Loading...
Pipeline Inspection Services Sewer Service Tee Repair Phase 2 Page 1 Memo To: C. Jay Coles, City Clerk, From: Keith Watts, Purchasing Manager CC: Laurelei McVey/PM Date: 06/28/2017 Re: July 5th City Council Meeting Agenda Item The Purchasing Department respectfully requests that the following item be placed on the July 5th City Council Consent Agenda for Council’s consideration. Approval of Award of Bid and Agreement to PIPELINE INSPECTION SERVICES for the SEWER SERVICE TEE REPAIR – PHASE 2 project for a Not-To-Exceed amount of $69,600. Recommended Council Action: Award of Bid and Approval of Agreement to PIPELINE INSPECTION SERVICES for the Not-To-Exceed amount of $69,600 and authorize Purchasing Manager to sign Purchase Order for the Not-to- Exceed amount of $69,600. Thank you for your consideration. City of Meridian Purchasing Dept. CONTRACT CHECKLIST 1. PROJECT INFORMATION Date: REQUESTING DEPARTMENT Wastewate Project Name: Sewer Service Tee Repair - Phase 2 Project Manager: Laurelei McVey Contract Amount: $69,600 Contractor/Consultant/Design Engineer: Construction Contractor - Pipeline Inspection Services Is this a change order? Yes ❑ No Q Change Order No. IG BUDGET INFORMATION (Project Manager to Complete) III. Contract Type Fund: 60 Budget Available (Purchasing attach report): Department 3520 Yes n No ❑ Construction GL Account 53351 FY Budget: FY17 Task Order ❑ Project Number: 10723.a Enhancement: Yes ❑ No ❑ Professional Service ❑ Equipment ❑ Will the project cross fiscal years? Yes ❑ No ❑ Grant ❑ IV. GRANT INFORMATION - to be completed only on Grant funded projects Grant #: Wage Determination Received Wage Verification 10 Days prior to bid due date Debarment Status (Federal Funded) N/A N/A N/A N/A — Print and Attach the determination Print, attach and amend bid by addendum (if changed) www.sam.gov Print and attach V. BASIS OF AWARD BID RFP / RFQ TASK ORDER Award based on Low Bid Highest Ranked Vendor Selected Master Agreement Category (Bid Results Attached) Yes ❑✓ No ❑ (Ratings Attached) Yes ❑ No n Date MSA Roster Approved: Typical Award Yes ❑ No 0 If no please state circumstances and conclusion: Pipeline was the only bidder on the project. Date Award Posted: 6/16/2017 7 day protest period ends: June 23, 2017 VI "'CONTRACTOR / CONSULTANT REQUIRED INFORMATION PW License C-15828-13-4 Expiration Date: 3/31/2018 Corporation Status Goodstanding Insurance Certificates Received (Date): 6/27/2017 Expiration Date: 7/30/2017 Rating: A+ Payment and Performance Bonds Received (Date): 6/27/2017 Rating: A+ Builders Risk Ins. Req'd: Yes ❑ No ❑ If yes, has policy been purchased? (Only applicabale for projects above $1,000,000) Reason Consultant Selected ❑ 1 Performance on past projects Check al/ that apply ❑ Quality of work ❑ On Budget ❑ On Time ❑ Accuracy of Construction Est ❑ 2 Qualified Personnel ❑ 3 Availability of personnel ❑ 4 Local of personnel Description of negotiation process and fee evaluation: (/28/c -?— VIII. AWARD INFORMATION Date Submitted to Clerk for Agenda: June 28, 2017 Approval Date By: Purchase Order No.: Date Issued: WH5 submitted (Only for PW Construction Projects) NTP Date: Contract Request Checklist.5.24.2016.FinaI CITY OF MERIDIAN SEWER SERVICE TEE REPAIRS - PHASE 2 BID ABSTRACT BID OPENING 30-May-17 Item No.Description Qty Unit Unit Price Bid Item Total 5,800.00$ 5,800.00$ Service Tee Repair at 3882 S Milan Way 5,800.00$ -$ 5,800.00$ 5,800.00$ Service Tee Repair at 3004 E Lucca Dr 5,800.00$ -$ 5,800.00$ 5,800.00$ Service Tee Repair at 4128 S Da Vinci Way 5,800.00$ -$ 4 Service Tee Repair at 4360 S Montague Way 1 Each 5,800.00$ 5,800.00$ 5 Service Tee Repair at 4150 S Da Vinci Way 1 Each 5,800.00$ 5,800.00$ 6 Service Tee Repair at 2315 E Deerhill Dr 1 Each 5,800.00$ 5,800.00$ 7 Service Tee Repair at 4333 S Burgo Way 1 Each 5,800.00$ 5,800.00$ 8 Service Tee Repair at 4040 S Da Vinci Way 1 Each 5,800.00$ 5,800.00$ 9 Service Tee Repair at 4018 S Da Vinci Way 1 Each 5,800.00$ 5,800.00$ 10 Service Tee Repair at 1852 E Melwood St 1 Each 5,800.00$ 5,800.00$ 11 Service Tee Repair at 1780 E Adelaide Dr 1 Each 5,800.00$ 5,800.00$ 12 Service Tee Repair at 2863 E Indian Creek Dr 1 Each 5,800.00$ 5,800.00$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ TOTAL BASE BID 69,600.00$ PIPELINE INSPECTION SVCS 3 1 Each 1 1 Each 2 1 Each CONTRACT FOR PUBLIC WORKS CONSTRUCTION SEWER SERVICE TEE REPAIR — PHASE 2 PROJECT # 10723.a THIS CONTRACT FOR PUBLIC WORKSCONSTRUCTION is made this J day of J e 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 Pipeline Inspection Services, hereinafter referred to as "CONTRACTOR", whose business address is PO Box 3023 Nampa, ID 83653 and whose Public Works Contractor License # is C -15828-B-4. INTRODUCTION Whereas, the City has a need for services involving SEWER SERVICE TEE REPAIR — PHASE 2; 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 SEWER SERVICE TEE REPAIR — PHASE 2 page 1 of 15 Project 10723.a represents and warrants that it will perform its work in accordance with generally accepted industry standards and practices for the profession or professions that are used in performance of this Agreement and that are in effect at the time of performance of this Agreement. Except for that representation and any representations made or contained in any proposal submitted by the Contractor and any reports or opinions prepared or issued as part of the work performed by the Contractor under this Agreement, Contractor makes no other warranties, either express or implied, as part of this Agreement. 1 .4 Services and work provided by the Contractor at the City's request under this Agreement will be performed in a timely manner in accordance with a Schedule of Work, which the parties hereto shall agree to. The Schedule of Work may be revised from time to time upon mutual written consent of the parties. 2.1 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 $69.600. 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 receiptof a correct invoiceand approval bytheCity. The Citywill notwithhold 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. 3. Term: 3.'1 This agreement shall become effective upon execution by both parties, and shall expire upon (a) completion of the agreed upon work, (b) or unless sooner terminated as provided in Sections 3.2, 3.3, and Section 4 below or unless some other method or time of termination is listed in 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. SEWER SERVICE TEE REPAIR - PHASE 2 page 2 of 15 Project 10723.a 2. Consideration 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. Speciflcally, Contractor shall not be entitled 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. 3.3 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 fails to fulfill in a timely and proper manner its obligations underthis Agreement, violates any of the covenants, agreements, or stipulations of this Agreement, falstfies 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 termination of this Agreement, all finished or unfinished documents, data, and reports prepared by CONTRACTOR under this Agreement shall, at the option of the CITY, become its property, and CONTRACTOR shall be entitled to receive just and equitable compensation for any work satisfactorily complete hereunder. 4.2 Notwithstanding the above, CONTRACTOR shall not be retieved of tiability to the CITY for damages sustained by the CITY by virtue of any breach of this Agreement by CONTRACTOR, and the CITY may withhold any payments to CONTRACTOR for the purposes of set-off until such time as the exact amount of damages due the CITY from CONTRACTOR is determined. This provision shall survive the termination of this agreement and shall not relieve CONTRACTOR of its liability to the CITY for damages. 5. lndependentContractor: 5.'l 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. 5.2 Contractor, its agents, officers, and employees are and at alltimes during the term of this Agreement shall represent and conduct themselves as independent contractors and not as employees of the City. SEWER SERVICE TEE REPAIR - PHASE 2 Project 10723.a page 3 of 15 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 Agreemenl 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-contractors be licensed per State of ldaho Statute # 54-1901 7. 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 all work under this contract. 8. lndemnification and lnsurance: 8.1 CONTRACTOR shall indemnify and save and hold harmless CITY and it's elected officials, officers, employees, agents, and volunteers from and for any and all losses, claims, actions, judgments for damages, or injury to persons or property and losses and expenses and other costs including litigation costs and attorney's fees, arising out of, resulting from, or in connection with the performance of this Agreement by the CONTRACTOR, its servants, agents, officers, employees, guests, and business invitees, and not caused by or arising out of the tortious conduct of CITY or its employe es. CONTRACTORsh all maintain. and soecificallv aorees that it will maintain , throuqhout the term of this Aqreenent, liability insurance, in which the CITY shall be na med an additional insured in the minimum amounts as follow: General Liabili ty One Million Dollars ($1,000,000) per incident or occurrence, Automobile Liability lnsurance One Million Dollars ($'l ,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 SEWER SERVICE TEE REPAIR - PHASE 2 page 4 of 15 Ptqect 10723.a personal injury, death, or damage or destruction to tangible or intangible property, including use of. CONTRACTOR shall provrde 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 (1 0) 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 comp ance 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 rs to be placed with an ldaho admitted insurerwith a Best's rating of no less than A-. 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 of the Contractor's insurance and shall not contribute with Contractor's insurance except as to the extent of City's negligence. 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 the Contractorand Contractor's agents, representatives, employees orsubcontractors. 9. Time is of the Essence: The parties hereto acknowledge and agree that tame 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. SEWER SERVICE TEE REPAIR _ PHASE 2 Project '10723.a page 5 of 15 10. Bonds: Payment and Performance Bonds are required on all Public Works lmprovement Projects per the ISPWC and the City of fVeridian 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 termlnated 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. 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 ISPWC and the Meridian Supplemental Specifications & Drawings to the ISPWC and any modifications, which by this reference are made a part hereof. All items found to be defective during a warranty inspection and subsequently corrected will require an additional two (2) year warranty from the date of City's acceptance of the corrected work. The CITY may, from time to time, request changes in the Scope of Work to be performed hereunder. Such changes, including any increase or decrease in the amount of CONTRACTOR'S compensation, which are mutually agreed upon by and between the CITY and CONTRACTOR, shall be incorporated in written amendments which shall be executed with the same formalities as this Agreement. 13. 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. 14. 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.orq/environmental.aspx?id=1 361 8. Contractor shall retain all stormwater and erosion control documentation generated on site during construction including the SWPPP manual, field inspections and SEWER sERVlcE TEE REPAIR - PHASE 2 page 6 ol '15 Project 10723.a 12. Changes: 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 Pro.iect 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. 15. ACHD: Contractor shall be responsible for coordinating with the Cily 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. 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 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. 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 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. SEWER SERVICE TEE REPAIR - PHASE 2 Project 10723.a page 7 of 15 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 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 unlavyfully 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 warrants and represents that 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 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. 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 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. SEWER SERVICE TEE REPAIR _ PHASE 2 Project 10723.a page I of 15 25. 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. 26. 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. 27. 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 Manager will approve the pay request for processing. Cityof Meridian paymenttermsare Net30 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. 28. 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 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, CONTRACTOR shall 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. SEWER SERVICE TEE REPAIR _ PHASE 2 Project '10723.a page 9 of 15 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 City of Meridian Purchasing Manager 33 E Broadway Ave Meridian, ID 83642 208-489-0417 CONTRACTOR Pipeline Inspection Services Attn: Richard Mason PO Box 3023 Nampa, ID 83653 Phone: 208-573-4671 Email: pipline@pipelineinc.us Idaho Public Works License #158828-b-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 PIPELINE) P &ION SERVICES BY: BY• %�+ TAMMY de D, MAYOR Dated: 7 ( 5—/ ;bl / Dated: 4 — 20'. -2 / ��o�Q Approved by Council: 7 �l oRATEDgG�G�s Attest: C.JAY LES, ITY CLERK A L o`rhe REASv Purchasing Appr val ' Depa nt Ap ro I KEITH- WATTS, Purc asing Manager WA REN STEWART, City Engineer Dated:: -Dated:: e I y SEWER SERVICE TEE REPAIR - PHASE 2 page 10 of 15 Project 10723,a Project Manager Laurelei McVey SEWER SERVICE TEE REPAIR _ PHASE 2 Project 10723.a page 11 of 15 EXHIBIT A SCOPE OF WORK REFER TO INVITATION TO BID PW-1733-10723.a ALL ADDENDUMS, ATTACHMENTS, AND EXHIBITS included in the lnvitation to Bid Package # PW-1733-10723.A 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 (SPWC), the 2013 City of Mleridian Supplemental Specifications to the ISPWC (and any Addendums). SPECIFICATIONS The Contractor will be required to pay for and obtain the necessary permits from Ada County Highway District (ACHD) to perform the required work within ACHD right-of-way. The Contractor will also be responsible for any traffic control necessary to complete the work in a safe manner within ACHD right-of-way. All work shall conform to the current ldaho Standards for Public Works Construction (ISPWC), Ada County Highway District (ACHD), City of Meridian Supplemental Specifications to the ISPWC and the City of Meridian Construction Storm Water Management Program. The Contractor shall be required to submit, to the Project Manager, a schedule of work during the preconstruction meeting and subsequent updated 2 week construction schedules throughout the entire project. All work will be limited to the lines identified in the maps provided in the lnvitation for Bid WW-17-XXXXX. Anything beyond the work shown must first be approved by the Project Manager prior to beginning the additional work. A B SEWER SERVICE TEE REPAIR - PHASE 2 Project 10723.a page 12 ol 15 U. D E F The Contractor must notify the City's Collections System Manager with the job location when working in the City's Collections System. Contractor shall be willing to testify as an expert witness in the event of litigation. Contractor shall adhere to all safety regulations set forth by OSHA and any other safety means needed to safely perform the project. Contract shall notify Project Manager of any significant problems, abnormalities, additional repairs needed, etc. that may be encountered during or after the work was completed. The amount of work to be done under the contract and as noted in the Bid Schedule represents a maximum and is not to be taken as an expressed or implied statement that the actual amount of work will correspond. The right is reserved to increase, decrease, or to entirely ellminate certain items from the work. Prior to the commencement of construction, the Contractor will be required to do material submittals for approval for all proposed materials to be used in the repairs. At the completion of each repair, the Contractor shall contact the City's Collections System Manager for inspection and approval of the visible repairs. For pipe line and service repairs a CCTV video documenting the completed repair must be submitted to the City's Collections System Manager. The Contractor will submit completed work invoices to the City's Collections System Manager for processing. It will be the Contractois responsibility to make site visits to each manhole/line segment identified in the attached maps to determine the severity of the repair in order to accurately bid. Prior to the start of work, a preconstruction meeting will be held and shall be attended by the Contractor's Project Manager, its Superintendent, and its Subcontractors as the Contract deems appropriate. The purpose of the meeting is to designate responsible personnel and establish a working relationship. Matters requiring coordinatjon will be discussed and procedures for handling such matters established. The Contractor should be prepared to drscuss tentative schedules, transmittals, processing applications for payments, maintaining record documentation, criticil work sequencing, field decisions and Change Orders. G H J K L M SEWER SERVICE TEE REPAIR - PHASE 2 Prolect 10723.a page 13 of 15 t. See separate attached documents: PLANS / DRAWINGS - dated 5-25-2016 (3e pases)a SEWER SERVICE TEE REPAIR _ PHASE 2 Project 10723.a page 14 of 15 Exhibit B MILESTONE / PAYMENT SCHEDULE ract is a not to exceed amount. Line item pricing below will be used for invoice verification and any ional increases or decreases in work requested by city. The city will pay the contractor based on actual uantitie s of each item of work in accordance with the contract documents Cont addit 1 4 8 1 EaService Tee Re ir at 3882 S Nlilan Wa 9 10 1L 12 Service Tee Repair at 4040 S Da Vinci Way Service Tee Repair at 4018 S Da Vinci Way Service Tee Repair at 1852 E Melwood St Service Tee Repair at 2863 E lndian Creek Dr MILESTONE DATES/SCHEDULE Final CompletionMilestone 1 PRICING SCHEDULE contract includes furnishing all labor, materials, equipment, and incidentals as required for the SEWER SERVICE TEE REPAIR - PHASE 2 per tFB PtN-1133-1O723.a Total Bid Schedule A.$69,600.00 $69i00NOT TO EXCEED CONTRACT TOTAL....... Contract Pricing Schedule Item No. Description Quantity Unit Price Ss,8oo 2 air at 3004 E Lucca DrService Tee Re 1 Ea Ss,8oo pair at 4128 S Da Vinci WayService Tee Re 1 Ss,8oo Service Tee Repair at 4360 S Montague Way 1 Ss,8ooEa 5 Service Tee Repair at 4150 S Da Vinci Way ss,800Ea1 6 Service Tee Repair at 2315 E Deerhill Dr Ea 5s,8oo1 1 Service Tee Repair at 4333 S Burgo Way Ss,8ooEa1 Ss,80o ss,800Ea 1 Ea ss,800 Service Tee Repair at '1780 E Adelaide Dr 1 Ea ss,800 1 Ea page 15 of 15 5s,8oo A. Total and complete compensation for this Agreement shall not exceed $69,600. 3 1 1 SEWER SERVICE TEE REPAIR _ PHASE 2 Project 10723.a 90 Days from Notice to Proceed Unit Fzfo =Io sqns #.!'l puoE p!8 Pou6rS tooz IJJ a.s t! S t ) ) I llrllllIltllltltIlllttilrlllillIlIq 6tt.o c) (v, l'- =o- ii IJJ(Il =fz o Ia q1 J,l a\ oo Eog(, o oeN i.- oN dc) G = iri E tr cd u.lF o LlJ o N o U' G o- tl,.= (, x. o(,F o .9Ioo o 3(, .J) ii =z o d a D U' IU E, o o l, 'rz oH H I Il .r\l d l" City Of I'16!j.dian Statement of Revenues and Expenditures - Rev and Exp Repor:t - Sanclra - unposted Transactions Includecl In Report 60 - Entarprise Fund 3520 - ww Colloction I,ines FI]om 10/7/20L6 Through 9/30/201? OPERATING COSTS Line Wat/Sew Repair Total OPERATING CosTs 170,316.021 110,315.04 Current Year Actual Budqet Remaining Budget Remai n r ng 80,439 .62 3A,439.62 89,816,42 89,816.42 52.11\ 52 .',] ',7 Z Budget with 110,316.04 170,316.04 53351 DEPT EXPENDITURES TOTAT EXPENDITURES 80,439.62 84,439.62 89,8't 6.42 n9,816.42 52.11\ 52.'11X THE At\4ERICAN INSTITUTE OF ARCHITECTS Bond# 2254334 AIA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable CONTRACTOR (Name and Address) Pipeline lnspection Servrces, lnc P.O Box 3023 Nampa, lD 83653 S URETY (Name and Principat ptace of Business) OWNER (Name and Address) City of Meridian 33 East Broadway Ave. Meridian, lD 83642 CONSTRUCTION CONTRACT Date. June 27 , 2017 Amount: 969,600.00 Description (Name and Location): Sewer Service Tee Repair-phase 2 CONTRI\CTOR AS PR INC IPAL Conroany: BON D Date (Not earlier than Construction Contract Date): June 27 , 2017 Amountr $69,600.00 Modifications to this Bond: X None North American Specialty lnsurance Company 650 Elm Street Manchester. NH 03101 E See Page 3 SU RETY Company (Corporate Seal) North Amer I ican S cial ty lnsurance mpany Sig nature: Name and itle: IVlary J q u rer,ttorney-l Fact (Corporate Seal) Pip_el fts Se rv ices Sig nature Name dT (Any additional signatures appear on page 3) (FOR INFORMATION ONLy - Name, Address and.Tetephone) AGENT or BROKER: OWNER,S REPRESENTATTVE (Architect, Engjneer or Post rnsurance other Part,): P.O. Box 8447 Boise, lD 83707 AIA DOCUMENT 4312 . PERFOR[rlANCE BOND AND pAyM ENT BOND. DECEMBER 1984 ED . AtA@ THE AI\]IERICAN INSIITUTE OF ARCHITEoTS 1735 NEW YoRK AVE , N W WASHINGToN oC 20006 THIRD PRINTING. MARCH 1987 A3l2-'1984 1 kk r1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 lf the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 lf there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract. lf the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contracl, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Defaulti and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractois right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph 3.'l;and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with lhe terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the contract with the Owner. 4 When the Owner has satisUed the conditions of Paragraph 3, the Surety shall promplly and at the Surety's expense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contracti or 4.2 Undertake to perform and complele the Construction Contract itself, through its agents or through independent contractors, or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contracl for performance and completion of the Construction Contract, arrange for a contract lo be prepared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contracto/s default, or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness underthe circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefore to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefore. 5 lf the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on thas Bond fifteen days afler receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. lf the surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractois right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commjtment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for: 5.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Conlract: 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or iI not liquidated damages are speciried in the Construction Contract, actual damages caused by delayed performance or non, performance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Conlraclor that are unrelaled to the Conslruction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other lhan the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, including changes of lime, to the Construction Contract orto related subcontracts, purchase orders and other obligataons. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdictjon in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs flrst. lf the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. AIA OOCUMENTA312. PERFORMANCE EONOAND PAYMENT BOND. DECEMBER 1984 ED .AtA@ THE AI\iIERICAN INSTITUTE OFARCHITECTS, 1735 NEW YORK AVE . N W WASHINGToN Dc 20006 THIRD PRINTING. MARCH 1987 4312-1984 2 '10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicling with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common Iaw bond. I2 DEFINITIONS 12.1 Balance of the Contract Price; The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjuslments have been made, including allowance to lhe Contraclor of any amounts received or to be received Name and Title Address: by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 12.3 Contractor Defaulti Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract. '12.4 Owner Default. Failure of the Owner, which has neither been remedied nor waived, to pay the Conlractor as required by the Construction Contract or to perform and complele or comply with the other terms thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS (Space is provided below for additional signatures of added parties, other than those appearing on the cover page ) CONTRACTOR AS PRINCIPAL Company:(Corporate Seal) SURETY Company (Corporate Seal) Sig nature Signature Name and Title Address: AIA DOCUIMENT A312 . PE RFORITANCE aONDAND PAYMENTEOND. DECEI4BER 1984 ED .AtA@ THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE . N W . WASHINGTON O C 20006 THIRD PRINTING. MARCH 1987 A312-1984 3 THE AIVERICAN INSTITUTE OF ARCHITECTS Bond# 2254334 AIA Document A312 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable CONTRACTOR (Name and Address) Pipeline lnspection Services, lnc P.O Box 3023 Nampa, lD 83653 OWNER (Name and Address) City of Meridian 33 East Broadway Ave. Meridian, lD. 83642 CONSTRUCTION CONTRACT Date: Ju ne 27.2017 Amount: $69.600.00 Description (Name and Location): Sewer Service Tee Repair-Phase 2 BON D Date (Not earlier than Construction Contract Date): June 27,2017 Amount: $69,600.00 Modifications to this Bond: D None SURETY (Name and Prancipal Place of Business) North American Specialty lnsurance Company 650 Elm Street Manchester. NH 03101 X See Page 6 SURETY Company (Corporate Seal) North American S ialty lnsura n ompany (Corporate Seal) Pipelin spln lncn Signature: Name and <c4 Signature: Name and itle: lVlary q u rer,ttorne ln-Fact (Any additional signatures appear on page 6) (FOR INFORMATION ONLY - Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATTVE (Architect, Engineer or other party): Post lnsurance P.O. Box 8447 Boise, lD 83707 N/A uL AIA DOCUMENT A312 . PERFORI\,'IANCE AON D AND PAYMENT BOND . DECEMBER 1984 ED . AIA @ THEAIVERICAN INSTITUTE OFARCHITECTS. lT35NEWYORKAVE,NW,WASHINGTON,DC 20006 THIRD PRINTING. MARCH 1987 A312-1984 4 .CCNTRACTOR AS PRI NCIPAL Company \I 'l The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) ol any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Delault. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph '12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Conlractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and ,2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and senl a copy. or notice lhereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 lf a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compliance. 6 When the Claimant has satisfled the conditions of Paragraph 4, the Surety shall promptly and al the Surety s expense take the following actaons: 6.'l Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounls thal are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to lhe Owneis priority to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change including changes of time, to lhe Construction Contract or to related subcontracts, purchase orders and other obligations 'l'l No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the work or parl of the work is located or after the expiration of one year from the date ('1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or 12) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichevet of (1) ot (2) first occurs. lf the provisions of this Paragraph are void or prohibiled by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufflcient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished 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 requirements shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AIA DOCUMENTA312. PERFORI\4ANCE BOND AND PAYMENT BOND. DECEMBER 1984 ED .AlA@ THE AMERICAN INSTITUTE OF ARCHITECTS lT3SNEWYORKAVE,NW WASHINGTON OC 20006 THIRD PRINTING. MARCH 1987 4312-1984 5 'Bond shall be construed as a statutory bond and not as a common law bond. '14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 OEFINITIONS 15.1 Claimant: An indlvidual or entity having a direct contract with the Contractor or with a subcontractor of the Conlractor to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the lerms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephoneservice or rental equipment used Name and Title Address: 15,2 Construction Contract: The agreement between the Owner and the Contractor identifled on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Paragraph 6 of this Bond is deleted in its entirety and replaced with the following provision When the claimant has satisfied the conditions of Paragraph 4, and has submitted all supporting documentation and any proof of claim requested by the Surety, the Surety shall, within a reasonable period of time, but not more than 120 days, notify the Claimant of the amounts that are undisputed and the basis for challenging any amounts that are disputed, including but not limited to, lack of substantiating documentation to support the clajm as to entitlement or amount, and the Surety shall, within a reasonable time, but not more than 120 days, payor make arrangements for payment of any undisputed amount; provided, however, that the failure of the Surety to timely discharge of its obligations under this paragraph or to dispute or identify any specific defense to all or any part of a claim shall not be deemed to be an admission of liability by the Surety as to such claim or otherwise constitute a waiver of the Contractor's or Surety defenses to or right to dispute such claim. Rather, the Claimant shall have the immediate right, without further notice, to bring suit against Surety to enforce any remedy available to it under thrs Bond. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company:(Corporate Seal) SURETY Company (Corporate Seal) Signature AIA DOCUMENT A3l2 . PERFORI\,4ANCE BOND ANO PAYMENT BOND . DECEMBER 1984 EO . AIA @ THE AI/IERICAN INSTITUTE OF ARCHITECTS, 1735NEWYORKAVE,NW WASHINGTON DC 20006 THIRO PRINTING . [.{ARCH 1987 A312-1984 6 in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and lhe Contractor's subcontractors. and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. Srg nature. Name and Title: Address: NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY (;t.\1._ti.\t. P0\\ LR 0t A I I()R.\E\ KNOW ALL MEN BY THESE PRESENTS. THAT North Anrerican Specialg lnsura,rce Conrpan!. a corporalion dul) organized aDd e\isling under laws of lhe Slate ofNew Hampshire. and having its principal oflice iD the City of Marchester. New Harlrpshire. and Washington lDlerDarional Insurance Conrpany, a corporation organized and existing uoder lhe Iaws ofthe State ofNew Hanrpshire and having ils principal office in the ( il_,- ol' Schaumburg. llliDois. each does hereby make, constitute and appoint: TERRY S, ROBB, WILLIAM F, POST. and MARY JAQUIER .IOINTLY OR SEVERA LLY Its lrue and lawf'ul Attorney(s)-in-Fact. to make. execule. seal and deliver, lor and on its behalfand as its acl and deed. bonds o. other \rritings obligatory in the nature ofa bond on behalfoleach of said Conrpanies. as sureq. on contracts of surel) ship as are or may be required or penrined by law, regulation, contract or otherwise, provided lhat no bond or underlaking or contract or sur€tyship executed under this authority shall exceed the amounl of: FIFTv MILLIoN ($50,000,000.00) DOLLARS .":)ttjtlJir% ==dr saf rZ== ?.r.,,?,,;i:,:. ffia Src\cn P. ArdcBor. S.nior Vi.. P16idcnr or\rrrhinaronlnrcrn ionrl,nsurrn.cCofrpr.\ & S.nior \kc Prgidcr.olNor.h Am.ri.!n Sp.ci,th tnsurrn..Cump'nr /) Dr Vi(hrer A. lr;.St-;Ei\ & S.nior \t. Pmsid.trr ol ND h Af icrn Sp.citrhy tNunnr. Conpatrr 1 \orlh \nrericin Spccialt\ lnsurance Conlpllt) \\ ushington I ntcrna(ionAl lnsuranrc ('ornpaur State of I llinois Count)'oi Cook I. Jclfi(v Coldbers the dul', elecred lnternational lnsurance Conrpaov. do he American Spccialty Insurance Company IN WITNESS WHEREOF. I have set m Assistant Sccrelarv ofNorth American Specialty lnsurance Company and Washington reb) crrtit)'that the above and lbregoing is a true and correcl copy ofa powerofAnorne\'given by said North and Washington lnlernational Insurance Conpany. which is still in lill ,brce and ef'tect. ) hand and allixed thc seals oflhe Companies this 27 dar ot )o 11 J.rl,.) Goldb?,g. v'ce P6'd{r& As6rdr Secrerar} oi Wasn'ngron ,nltmro.al l.surMct Compoy& Nonh Am.nan Sp(,atN tnsuro..C( OFFICIAL SEAL M KENNY NOTASY PUELIC, SIATE OF ILUNOIS MYmMMtSSt0N EXPTHES r 2/04/20r7 \.\s st Rt.t \ c Ro I P This Porver ofAnornev is granted and is signed by lacsinrile under and b1 the authority ol the lbllowing Resolutions adopted bt the Boards ol' Directors ol bolh Nonh American Specialg lnsurance Conrpanl'and Washington lnternational lnsurance Conrpan! at meelings dul) called and hcld on the gri oi Mr\ 2012 -*rrOrrUO. ,nu, on) two ofthe Presidenrs. any Managing Director. any Senior Vice President. al) Vice President. an), Assistanl Vice Presidcnt. the Secretary or any Assistant Secretary be. and each or any olihenl hereby is authorized to execule a Powcr olAttonley qualifiing the aftorne) nanred in the giveD Power ofAttorney to execute on behalfofthe Company bonds, undertakings and all contracts olsurety, and that each or any ofthem hereby is authorized to attest to the execution ofany such Power of Attomey and to aftach therein the seal olthe Contpany: and it is FU RTHER RESOLVED, that the signature of such of}icers and the seal olthe Company may be aflixcd to any such Porver ol Attonre), or to an\ cenilicate relating thereto by facsimile, and any such Power olAttorney or certificate bearing such lacsinrile signatures or facsimile seal shall bc binding upon the Company when so affixed and in the future with regard to any bond. unde(aking or contract ofsur€ty to which it is attached.' IN WITNESS WHEREOF, Nortb Anlerican Specialty Insurance Conrpany and Washington lnternational Insurance Con:pany have caused lheir oflcial seals 10 be hereunto afllxed, and these presents to be signed by their authorized of]lcers this 2allday of September . 20 I5 On this 22nd day of September , 20-ll. belore me. a Notary Public personally appeared Sreven P. Anderson . Senior vicc Presidenl ol' washington lDternational Insurance Company and Senior Vice President ofNorth American Specialty lnsurance Company and Michael A. Ilo . Senior Vice President of washington International Insurance Conrpany and Senior Vice Presideni ol'North Ame,i.un Specialty Insur^,rce Company. personally knorvn to me. who being b) me duly swom. acknowledged that rhey signed the above Power of Attomey as of)icers ofand acknowledged said instrument to be the voluntar) acl and deed oltheir respective companies. N,l KcIr\. Ndt ^ Public --.\^,4C()RI)"CERTIFICATE OF LIABILITY INSURANCE CERTIFICATE NUMBER:2 016-2 017COVERAGES REVISION NUNIBER 6/23/2OL',l THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRTVIATIVELY OR NEGATIVELY AMEND, 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, IMPORTANT: lf the certificate holder is an ADDITIONAL INSUREO, the policy(ies) must be endorsed. lf SUBROGATION lS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer riqhts to the certificate holder in lieu of such endorsement(s). fi!flpcr nlysrria earntre lJ3,\'..."r, (208) 336-s6oo [il, ",!ffit"". aganbLeGpostj-ns . com tNsuRER{S) AFFOR!tNG COVERAGE TNsURERA:Nautilus Insurance Company rNsuRER B Acuity |NSURER c :Idaho St'ate Insurance I'und INSIJRER O: INSURER E: Post Insurance Services, Inc. 2717 W. Bannock St. P. O. Box 8447 Boise ID 83707 INSUREO Pipeline Inspection Services, lnc Mad Riwer Development LLC PO Box 302 3 Nampa ID 83 653 (203 ) 344-0651 L7 3't O 1418 4 36t29 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTEO EELOW HAVE BEEN ISSUED TO THE INSURED NAMEO ABOVE FOR THE POLICY PERIOO INOICATEO NOTWTHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W1TH RESPECT TO W}IICH THIS CERTIFICATE IUAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOIflN MAYHAVEBEEN REDUCEOAY PAID CLAIIT,{S POLICY EFF POLICY EXP IMIM/DO/YYYYI {MM/DOIYYYY!LIMITS A X COIMIVIERCIAL GENERAI LIABILITY cLA][4S,]!IADE X OCCUR X ECP1004; ENv2O04 EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occu(ence) '7 /30/2076 1/30/2At7 MED Exp (Any one person) $ 2,000,000 100,000 s, 000 2 , 000 ,000 4 ,000,000 4 ,000,000 ECP201895410 $ PERSONAL A ADV INJURY GENERAL AGGREGATE PROOUCTS COMP/OP AGG s GEN L AGGREGATE LIMITAPPLIES PER POLTCY ^ jE.C"r LOC OTHER AUTOMOBILE L AA LITY COIMB]NED SiNGLE LIMIT BOO LY INJURY (Per p€rson) 1,000,000 B X erv auro AUTOS I]IREO A1JTOS x cA7214 CA1241 SCHEDL-ILED AUTOS NON OWNEIJ AUTOS x98411 1/3a/2a16 7/3A/2017 BOD LY lN.ruRY (Per accdenl) S PROPERIY DAMAGE ! X occun CLAIMS-MADE EACH OCCURR€NCE 1/3a/2016 1/3A/2Or 7 AGGREGATE !1 , 000 ,000 1, 000 ,000B X EXCESS LrAa K98411 DED REIENTION WOR(ERS COMPENSAIION ANO E'IIPLOYERS' L|AAILITY ANY PROPRIETOR/PARTNER/EXECI]IIVE OFFICER/MEMBER EXCLUOED? DEsCRrPrroN oF oPERAT oNs b€row x u E L EACH ACCIDENT S E L DISEASE , EA EI4PLOYEE $ EL D SEASE , PQLICY L MIT $ 1,000,000 1 ,000 , 000 1,000.000 c 644597 4 /t/20t7 4/t/2OrA A Transportatron Pollution A Professional laa.bilr.ty ECP201895410 ECP201895410 1/30 /2016 1/30/20t6 1/30/2ar1 1/3A /2071 $4 000 000 Aggr€9a16 L'mrl $4 000.000 Aqq16q.la Lm s 1,000,000 1 , 000 ,000$ DESC RrPllON OF OPERATIONS / LOCATION S / VEI]ICLES (ACORo I 01 , Additlona I Rema rr3 Schedule, may be ana ched It mor. ipac. is required)Serrer Servj-ce tee Repair - Phase 2 CERTIFICATE HOLDER CANCELLATION (208) 887-4813 City of Melidian Purchasing Manager 33 E Broadway Awe Meradian, ID A3642 SHOULD ANY OF THE ABOVE OESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION OATE THEREOF. NOTICE wlLL BE DELIVERED IN ACCOROANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPR€SENTATIVE Alyshia Gambl e /AG O 1988-2014 ACORD CORPORATION. A rights reserved NN ACORO 25 (2014/01) lNS025 (20raor ) The ACORD name and logo are registered marks of ACORD 'i;I rYPE oF rNsuRANcE a%"b -Bal-A,€-- <-\ .,{CC)RI)" 6/23/20].1 THIS CERTIFICATE IS ISSUEO AS A IIIATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRNIATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEO REPRESENTATIVE OR PRODUCER, ANO THE CERTIFICATE HOLDER, IMPO RTANT: lf the certificate holder is an ADDITIONAL INSUREO, the policy(ies) must be endorsed. It SUBROGATION lS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorseme nt(s) Post Insurance Serwices, Inc. 2717 W. Bannock St. P. O. Box 8447 Boise ID 83707 INSUREO Pipeline Inspection Services, Inc. Mad River Development LLC PO Box 302 3 Nampa rD 83653 fi!flllcr lrysni-a eantre fll3,NNl, e,rr (2oe) 336-se oo i-mEss agar.ble0postins . com INSURER{S) AFFORDING COVERAGE TNSURERA :Nautilus Insurance Company INSIJRER B:ACUitY TNSURER C :Idaho State Insurance Eund INSURER E: INSURER F: )-7 37 0 t4)-84 36t29 CERTIFICATE OF LIABILITY INSURANCE CERTTFTCATE NUMBER:2 016-2 017COVERAGES REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTEO BELOW HAVE BEEN ISSUED TO THE INSURED NAIVEO AEOVE FOR THE POLICY PERIOD INOICATED NOTWTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT V!1TH RESPECT TO WTIICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFOROEO 8Y THE POLICIES DESCRIBEO HEREIN IS SUBJECT TO ALL THE IERMS EXCLUSIONS AND CONDIIIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE EEEN REDUCED BY PAID CLAIII,4S TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF POIICY EXP IMM/DO,YYYY) iMI\,I/DOryYYYI LIMITS X COMMERCIAL GENERAL LIAEILIry CLAMS MADE X OCCUR X ECP100{; ENV2004 EACH OCCURRENCE oAtuAGE ro iENTED PREMISES (Ea occ!rrence) MED EXP (Any one person) PERSONAL & AOV iNJURY GENERAL AGGREGATE PRODUCTS COMP/OP AGG 2 , 000,000 100,000 5 ,000 2,000,000 4,000,000 4, 000,000 A ECp201895410 1/3A/20!6 1/3a /2a11 5 GEN'L AGGREGATE LIMiT APPLIES PER pouc" X !E&LOC $ AI,]TOMOBILE LIABILITY 5 1,000,000 B X mv ruto ALL O!M.IED AUTOS HIRED AUTOS X ca7214 cA724'l (Fa e.rc€nr/ BOOILY INJURY (Per p6rson) 1/3A/2Ot6 7 /3a /zar ? BOoILY NJURY (Peraccden0 PRoPERTY oAMAcL (Pe. accd6nt) SCHEDULEO AUTOS NON.O\, NED AUTOS K98a 11 a : $ x occun CLAIMS MAOE EACI] OCCURRENCE 1/30/2a16 1/30/2077 AGGREGATE 5 1 , 000, 000 1 , 000, 000B X EXCESS LIAB K98411 S DE ENTION $$ WORKERS COMPENSATION AND EM PLOYERS' LIABILITY ANY PROPRIEIOR/PARTNER/EXECUTIVE OFFICERnlEMBER EXCLUOEO' DESCRIPTION OF OPERATIONS below x ll STATUTE ER E L EACH ACCIDENT EL DISEASE - EA EMPLOYEE E L DISEASE , POLICY LIMIT 1 000 ,9oo C 644597 4 /t/2Ot1 A/t/2A7A 1, 000 , 000 1,000,000 A TlansportatioD PolLutlon A Professlonaf I,j'a.bility ECP201895410 ECp201895410 1/30/2016 1/30 /2016 1/30/2011 1/30/20!t $4 00O OO0 Aqgregate Lrm t $.4 00O m0 AOgregate Lmn s 1 , 000, 000 1,000,000$ DESC RIPIION OF OPERATIONS / LOCATION S / VEHrC LES {AcO RO 101 , Addataonal R6m arks Sc hedule, may be atla ched ir m ore space t3 .equtred ) Sewer Service Tee Repair - Phase 2 CERTIFICATE HOLDER CANCELLATION (208) 887-4813 City of Meridian Purchasing Manager 33 E Broadway Ave Meridj-an/ ID 83642 SHOULD ANY OF THE AAOVE DESCRIAEO POLICIES BE CANCELLED BEFORE THE EXPIRAIION DATE THEREOF, NOTICE WILL BE DELIVEREO IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE AI yshi.a canicle /AG a@ )34)\. t-,- - ACORD 25 (2014/01) lNS025 (2o140r l O 1988-2014 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORO Pipeline lnspeclron Services. lnc.Policy #ECP201895410 ENDORSEMENT This endorsement forms a part of the policy to which it is attached. Please read it carefully ADDITIONAL INSURED - BLANKET This endorsement modifies insurance provided under the following ENVIRONMENTAL COMBINEO POLICY ln consideration of the premium charged and notwithstanding anything contained in this policy to the contrary, it is hereby agreed and understood that this endorsement shall apply only to the Coverage Part(s) corresponding with the box or boxes marked below. COVERAGES PARTS A AND B _ GENERAL LIABILITY COVERAGE PART D _ CONTRACTORS POLLUTION LIABILITY SECTION lll - WHO lS AN INSURED is amended to include as an insured , with respect to Coverage A, B and D, any person(s) or organization(s) when you and such person(s) or organazation(s) have agreed in a written contract or written agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such written contract or written agreement must be in effect prior to the performance of your work which is the subject of such written conlract or written agreement. Such additional insured status applies only Under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY and COVERAGE B PERSONAL AND ADVERTISING INJURY LIABILITY for claims or suits resulting from: Your work performed for such person(s) or organization(s) in the performance of your ongoing operations for the additional insured, or 1 b. Your work performed for such person(s) or organizations(s) and included in the products-completed operations hazard 2 Under COVERAGE D CONTRACTORS POLLUTION LIABILITY for claims or suits arising out of pollution conditions that are the result of Your work performed for such person(s) or organization(s) in the performance of your ongoing operations for the additional insured, or a a O 2006 by Serkley Specafty U.deMrt. b. Your work performed for such person(s) or organ izatio n s(s) and included in the products-completed operations haza.d. With respect to damages caused by your work, as described above, the coverage provided hereunder shall be primary and not contributang with any other insurance available to those person(s) or organization(s) with which you have so agreed in a written contract or written agreement. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED, g l\,4anagers LLC. an affirialeofNauirus rnsurance company and Grear D,vide lnsurance coinpany Ar ights reservedO 1985-2006 by l.slrance Seruces Ofiice nc . matenat used by permrssron ECP 1004 04 10 Page 1 of I EE Pipeline lnspection Services, lnc Policy # K9841 1 ADDITIONAL INSURED -AUTOMATIC STATUS WHEN REQUIRED IN WRIT- TEN AGREEI\,IENT WITH YOU . PRIMARY cA 7214114-98) out of operations performed for the additional in- sured by you. 2. The coverage provided by this endorsement will be primary and noncontributory with respect to any other coverage available to the additional insured. 3. The Limits of lnsurance applicable to the addi- tional insured are those specified in the written con- tract or agreement or in the Declarations for this Coverage Form, whichever is less. These Limits of lnsurance are inclusive and not in addition to the Limits of lnsurance shown in the Declarations. This endorsement modifies insurance provided under the followingl BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRLER COVERAGE FORM 1. Who ls an lnsured under Section ll - Liability Coverage is amended to include any person or or- ganization with whom you have agreed in writing in a contract or agreement that such person or or- ganization be added as an additional insured on your policy. Such persons or organizations are addi tional insureds only with respect to liability arising O a m V 6 IR 4)-. c, v z z U aQi O O O O U C i, i C noa f A :- O' M N d C C oN Q c ON cO Q H U X 3 o a O) v w c _ Q c u O OO N d d' o nom. UEE F> d E c cuNF7W OE O Ov) o m w 0 O 0 0 0 o O O m a w E 0 d' O i N N N o wN NN Q I Nr- 1 C y ON W a' i al a/ DLL J O U ZO m co z z m n vz O O O C C O E N L- O N N d3 E EN U- DW v Ott Na G ai 4 :# tq0 co O a m V 6 IR 4)-. c, v U aQi O O O O U C i, i C noa O' m U, h N d C C N Q c ON cO Q U Q1 aoCo a O) v v o y vo O OO N MOW I o EE F> d O c U W inG 0 0 0 O 0 0 0 o O O to O Oc- 1 d' O iN N N MN wN NN NN N r- 1 W ON O N ON L~ ILL UN O O O O C C O O N N N N N N N N cN DW M M Na G ai c O mM 0 O Ea 0 0 n 0 7 U N LD U LL Va1 al U m a) 0 o J CL 4 :# tq0 co O N. V 6 U O O O O U C i, i noa O' Ln m U, h N I, o c O a) Q U Q1 o v v o y vo O OO N e I o Ln F> d O c U W inG 0 0 0 0 0 0 0 0 O O to O O c- 1 d' O iN N N MN wN NN NN Nr- 1 Ma - i ON O N ON ON O O O O O O O O N N N N N N N N M M M M M M M M O O O O 0 0 0 0 lD W LD W LD lD W WLL LL O h0 O N. V 6 O O O O lD N i, i O V noa O' Ln m U, h N I, N y OO N e I OLn Ln Ln Ln Ln Ln Ln inG O O lD N r 0 O V' n00 C d U W cu o i in in Ln in in t/? O 7 N N N 114 m a) 0 o O h0 O N. V 6 O O O O lD N i, i O V noa O' Ln m N N I, OO N e rl O O O O lD N r 0 OV' n00 in in Ln in in t/? N N m a) 0 J a CL 06a n JPJ.. LO C EE Y N a G oc 0 K vagi Q6 O a F v acE r E v CLm 11 W 0 0 0 0 0 0 0 0 0 0 0 0 N O N Mz* O ON Od` Oh O hOl O O www mtow in OO O0 O O O O O O O O NN N N N N N N N N N N wwM M w M wM wM vl M w M in M wM w M vl M wM 0 0 0 0 0 0 00 0 0 0 0 lD lD lD W W lD LD W W W tD LD i7DCalGWbAmcLa) C. OH f u 0NaaccccCDQf60