses and other costs including litigation costs and attorney's fees, arising out of, resulting from, or in connection with the performance of this Agreement by the CONTRACTOR, its servants, agents, officers, employees, guests, and business invitees, and not caused by or arising out of the tortious conduct of CITY or its employe es. CONTRACTOR shall maintain, and specificallv aqrees that it will maintain, throuqhout the term of this Aqreement, liabilitv insurance, in which the CITY shall be named an additional insured in the mtnrmum amounts as follow: General Liability One Million Dollars ($1,000,000) per incident or occurrence, Automobile Liability lnsurance One Million Dollars ($1 ,000,000) per incident or occurrence and Workers' Compensation lnsurance, in the statutory limits as required by law.. The limits of insurance shall not be deemed a limitation of the covenants to indemnify and save and hold harmless CITY; and if CITY becomes liable for an amount in excess of the insurance limits, herein provided, CONTRACTOR covenants and agrees to indemnify and save and hold harmless CITY from and for all such losses, claims, actions, or judgments for damages or injury to persons or property and other costs, including litigation costs and attorneys' fees, arising out of, resulting from , or in connection with the performance of this Agreement by the Contractor or Contractor's officers, employs, agents, representatives or subcontractors and resulting in or attributable to personal injury, death, or damage or destruction to tangible or intangible property, including use of. CONTRACTOR shall provide CITY 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 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. 9.2 lnsurance is to be placed with an ldaho admitted insurer with a Best's rating of no less than A-. 9.3 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. 9.4 To the extent of the indemnity in this contract, contractor's lnsurance cove.rage shall be primary insurance regarding the city's elected officers, officials,employees and volunteers. Any insurance or self-insurance maintained by the cityor the city's elected officers, officials, employees and volunteers shall be excess oithe contractor's insurance and shall not contribute with contractors insuianceexcept as to the extent of City's negligence. WELL 30 PUMPING FACILITY Prqect 10012.H page 5 of 14 9.5 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 insure/s liability. 9.6 All insurance coverages for subcontractors shall be subject to all of the insurance and indemnity requirements stated herein. 9.7 The limits of insurance described herein shall not limit the liability of the Contractor and Contracto/s agents, representatives, employees or subcontractors. 10. Time is of the Essence: The parties hereto acknowledge and agree that time is strictly of the essence with respect to each and every term, condition and provision hereof, and that the failure to timely perform any of the obligations hereunder shall constitute a breach of, and a default under, this Agreement by the party so failing to perform. 11. 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 with a Best's rating of no less than A-. ln the event that the contract is subsequently terminated for failure to perform, the contractor and/or surety will be liable and assessed for any and all costs for the re-procurement of the contract services. All construction and equipment provided under this agreement shall be warranted for 2 years from the date of the City of Meridian acceptance per the ISPWC and the Meridian Supplemental Specifications & Drawings to the ISPWC and any modifications, which by this reference are made a part hereof. All items found to be defective during a warranty inspection and subsequenfly corrected will require an additional two (2) year warranty from the date of City,s acceptance of the corrected work. WELL 30 PUMPING FACILIry Project 10012.H 13. Changes: The clrY may, from time to time, request changes in the scope of work to beperformed hereunder. such changes, including iny increase or decrease in the amount of coNTRACToR's compensation, which are mutuaily agreed upon by andbetween the crry and CONTRACTOR, shalr be incorpJrated 'in writtenamendments which shall be executed with the same formalities as this Agreement. page 6 of 14 12. Warrantlr: 14. Taxes: 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. 15. MeridianStormwaterSpecifications: 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. The CSWMP manual containing the procedures and guidelines can be found at this address: http://www.meridiancity-oro/environmental.aspx?id=1 361 B. Contractor shall retain all stormwater and erosion control documentation generated on site during construction including the SWPPP manual, field inspections and amendments. Prior to final acceptance of the job by the City the contractor shall return the field SWPPP manual and field inspection documents 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. 16. 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 Contractor 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. WELL 30 PUMPING FACILITY Project 10012.H 17. Reports and lnformation: 17.1 At such times and in such forms as the clry may require, there shall be furnished to the clrY such statements, records, reports, data and information as the CITY may request pertaining to matters covered by this Agreement. 17.2 contractor shall maintain all writings, documents and records prepared orcompiled in connection with the performance of this Agreement for a minimum offour (4) years from.the termination or compretion oithis or Rgreement. ftisincludes any handwriilng, typewriting, printing, photo static, prrotogiapnic and "r"ryother means of recording upon any tangibre thing, any form of c-ommunication orrepresentation incruding retters, words, pictures, sounds or symbors or anycombination thereof. page 7 ol 14 18. Audits and lnspections: At any time during normal business hours and as often as the CITY may deem necessary, there shall be made available to the CITY for examination all of CONTRACTOR'S records with respect to all matters covered by this Agreement. CONTRACTOR shall permit the CITY to audit, examine, and make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. 19. Publication, Reproduction and Use of Material: No material produced in whole or in part under this Agreement shall be subject to copyright in the United States or in any other country. The CITY shall have unrestricted authority to publish, disclose and otherwise use, in whole or in part, any reports, data or other materials prepared under this Agreement. 20. 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 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, national origin or ancestry, age or disability. 2'i.. 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. WELL 30 PUMPING FACILITY Project 10012.H 22. Advice of Attorney: Each pafi warrants and represents that in executing this Agreement. rt hasreceived independent legal advice from its attomey's or thl opport-unity to seek suchadvice. 23. Attorney Fees: should any litigation be commenced between the parties hereto concernino thisAgreement, the prevalling party shall be entited, in'aOOiton io an;;t# ;;ii"i;;may be granted, to court costs and reasonabre "itorr"ys,re"s as iei"rmi.;;ly "court of competent jurisdiction. This provisio. "n"ii o; deemed to oe a sep#tl page 8 of 14 contract between the parties and shall survive any default, termination or forfeiture of this Agreement. 24. 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. 25. Waiver of Default: Waiver of default by either party to this Agreement shall not be deemed to be waiver of any subsequent default. Waiver or breach of any provision of this Agreement shall not be deemed to be a waiver of any other or subsequent breach, and shall not be construed to be a modification of the terms of this Agreement unless this Agreement is modified as provided above. 26. Entire Agreement: This Agreement contains the entire agreement of the parties and supersedes any and all other agreements or understandings, oral of written, whether previous to the execution hereof or contemporaneous herewith. 27. Assignment: It is expressly agreed and understood by the parties hereto, that CONTRACTOR shall not have the right to assign, transfer, hypothecate or sell any of its rights under this Agreement except upon the prior express written consent of CITY. 28. Payment Request: 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 that the work has been done and is in compliance with the Agreement, the Project Managerwill 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 the Tax Commission. 29. Cleanup: 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 tracesof waste materials and debris resulting from the work. Final payment will not bemade if cleanup has not been performed. WELL 30 PUMPING FACILITY Prolect 10012.H page 9 of 14 30. Order of Precedence: The order or precedence shall be the contract agreement, the Invitation for Bid document, then the winning bidders submitted bid document. 31. Compliance with Laws: In performing the scope of work required hereunder, CONTRACTOR shall comply with all applicable laws, ordinances, and codes of Federal, State, and local governments. 32. Applicable Law: This Agreement shall be governed by and construed and enforced in accordance with the laws of the State of Idaho, and the ordinances of the City of Meridian. 33. 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 Irminger Construction, Inc. Purchasing Manager Attn: Travis Longer 33 E Broadway Ave 25094 Homedale Rd Meridian, ID 83642 Wilder, ID 83676 208-489-0417 Phone: 208800-9616 Email: iceitravis@gmail.com Idaho Public Works License #026529 -AA -1-3 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. 34. Approval Required: This Agreement shall not become effective or binding until approved by the City of Meridian. CITY OF MERIDIAN IRMINGER CONSTRUCTION, INC. BY - BY:_ - TAMMY de E�2D, MAYOR .m_1 WELL 30 PUMPING FACILITY page 10 of 14 Project 10012.1-1 Dated: & / a 7 / �1� Approved by Council: � ( a� Z r Attest: C.JAY OLE , CI CLERK Purchasing Approval BY; KEITH W TS, urch/asing Manager Dated:: 6/z- �-% r Project Manager Brent Blake Dated: eQ` Kn v,U AUCUs>l GGA i�o� City of t111A sgc BY: WARR N STE ART, City Engineer Dated;; WELL 30 PUMPING FACILITY page 11 of 14 Project 10012.1-1 EXHIBIT A SCOPE OF WORK 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). See separate attached documents: Plans - WELL NO. 30 PUMPING FACILITY by Civil Survey Consultants, lnc. dated December 2016 1le pagesl Special Provisions and/or Technical Specifications by Civil Survey Consultants, lnc. dated 4-17-2017 (66 pases) WELL 30 PUMPING FACILIry Pro.iect 10012.H page 12 ol 14 REFER TO INVITATION TO BID PW.l736.10012.h ALL ADDENDUMS, ATTACHMENTS, AND EXHIBITS included in the lnvitation to Bid Package # PW-1736-10012.H, are by this reference made a part hereof. Exhibit B MILESTONE / PAYMENT SCHEDULE A. Total and complete compensation for this Agreement shall not exceed $583,075. WELL 30 PUMPING FACILITY Project 10012.H MILESTONE DATES/SCHEDULE Milestone 1 Substantial Completion 150 Days from Notice to Proceed Milestone 2 Final Completion 180 Days from Notice to Proceed PRICING SCHEDULE Contract includes furnishing all labor, materials, equipment, and incidentals as required per IFB PW-1736-10012.H NOT TO EXCEED CONTRACT TOTAL $593J25,00 Contract is a not to excoed amount. Line item pricing below will be used for invoice verification and any additional increases or decreases in work requested by city. The City will pay the contractor based on actual quantities of each item of work in accordance with th€ contract documents. Contract Pricing Schedule Item No.Description Quantity Unit Unit Price 201.4.1.8.1.Clearing and Grubbing 1 LS $ 5,885.00 202.4.1.4.1.Excavation (Plan Unit Quantity)800 CY $ 13,600.00 401.4.1.4.1.12" PVC, AWWA C900, DR18 Water Main 126 LF $ 14,868.00 402.4.1.A.1.12" Gate Valve J EA $ 6,660.00 404.4.1 .A.1 . 1-112"4 Standard Water Service Connection 1 EA 706.4.1.A.3 Standard 6" Vertical Curb (No Gutter)155 LF $ 5,425.00 706.4.1.F.1 Concrete Driveway 74 SY $ 5,106.00 802.4.1.A.1 3/4" Minus Crushed Aggregate Base 175 CY 810.4.1.A.3.3" Thick Hot Plant Mix Pavement 698 SY $ 16,0s4.00 Staging Area 1 EA $ 7,0s6.00 1001 .4.2.8.1 .1 EA $ 572.00 1 006.4.1 .C. 1 .4 EA $ 288.00 2010.4.1 .A.1 .Mobilization 1 LS $ 7,1s8.00 2040.4.1 .A.1 . 6' Ornamental Steel Fence with Gates as Noted 290 LF $ 31,320.00 Submersible Pump and Motor 1 LS $ 44,385.00 SP-2 1 LS $ 24,243.00 page 13 of 14 $ s,898 00 $ 15,050.00 1001 .4.2.A.1 . Stabilized Construction Entrance lnlet Protection SP-1 Discharge Piping SP-3 Pump House 1 LS $ 162,684.00 SP-4 Chlorination Equipment 1 LS $ 14,401.00 SP.5 Electrical 1 LS $ 'r 23,053.00 Heating, Ventilation and Air Conditioning 1 LS $ 12,872.00 SP-7 18" Wide Concrete Strip 333 LF $ 10,989.00 SP_8 Permeable Pavers 1,567 SF $ 26,639.00 SP-9 Landscaping 1 LS $ 11,581.00 SP.1O Landscaping lrrigation 1 LS $ 10,358.00 SP-11 Structural Fill 90 CY $ 6,930.00 WELL 30 PUMPING FACILITY Project l0012.H page 14 of 14 SP.6 City Of t4eridian Statement of Revenues and Expenditures - Rev and Exp Report - sandra Ilnposted Transactions Included In Report 60 - Eaterpriaa Eund 3490 - Water Constnrction Plojects Erom la/l/2416 Th,ronq]n 9/30/2077 Blrdget sith Current Year Actual Budget Remaining Percent of Budget Remaining Capital Outlay well#30 Total Capita.I Outlay 844, 369 .21 844,369 .21 rl9, r21 .31 1t9, 721 .31 85.89'! 85.899 DEPT EXPENDITURES TOTAL EXPENDITURES u44,369.21 844, 369 .21 719,121 .3',7 719,72'7 .31 T25,247 84 125,247.84 85.89t DaLa: 6/22/ t1 03:41:51 ,.1,i 125 ,24r.8 4 125,24r.84 CITY OF MERIDIAN Well 30 Pumping Facility BID ABSTRACT BID OPENING 2-Jun-17 Item No.Description Qty Unit Unit Price Bid Item Total Unit Price Bid Item Total Unit Price Bid Item Total Unit Price Bid Item Total Unit Price Bid Item Total 201.4.1.B.1 Clearing and Grubbing 1 LS 16,200.00$ 16,200.00$ 3,355.00$ 3,355.00$ 3,390.00$ 3,390.00$ 5,885.00$ 5,885.00$ -$ 13,440.00$ 202.4.1.A.1.Excavation (Plan Unit Quantity)800 CY 27.85$ 22,280.00$ 22.35$ 17,880.00$ 22.50$ 18,000.00$ 17.00$ 13,600.00$ -$ 33,040.00$ 401.4.1.A.1.12” PVC, AWWA C900, DR18 Water Main 126 LF 95.00$ 11,970.00$ 111.84$ 14,091.84$ 113.00$ 14,238.00$ 118.00$ 14,868.00$ -$ 6,384.00$ 402.4.1.A.1.12” Gate Valve 3 EA 2,847.00$ 8,541.00$ 2,796.00$ 8,388.00$ 2,825.00$ 8,475.00$ 2,220.00$ 6,660.00$ -$ 9,576.00$ 404.4.1.A.1.1-1/2”Ø Standard Water Service Connection 1 EA 7,015.00$ 7,015.00$ 5,623.00$ 5,623.00$ 5,763.00$ 5,763.00$ 5,898.00$ 5,898.00$ -$ 5,432.00$ 706.4.1.A.3.Standard 6” Vertical Curb (No Gutter)155 LF 24.00$ 3,720.00$ 40.83$ 6,328.65$ 41.24$ 6,392.20$ 35.00$ 5,425.00$ -$ 868.00$ 706.4.1.F.1.Concrete Driveway 74 SY 92.00$ 6,808.00$ 89.50$ 6,623.00$ 90.41$ 6,690.34$ 69.00$ 5,106.00$ -$ 1,960.00$ 802.4.1.A.1.3/4” Minus Crushed Aggregate Base 175 CY 54.00$ 9,450.00$ 67.00$ 11,725.00$ 67.80$ 11,865.00$ 86.00$ 15,050.00$ -$ 7,840.00$ 810.4.1.A.3.3” Thick Hot Plant Mix Pavement 698 SY 22.00$ 15,356.00$ 47.00$ 32,806.00$ 47.46$ 33,127.08$ 23.00$ 16,054.00$ -$ 23,296.00$ 1001.4.2.A.1.Staging Area 1 EA 500.00$ 500.00$ 2,800.00$ 2,800.00$ 1,695.00$ 1,695.00$ 7,056.00$ 7,056.00$ -$ 2,016.00$ 1001.4.2.B.1.Stabalized Construction Entrance 1 EA 2,535.00$ 2,535.00$ 2,078.00$ 2,078.00$ 2,090.00$ 2,090.00$ 572.00$ 572.00$ -$ 1,064.00$ 1006.4.1.C.1.Inlet Protection 4 EA 113.00$ 452.00$ 84.00$ 336.00$ 84.75$ 339.00$ 72.00$ 288.00$ -$ 1,792.00$ 2010.4.1.A.1.Mobilization 1 LS 31,200.00$ 31,200.00$ 74,909.00$ 74,909.00$ 13,500.00$ 13,500.00$ 7,158.00$ 7,158.00$ -$ 39,200.00$ 2040.4.1.A.1.6’ Ornamental Steel Fence with Gates as Noted 290 LF 125.00$ 36,250.00$ 104.00$ 30,160.00$ 105.01$ 30,452.90$ 108.00$ 31,320.00$ -$ 38,640.00$ SP-1 Submersible Pump and Motor 1 LS 43,344.00$ 43,344.00$ 44,420.00$ 44,420.00$ 44,070.00$ 44,070.00$ 44,385.00$ 44,385.00$ -$ 46,816.00$ SP-2 Discharge Piping 1 LS 46,632.00$ 46,632.00$ 35,964.00$ 35,964.00$ 9,944.00$ 9,944.00$ 24,243.00$ 24,243.00$ -$ 37,520.00$ SP-3 Pump House 1 LS 122,055.00$ 122,055.00$ 210,056.00$ 210,056.00$ 326,543.00$ 326,543.00$ 162,684.00$ 162,684.00$ -$ 164,171.00$ SP-4 Chlorination Equipment 1 LS 16,867.00$ 16,867.00$ 20,952.00$ 20,952.00$ 20,340.00$ 20,340.00$ 14,401.00$ 14,401.00$ -$ 17,920.00$ SP-5 Electrical 1 LS 135,000.00$ 135,000.00$ 147,000.00$ 147,000.00$ 28,481.00$ 28,481.00$ 123,053.00$ 123,053.00$ -$ 127,456.00$ SP-6 Heating, Ventilation and Air Conditioning 1 LS 20,306.00$ 20,306.00$ 13,562.00$ 13,562.00$ 12,770.00$ 12,770.00$ 12,872.00$ 12,872.00$ -$ 13,522.00$ SP-7 18” Wide Concrete Strip 333 LF 25.00$ 8,325.00$ 41.00$ 13,653.00$ 39.55$ 13,170.15$ 33.00$ 10,989.00$ -$ 2,464.00$ SP-8 Permeable Pavers 1,567 SF 19.00$ 29,773.00$ 28.50$ 44,659.50$ 28.25$ 44,267.75$ 17.00$ 26,639.00$ -$ 20,832.00$ SP-9 Landscaping 1 LS 8,623.00$ 8,623.00$ 23,287.00$ 23,287.00$ 10,283.00$ 10,283.00$ 11,581.00$ 11,581.00$ -$ 18,592.00$ SP-10 Landscaping Irrigation 1 LS 10,800.00$ 10,800.00$ 11,283.00$ 11,283.00$ 7,910.00$ 7,910.00$ 10,358.00$ 10,358.00$ -$ 10,752.00$ SP-11 Structural Fill 90 CY 30.00$ 2,700.00$ 70.00$ 6,300.00$ 67.80$ 6,102.00$ 77.00$ 6,930.00$ -$ 3,360.00$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ TOTAL BASE BID 616,702.00$ 788,239.99$ 679,898.42$ 583,075.00$ 647,953.00$ CASCADE ENTERPRISES, INCSTAR CONSTRUCTION CHALLENGER COMPANIES EXCELSIOR CONSTRUCTION IRMINGER CONSTRUCTION E IDIAN BID RESULTS B I D NAM E w I I 30 P FacilityemuInp DUE DATE & TIME: June2,2017 2t3O BID NUMB ER: PW-1736-10012.h ( (*-b VENDOR E ! !, E tt d) a0 :BIO AMOUNT 5T4P- cetu=--t/r'r'V. I t.,/t/t/r'lr/,l<./t/,..> L z,/),./,/'<<5-a /s- E ,/,/r',/,/y't IIIII tli,HffiA - rI nffiffiffi ,&Gflre' IDAHO openedby: S^nJfr- .Arr/r- Aftest: 4 5d F><z:z /<:;i-ZA--