Loading...
Interagency Agreement Previously Approved by City Council, Approve the Not-To-Exceed Amount of $131,236.46 To pay (ACHD) for City Sewer Improvements Constructed by Alta Incorporated at West 1st Street, Br�E I DIAN�- Public IDAHO Works Department TO: Mayor Tammy de Weerd Members of City Council FROM: Troy Thrall Staff Engineer II DATE: June 30, 2017 Mayor Tammy de Weerd City Council Members: Keith Bird toe Borton Lulze Cavener Genesis Milam Anne Little Roberts Ty Palmer SUBJECT: IN ACCORDANCE WITH THE INTERAGENCY AGREEMENT PREVIOUSLY APPROVED BY CITY COUNCIL, APPROVE THE NOT -TO -EXCEED AMOUNT OF $131,236.46 TO PAY ADA COUNTY HIGHWAY DISTRICT (ACHD) FOR CITY SEWER IMPROVEMENTS CONSTRUCTED BY ALTA INCORPORATED AT WEST IST STREET, BROADWAY AVE TO PINE AVE.. ACHD PROJECTS 816003.005 AND CITY OF MERIDIAN PROJECT 10721.B. REQUESTED COUNCIL DATE: JULY 11th, 2017 I. RECOMMENDED ACTION A. Move to: In accordance with the Interagency Agreement previously approved by City Council, approve the not -to -exceed amount of $102,377.39 to pay ACHD for City sewer improvements constructed by Alta Incorporated at West 1St Street, Broadway Ave to Pine Ave. ACHD Projects 816003.005 and City of Meridian Project 10721.b 2. Authorize the Mayor to sign the agreement II. DEPARTMENT CONTACT PERSONS Troy Thrall, Staff Engineer II (PM) 489-0348 Clint Dolsby, Assistant City Engineer 489-0341 Warren Stewart, City Engineer 489-0350 Dale Bolthouse, Director of Public Works 985-1257 Page 1 of 3 III. DESCRIPTION A. Back round ACHD plans to reconstruct West 1St Street between Broadway Avenue and Pine Avenue. This includes adding curb, gutter, and sidewalks to both sides of the road. ACHD has agreed, per the approved interagency agreement, to include City sewer improvements as part of their project. They have incorporated these improvements in their plans and bid documents. B. Proposed Project The City intends to construct new collection sewer in NW 1St Street from Broadway Avenue to Pine Avenue. Overall the project will encompass approximately 650 lineal feet of 8 -inch sewer in NW 1St Street. An additional collection sewer in Idaho Avenue is required to serve homes fronting Idaho Avenue. This extension involves approximately 200 feet of collection sewer east of the intersection of NW 1" Street and Idaho Avenue. At this time existing sewer in the alleyways east and west of NW 1St Street will remain in service. Service stub -outs to the street right-of-way will be installed. Homes will be connected to the new sewer and the existing sewer in the alleyways will be abandoned in a future project. IV. IMPACT A. Strategic Impact: This project is aligned with the Public Works objective of being opportunistic in planning for growth and infrastructure needs. The construction impacts on the residents will be minimized by partnering with ACHD. B. Fiscal Impact: The costs of the City of Meridian infrastructure improvements are $102,377.39 and will be funded as shown below. Project Costs: Fiscal Year 2017 --------------------------------------------------------------------- -------------------------------- ConstructionCost ------------------------------------------------------------ ACHD Cost Share $8,383.59 ACHD Overhead Costs$5,118.87 ------------------ ---------------------------------------- -------------------------------- Contingency -15% $15,356.61 Total ; $131,236.46 Available Proiect Funding: Fiscal Year 2017 Account Code / Codes ---------------- Sewer Main Replacements 3590-950001 $131,236.46 Total Funding; $131,236.46 --------------------------------------------------------------------------------------------------------- Page 2 of 3 VI. TIME CONSTRAINTS ACRD plans to start construction on this project in Fiscal Year 2017. City approval of this agreement is required for ACHD to install sewer and water improvements, as part of their project. VII. LIST OF ATTACHMENTS A. ACHD Sewer and Water Bid Results Abstract B. Spreadsheet of Actual Cost Breakdown C. Interagency Agreement Approved for Council Agenda. Page 3 of 3 II i`EJate I� m rn r m rn Lo U) m (n cn r- LO O 06 ai �t ui (ri ri O U Y)� r N— N 00 CND CN7 O (D O U u) e» cq Gq is 6,)- »0 -.00 0 0 0 0 0 N N N N N N N C7 CO (O Co q CO Cl) U-) ui ui Lo ui Lo Lo N N N N N N N O O O O O O 00 N Co O O w r I� N N rn O (D o O (D ,- U) LO ,-- Q C7 r N d' C6 Z N (�) LL H) Ef} Efi d} Cfl* W. 6-1 6.) N O 0 0 0 O r 1� N m m It N r w CD M CO � N CO N Z 0 m coN L} E/} W- Cf} EPr 64 69 z V) w w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O "n w U a> a> U Z Q ~ P H w W O W m (n ( f 0 Z_ _0 N J Q N E(3U U ❑ LL 0 000 m m U Z Z Z Z 0 ❑ O c 0 0 0 = U U v U U U Q Q U 0 0 0 0 N LL LL LL LL LL Mn Q Q Q Q Mn cc cc Q m fm tm- n rn L (o N 00 00 69 cl w Q U) J Q H 0 i-- CA I" O (A o Il O CD Cl) 00 O Cl) N 00 U) T Cl? 06 C6 Z r rn r (O 000 o w Cl _0 (? Cl N r N u> a+ ^2 N LO d' N Lo O C 1„ O Opt O �- E a r va "F' m (n �r F» 6`� vi 00- 001 69- v O ❑ O1 W J Q U o 0, J Q N= Lo o U O Q O ❑ In @ v N D Q w CD �a (D o U �_ w p O V) V _� d S W J w U O ICU 0cco rn L (o N 00 00 69 cl w Q U) J Q H 0 i-- 1419 N)WI, ACHD December 12, 2016 TO: ACHD Commissioners, ACHD Director, ACIID Deputy Directors FROM: Ricardo Calderon, Project Manager SUBJECT: West I st Sheet, fliroadway Avenue to Pine Avenue Interagency Agreernent with City of Meridian for Sewer Improvements ACHD Project No. 816003.005 Consent Agenda: January 11, 2017 Kent Goldthorpe, President Paul Woods, Vice President Rebecca W. Arnold, Commissioner Sara M. Baker, Commissioner Jim D. Hansen, Commissioner Capital Projects Programmed Expenditures: FYI 7 & FYI 8 Budgets Prof. Services $5,000 2017 Construction —$315,000 2017 MDC Contribution $100,000 2017 LSonst, Engineering $5000 2017 1 E Necutive Summary West I't Street, between Broadway Avenue and Pine Avenue is scheduled for sidewalk construction in FYI 7. The scope of the project has increased and will now be completed in partnership with the City of Meridian to include an 8 inell- sewer line. The attached Interagency Agreement between ACIID and the City of Meridian provides for ACHD to construct the improvements and for the City of Meridian to reimburse ACHD for all actual costs. Furthermore, it specifies the exact payment and other responsibilities regarding these improvements. Staff recommends approval of the agreernent. Facts & Findings The project consists of the reconstruction of the road with curb, gutter and sidewalks on West I't Street between Broadway Avenue and Pine Avenue, including replacing substandard sidewalks and pedestrian ramps in accordance with the Downtown Meridian Neighborhood Plan. The project will improve pedestrian connectivity and safety for children walking to Meridian Elenientary School, After partnering with the City of Meridian, the scope of the project increased to include an 8 inch sewer line on West I" Street. Construction of the project is scheduled for Spring of FY2017. This agreement has been reviewed by the ACHD Legal Departnient. Fiscal Implications All cost for the sewer work will be reirnbursed by the City of Meridian. It is anticipated that the cost of the sewer N-vork will be approximately $165,000. These funds will be requested during the I" FYI 7 budget adjustment. Policy Implications This project was approved by the ACHD Commission as part of the FY16 Budget and the 2016-2020 Integl-ated Iqi,e )"em, ffloi-k Plan, adopted by the Commission October 28, 2015. Alternatives 1) Approve the Interagency Agreement with the City of Meridian. 2) Do not approve the agreement and provide staff with further direction, Recommendation Staff recommends Alternative 1: Approve the Interagency Agreement with the City of Meridian. ec: Dorrell Hansen, P.L. Dyan Bevins, P.C. Project rile INTERAGENCY AGREEMENT FOR; ROADWAY CONSTRUCTION/ WATER AND SEWER CONSTRUCTION WEST IST STREET — BROADWAY AVE TO PINE AVE ACHD PROJECT NO. 816003,005 THIS INTERAGENCY AGREEMENT FOR ROADWAY CONSTRUCTION/WATER AND SEWER CONSTRUCTION ("Agreement") Is made and entered into this day of 2016, by and between the ADA COUNTY HIGHWAY DISTRICT, a highway district organized under the lawn of the State of Idaho ("DISTRICT" or "ADHD"), and the CITY OF MERIDIAN, a municipal corporation organized under the laws of the State of Idaho ("Meridian" or "City"), regarding ACHD Project no. 816003.005 RECITALS WHEREAS, ACHD is a single countywide highway district, a public entity, organized and existing pursuant to Idaho Code Title 40, Chapter 14, as amended and supplemented, with the exclusive jurisdiction and authority to maintain, improve, regulate and operate public rights-of-way in Ada County; WHEREAS, City is a municipal corporation organized and operating pursuant to Idaho Code Title 50, as amended and supplemented with jurisdiction, authority and police power to regulate and control municipal activities within the City; WHEREAS, Idaho Code § 07-2332 provides that one or more public agencies may contract with any one or more other public agencies to perform any governmental service, activity or undertaking which each public agency entering into the contract is authorized by law to perform, provided that such contract is authorized by the governing body of each parity and that such contract shall set forth fully the purposes, powers, rights, objectives and responsibilities of the contracting parties; and WHEREAS, DISTRICT and City desire to undertake a cooperative effort to incorporate Into the DISTRICT'S road construction projects known as West 1sk St, Broadway Ave to Bine Ave ("Project or "Project Boundaries"), certain modifications or improvements to City owned facilities, including constructing sewer main lines and services, adjusting water valve boxes and manholes to grade, and correcting potable/non-potablo spacing Issues (collectively, "'City Sewer and Water improvements") as detailed in project no.816003,000, to be constructed pursuant to a separately -executed agreement between DISTRICT and the selected Contractor ("CONTRACT"); and WHEREAS, DISTRICT is willing to accommodate City's request by including the City Water and Sewer improvements in the Project plans, subject to the terms, conditions and obligations set forth in this Agreement and so long as DISTRICT receives assurances by the City that it will fully reimburse DISTRICT for all actual costs including, without Ilmitation, any indirect costs and expenses that DISTRICT incurs as a result of the additional work attributable to the modification or installation of the City Water and Sewer improvements within the Project Boundaries. NOW, THEREFORE, in consideration of the foregoing premises, mutual covenants and agreements herein contained, the parties hereto agree as follows: Page 1 of 8 1. DISTRICT SHALL: a. Be the party responsible for soliciting, receiving and opening of bids and for executing and administering the construction CONTRACT for the roadway reconstruction and City Water and Sewer Improvements referenced herein, which CONTRACT shall include, inter Alia, a provision that all work required for the City Water and Sewer Improvements shall be performed in conformance with the most current edition of the Idaho Standards for Public Works Construction (ISPWC) and the most current City of Meridian Supplemental Specifications to the ISPWC. b. Be the party responsible for the design, review and inspection of all stormwater related elements (including SWPPP design, enforcement, inspections and filing of Notices of Intent and Termination), of this project as the owner operator as defined in the current EPA Construction General Permit. c. Provide City with a complete set of combined bid documents for the roadway reconstruction, and for the City Water and Sewer Improvements. d. Furnish City with an abstract of all bids received, and obtain City's written concurrence with DISTRICT'S recommendation for award of the CONTRACT prior to making such award. City's concurrence shall specifically acknowledge that the City Water and Sewer Improvements are and shall be subject to the terms and conditions of this Agreement. If City does not concur, DISTRICT shall remove the City Water and Sewer Improvements and if necessary, rebid the Project. City shall be responsible and shall reimburse DISTRICT for any and all costs suffered by DISTRICT attributable to the removal of the City Water and Sewer Improvements from the Project and if applicable, the rebidding of the Project. e, Include in the CONTRACT, a term providing that City will have the right and authority to work directly with the Contractor to resolve any claims relating in any way to the City Water and Sewer Improvements and that any such claims will be reviewed, approved or denied by City including enforcement of the 2 year warranty period to be started at the date described in the final acceptance letter from the City of Meridian. Coordinate with City should any changes be made to DISTRICT's portion of the CONTRACT or work pursuant thereto that does or may impact the City Water and Sewer Improvements. g. Make monthly progress payments and the final CONTRACT payment to the Contractor in conformance with the terms of the construction CONTRACT. h. Submit to City a copy of each design consultant billing attributable to the City Water and Sewer Improvements if applicable and Contractor progress payment estimate, and the final CONTRACT payment estimate, as such estimates are approved by DISTRICT after obtaining City's concurrence regarding City's portion of the CONTRACT, together with an invoice for City's share of the construction CONTRACT costs earned by and to be paid to the Contractor. Page 2 of 8 As applicable, provide for the reference and replacement of all preexisting survey monuments within the Project. j, Provide the field survey and grade control necessary for construction of the roadway. Centerline or offsets and stationing shad be established prior to the City staking any sanitary sewer or potable water service lines, water valve boxes, manhole locations, and other City facilities, k. At the conclusion of the Project, submit to MERIDIAN written documentation of expenditures with an invoice for payment of all costs and expenses the DISTRICT incurs, in addition to those provided under paragraph 1.g, above, as a result of the additional work attributed to the City Water and Sewer Improvements within the Project Boundaries, including but not limited to, costs or changed conditions, plan errors and emissions, and delays attributable to design and/or installation of the City Water and Sewer Improvements. (City shall not be responsible for design, review, or Inspection of any stormwater related elements, as they are not a project operator.) 2. CITY OF MERIDIAN SHALL: a. Provide the inspection, field survey and grade control required for the installation of all City Water and Sewer Improvements incorporated into the Project and installed and adjusted under the CONTRACT and provide copies of appropriate tests and construction diaries to the District Project Representative as designated by DISTRICT, (City shall not be responsible for design, review, or Inspection of any stormwater related elements, as they are not a project operator.) b. ProvideDISTRICT with the special provisions if applicable, and stamped plans, bid quantities and an Engineers Estimate (or pursuant to Paragraph 1.g. pay the DISTRICT the actual cost if the DISTRICT'S' design consultant prepares the same for the City Water and Sewer improvements to be incorporated into the Project and included in the bid documents for the CONTRACT (all work required for the City Water and Sewer Improvements to be performed in accordance with the most current edition of the Idaho Standards for Public Works Construction (ISPWC), the City's Supplemental Specifications to the ISPWC, and the City's Revisions to the Standard Specifications). c. Remit to DISTRICT, within thirty-five (35) calendar days after the date of any Invoice referenced in paragraph 1.9., all funds for which MERIDIAN is responsible pursuant to the approved progress payment estimate and the final CONTRACT payment estimate. d, Remit to DISTRICT, within thirty-five (35) calendar days after the date of invoice referenced in paragraph 1.j., all funds for which MERIDIAN is responsible pursuant to this Agreement. a, Reimburse DISTRICT five percent (5%) of MERIDIAN'S construction costs attributable to the City Water and Sewer Improvements as payment toward the additional costs incurred by DISTRICT, including overhead and benefits, and project Page 3 of 8 administration costs which include but are not limited to: public advertisement of the Project, supplying bid plans, supplying construction plans, preparing and holding the preconstruction meeting, generating monthly pay estimates and paying the Contractor, preparing change orders, general construction project oversight, and maintaining construction project files. f. Reimburse DISTRICT for mobilization, traffic control, flagging, detours and weekly meetings on a prorated basis. The prorated basis for the above items will be calculated using the percentage of MERIDIAN's project costs as they relate to the total project construction costs. g. Provide (at City's sole costs) trench compaction testing for the City Water and Sewer Improvements from one -foot (1') above the pipe zone to sub -grade of the roadway section; trench compaction testing shall be provided at the minimum frequency rate of one (1) test per one thousand (1,000) lineal feet, minimum one (1) for every three (3) transverse trenches; provide all re -testing required in any area that does not meet CONTRACT requirements; and provide copies of tests for the area along the alignment of the pipeline to the designated DISTRICT representative. h. Be liable for the cost of repairing any trench failure attributable to the City Water and Sewer Improvements within the Project Boundaries, and be liable for and indemnify, defend and hold DISTRICT harmless for any and all costs, claims, and damages resulting from any such trench failure. Reimburse DISTRICT for any additional costs to DISTRICT over and above costs specifically enumerated herein, where such costs are attributable to the installations, adjustments, relocations and abandonments of the City Water and Sewer Improvements or to the removal of any or all items from the CONTRACT that are associated with the installation of the City Water and Sewer Improvements. Indemnify, save harmless and defend regardless of outcome, DISTRICT from expenses and against suites, actions, claims or losses of every kind, nature and description, including costs, expenses and attorney fees caused by or arising out of any negligent acts by City's officers, employees, agents or contractors while acting within the course and scope of their employment, which arise from or which are in any way connected to the City Water and Sewer Improvements. Such indemnification hereunder by City shall in no event cause the liability of City for any negligent act to exceed the amount of loss, damages, or expenses of attorney fees attributable to such negligent act, and shall not apply to loss, damages, expenses or attorney fees attributable to the negligence of DISTRICT. This duty to defend, indemnify and hold harmless is subject to the limitations of Idaho law, including Article VIII Section 3, Idaho Constitution and Idaho Code Title 6 Chapter 9 (the Idaho Tort Claims Act), and to any other limitations set forth in the Agreement. k. Work directly with the Contractor to resolve any claims relating in any way to the City Water and Sewer Improvements; any and all such claims will be reviewed, approved or denied by City shall indemnify, save harmless and defend regardless of outcome, DISTRICT from expenses and against suits, actions, claims or losses of every kind, Page 4 of 8 nature and description, including costs, expenses and attorney fees caused by or arising out of any and all such claims regardless of the outcome of the City's efforts to resolve said claims with the Contractor. 3. THE PARTIES HERETO FURTHER AGREE THAT: a. In accordance with Idaho Code § 67-2332, the purposes, powers, rights and objectives of each of the parties are as set forth in the Recitals above. Each of the Recitals above is incorporated into the body of this Agreement. b. The amount to be reimbursed to DISTRICT by City for City's portion of the Project shall be based on the actual quantities of work acceptably performed and/or installed, as determined from field measurements made by City, and paid for pursuant to the unit, and/or lump sum prices, established in the CONTRACT. c. DISTRICT shall obtain City's approval prior to commencement of any change order work involving the installations, adjustments, relocations and abandonments of City water or sewer facilities, d. Prior to commencement of work by the Contractor, the parties will, together with the Contractor, inspect within the entire Project Boundaries for the purpose of reviewing the Project to locate any unstable areas and to resolve any items of concern or misunderstanding. e. This Agreement may not be enlarged, modified, amended or altered except in writing signed by both of the parties hereto, All signatories to this Agreement represent and warrant thattheyhave the power to execute this Agreement and to bind the agency they represent to the terms of this Agreement. g. Should either party to this Agreement be required to commence legal action against the other to enforce the terms and conditions of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and costs incurred in said action. h. Any action at law, suit in equity, arbitration or judicial proceeding for the enforcement of this Agreement shall be instituted only in the courts of the State of Idaho, County of Ada. This Agreement shall be binding upon and inure to the benefit of the personal representatives, heirs and assigns of the respective parties hereto, j, Nothing in this Agreement shall be construed to be an indebtedness or liability in violation of Article VIII, Section 3 of the Idaho Constitution. Page 5 of 8 k. The validity, meaning and effect of this Agreement shall be determined in accordance with the laws of the State of Idaho. This Agreement and the exhibits hereto constitute the full and entire understanding and agreement between the parties with regard to the transaction contemplated herein, and no party shall be liable or bound to the other in any manner by any representations, warranties, covenants or agreements except as specifically set forth herein. m. The promises, covenants, conditions and agreements herein contained shall be binding on each of the parties hereto and on all parties and all persons claiming under them or any of them; and the rights and obligations hereof shall inure to the benefit of each of the parties hereto and their respective successors and assigns. n. If any part of this Agreement is held to be illegal or unenforceable by a court of competent jurisdiction, the remainder of this Agreement shall be given effect to the fullest extent reasonably possible. o. The failure of a party to insist on the strict performance of any provision of this Agreement or to exercise any right or remedy upon a breach hereof shall not constitute a waiver of any provision of this Agreement or limit such party's right to enforce any provision or exercise any right, No acknowledgments required hereunder, and no modification or waiver of any provision of this Agreement or consent to departure therefrom, shall be effective unless in writing and signed by DISTRICT and City. p. The headings used in this Agreement are used for convenience only and are not to be considered in construing or interpreting this Agreement. q. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but both of which together shall constitute one and the same. r. The parties hereto agree that nothing herein contained shall be construed to create a joint venture, partnership or other similar relationship which might subject any party to liability for the debts and/or obligations of the others, except as otherwise expressly agreed in this Agreement. s. This Agreement is not intended to create, nor shall it in any way be interpreted or construed to create, any third -party beneficiary rights in any person not a party hereto. t. All parties have been represented by legal counsel, and no party shall be deemed to be the drafter of this Agreement for purposes of interpreting an ambiguity against the drafter. u. Time shall be of the essence for all events and obligations to be performed under this Agreement. Without limiting the foregoing, in the event that City does not timely comply with any of its obligations hereunder, DISTRICT shall have no obligation whatsoever to incorporate, facilitate, and/or complete the City Water and Sewer Page 6 of 8 Improvements, regardless of whether prior approval has been given by DISTRICT to City, IN WITNESS HEREOF, the parties hereto have executed this Agreement on the day and year herein first written. ATTEST, ADA COUNTY HIGHWAY DISTRICT By. By: QA• lj, Bruce S, X-entae01dowpe ?Md W604 Director President, Board of Commissioners STATE OF IDAHO ) ) ss. COUNTY OF ADA ) On this I1 day of undersigned, personally appears of the Board of Commissioners and 7 DISTRICT, a body politic and corporat( subscribed to the within instrument, and and on behalf of said body, `Zt3�before me, the and BRUCE S, WONG, President ctor respectively of the ADA COUNTY HIGHWAY known to me to be the persons whose names are l(nowledged to me that they executed the sante for IN WITNESS WHEREOF, I have hereunto set my han day and year first above written, Notary PulStia Residing at_ My commiss affixed my official seal the Idaho Idaho re%gust 13, 2019 wage f or u By: C,Jay Coles City Clerk Tammy L, de We©rd Mayor STATE OF IDAHO ) ) ss, COUNTY OF ADA ) On this 12" day of c � b - , 2016, before me, the f undersigned, personally appeared TAMMY L. DE WEERD and d atmee�May Anand City C')6e _ Clerk respectively of CITY OF MERIDIAN, a municipal corporation, known to me to be the "��' persons whose names are subscribed to the within Instrument, and acknowledged to me that they executed the same for and on behalf of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first above written. (i t r Notary Public for Idahe ' Residing at , Idaho My commission expires; •�,��1'1'f ll1' Pace 0 of 8 BID ABSTRACT Cj j� i Contract Number CT217-21 Contract Name West 1st Street, Broadway Avenue to Pine Avenue BidDate 2/22/2017 Bidders 01 Bidder Alta Incorporated 02 Bidder Idaho Materials & Constru 03 BidderlKnife River 04 Bidder Hawkeye Builders 1.4.1.B.1 Clearing and Grubbing 1 LS $2,500.00$2,500.00 01 Bidder $7,035.60 02 Bldderj $6,935.00 ( $6,935.00 03 Bidden $4,500.00 I $4,500.00 04 Bidder $000. $11,000.00,6 1,4.10 Removal of Obstructions 1 LS $5,000.00 $5,000.00 01 Bidder $9,041.00 I $9,041.00 02 Bidder $3,203.00 $3,203.00 03 Bidder; _$10,000.00 $10,000.00 04 Bidder$6,956.00 $6,956.00 2.4.1,A.1 Excavation (Plan Quantity) 2503 CY $13.00 $32,539.00 01 Bidder) $7.79 - $19,498.37 02 Bidden $1830 $45,804.90 103 Bldder__$i1.00 I $27,533.00 1 -04-Bidder :'' $17.35 $43,427.05 ?.4.5.A,1 Unsuitable Material Excavation 125 1 CY $25.50 $3,187.50 01 Bidden $21.72 j $2,715.00 02 Bidder) $51.10 I $6,387.50 ( 03 Bidder $25.00 ( $3,125.00 04 Bidder $33.00 $4,125.00 1.4.1.A.05 4" Storm Drain/Culvert/Gravity Irrigation Pipe, Class PVC SDR 35 15 1 LF $20.00 $300.00 01 Bidder, $34.56 _04 Bidder $29.25 $518.40 $438.75 02 Bidder $15.80 $237.00 103 Bidder $55.00 $825.00 .4.1.A.05 8" Storm Drain/Culvert/Gravity Irrigation Pipe, Class PVC C900 82 LF $32,00 $2,624.00 01 Bidden $25.77 04 Bidder $32.75 i $2,113.14 $2,685.50 02 Bidder' $33.30 $2,730.60 03 Bidder $37.00 $3,034.00 .4.I.A.05 .4A.F.1 12 Storm Drain/Culvert/Gravity Irrigation Pipe, Class PVC C900 01 Bidder $36.43 I $2,768.68 02 Bldderj $41.20 04 Bidder $39.75 i $3,021.00 Catch Basin -Type 1 _ 76 LF $3,131.20 03 Bidder 4 1 EA $34.00 $61.00 $832.00 $2,584.00 $4,636.00 $3,328.00 .4A.H.1 01 Bidder $1,250.00 04 Bidder $1,050.00 Precast Sediment Box -Size $5,000.00 $4,200.00 1000 Gallon 02 Bidder $1,350.00 $5,400.00 03 Bldderj 2 1 EA $990.00 I $3,250.00 $3,960.00 $6,500.00 01 Bidder $3,171.90 $6,343.80 02 Bidder $3,272.00 $6,544.00 03 Bidder $4,000.00 $8,000.00 4.1.N.1 04 Bidder; $4,398.00 $8,796.00 Precast Concrete Irrigation Structure - Size 30" Standpipe I 2 I EAI $2138.00 $4,276.00 01 Bidder $1,107.90$2,215.80 04 Bidder $1,530.00 � $3,060.00 01 Bldderj $1,512.00 I $3,024.00 ( 03 Bidder $1,700.00 I $3,400.00 1 4.1.A.5 Standard 6 -inch Vertical Curb & Gutter 1218 1 LF $17.50 $21,315.00 Bi 01 Bidder $19.04 04 Bidder $25.75 ( $23,190.72 $31,363.50 02 Bidder $'-2-1.60-1- $26,308.80 03 Bidder, $15.00 _______ ___. $18,270.00 4.1.D.1 Concrete Steps 40 SF $25.00 $13000.00 01 Bidder' $6.72 _ _ $268.80 _ 02 Bidder $16.30 - $652A0 03 Bidden $16.00 $640.00 4.1,E,1 04 Bidder' $69.50 I $2,780.00 Concrete Sidewalks thickness _ 5 -Inch 1 567 1 SY l_ $37.00 $20,979.00 01 Bidder $40.81 1 _ $23,139.27 02 Bidder$24,551.10 -- 03 Bidder; $3000 $17,010.00 04 Bidder, $45,00 $25,515.00 1.1.FA Concrete Driveway Approach 01 Bidder $59.98 , 04 Bidder, $63,50 ' $9,236.92 -- $9,779.00 02 Bidden $56.50 I 154 SY $8,701.00 103 Bldderj - $39.00 $31.00 I $6,006.00 $4,774.00 2/23/2017 CT217-21- West 1st Street, Broadway Avenue to Pine Avenue Page 1 UZ 1.B.1 10802.4.1.B.1 01 Bidder:$116.04; $2,088,72 02 Bldderj $63.50 103 Bidder! $35.00 $630.00 04 Bidder: $110.00 $1,980.00 01 Bidder: $68.88 04 Bidder. $77.80 _$1,143.00 $29,067.36 $32,831.60 01 Bidderl Pedestrian Ramp w/Detectable Warning Domes, Type _ A 8 EA $1,150.00 $9,200.00 Ol Bldder $1,680,00 B -$ 04 Bidder $2,055.00 $13,440.00 -. I $16,440.00 02 Bidder: $1,914.00 $15,312.00 j 03 Bidder' - $990.00 j - $7,920.00 Minus Uncrushed Aggregate Base 6" 01 Bidder$2.24 04 Bidder: $3.35 F $672.00 02 Bidder _ $1,005.00 2637 1 TN $12.50 $32,962.50 01 Bidder $10,86 j $28,637.82 - 04 Bidder: $15.95 $42,060.15 Crushed Aggregate for Base Type -1 02 Bidder $13.50 - $35,599 50 j 03 Bidder; I 978 I TNI $12.00 1 $16.50 $31 644.00 $16,137.00 01 Bidder: $18.31 j $17,907.18 02 Bldder $19.60 1 $19,168.80 03 Bidder', $30.00 $29,340.00 04 Bidder $22.25 i $21,760.50 04 Bidder) $45.00 ! $495.00 I0814.4.1.A.1 Plant Mix Pavement - Superpave SP-_ 3 I 422 1 TN $75.00 $31,650.00 01 Bidder: $68.88 04 Bidder. $77.80 $29,067.36 $32,831.60 01 Bidderl $71.00 $29,962.00 1 03 Bidder $75.00 j $31,650.00 1003.4.1.8.1 Biofilter Bags 300 LF $3,00 $900,00 01 Bidder$2.24 04 Bidder: $3.35 F $672.00 02 Bidder _ $1,005.00 $2,80 $840,00 103 B d� der! $2.80'- - $840.00_ 1006.4.1.0 inlet Protection 11 I EA $73.00 $803.00 01 Bldderj$7- 2.00 $792.00 02 Bidder! $56.00 1 $616.00 03 Bldder; $60.00 $660.00 04 Bidder) $45.00 ! $495.00 1102.4.1.F.1 Junction Box SAOT/ADA 6 EA $550.00 $3,300.00 01 Bldder: $743.68 $4,462.08 02 Bidder $717.00 $4,302.00 03 Bidder! $730.00 ! $4,380.00 04 Bidder ' $835.00__IL $5,010.00 1103.4.1.B.1 Traffic Control Signs OI Bidder $6.72 ! 04 Bidder $6.70 ( $3,628.8002 $3,618.00 Bldderj $7.55 j 540 1 SF $4 077.00 j 03 Bldderj $5.00 $6.00 1 $2,700.00 $320.00 1103.4A.C.1 A Traffic Control Barricades, Type II 6 1 EA $35.00 $210.00 01 Bidder' $39.20 j _ $235.20 0213 $16.20 I $97.20 103 Bidder] $40.00 $240.00 04 Bidder; $39.00 $234.00 1103-A.1.C.1 B Traffic Control Barricades, Type III EA t $50.00 $400.00 01 Bidder $61.60 04 Bidders $61.00 $492.80 $488.00 02 Bidderj $34.60 j _81 $276.80 103 Bidder,"$60.00 1 480.00 1103.4.1.D.1 Traffic Control Drums 160 EA $12.81 $768.75 01 Bidder, $16.80 04 Bidder $17.00 1 $1,008.00 $1,020.00 02 Bldder . - $15.10 $906.00 103 Bidder $15.00 j $900.00 1103.4.1.1.1 Traffic Control Flaggers 25 MH $22.00 $550.00 01 Bidder $22.40$560.00 04 Bidder $22.25 i $556.25 02 Bidder,'$25.90 I $647.50 j 03 Bidderj $35.00 $875.00 1103.4.1.J.1 Traffic Control Maintenance 80 MH $25.67 $2,053.34 01 Bidder $3136 - - -- 04 Bidder $31.00 $2,508.8002 - $2,480.00 Bldder $30.20 $2 416.00 ! 03 Bidder' $35.00 I $2,800.00 1131.01.07 A Install Street Lighting Conduit 1-2" RPC 567 LF $8.00 $4,536.00 01 Bidder' $12.09 ! $6,855.03 02 Bidder $6,633.90 03 Bidder; $11.00 $6,237.00 1131,01.07 04 Bidder $25.50-T $14,458.50 B Install Street Lighting Conduit 2-2" RPC (Bored) _$11.70 130 LF $21.67 $2,816.67 01 Bidder, $41.16 $5,350.80 02 Bidder 03 Bidder! $38.00 $4,940.00 04 Bidder) $50.00 $6,500.00 ___139.70j__$5,161.00 01 Bidder: $24,682.11 04 Bidder' $22,031.45 $22,031.45 2/23/2017 CT217-21 - West 1st Street, Broadway Avenue to Pine Avenue Page 2 1:A.1 06004 ISP 20009A 01 Bidder,, $560.00 $560.00 02 Bldder] $1,080.00 j $1,080.00 j 03 Bldder', $750.00 j $750.00 04 Bidder: $500.00 $500.00 $32.40. $777.60 1 03 Bidder $27.00 $648.00 SP 25002 Manhole, Type, Adjust to Grade Barrier 1 EA$580.00 29 1 CY $580.00 01 Bldder 04 Bidder, $480.00 $500.00 1 j $480.00 $500.00 02 Bidder,' $702.00 $702.00 03 Bidder, $750.00 1 $750.00 Seepage Bed _ depth x_ width, Pipe Size _" 4.5'x11', 18" 144 1 LF $140.00 $20;160.00 01 Bidder i $18,452.16 02 Bidder $128.14 � 04 Bidder $130.00 $18,720.00 Remove and Replace - Chain Link Fence - Height, ft $86.80 -4 $12, ,' 499 20 03 B�dderj I 62 I LFI $180.00 $30.00 - - $25920 .00 $1,860.00 01 Bidder, $20.51 $1,271.62 02 Bidder] $32.40 1 $2,008.80 o3 Bidder,' $22.00 $1,364.00 04 Bidder) $27.50 Storm Water Management Plan Preparation & Approval $1,705.00 1 LS I $1,500.00 $17600.00 01 Bidder. $1,008.00 (SP 20009F Remove and Replace - Vinyl Panel Fence - Height, ft _ 4 24 1 LF 1 $30.00 $720.00 01 Bidder $41.00 $984.00 04 Bldder$27 50� $660.00 02 Bidders $32.40. $777.60 1 03 Bidder $27.00 $648.00 SP 25002 Ornamental Rock & Weed Barrier 29 1 CY $68.43 $1,984.57 01 Bidder. $92.31 ` $2,676.99 04 Bidder, $89.00 I $2,581.00 02Bldderl $75.60]_ $2,192.40 1 03 Bldderj_ $75,00 $2,175.00 SSP 02020 Gravel Repair 70 SY $16.67 $1,166.67 01 Bidder $22.65 $1,585.50 02 Bldderj $13.00 1 $910.00 103 Bidder! $10.00 I $700.00 04 Bidder, $19.50 $1,365.00 SSP 06013 Storm Water Management Plan Preparation & Approval 1 LS I $1,500.00 $17600.00 01 Bidder. $1,008.00 I $1,008.00 62-idderr $2,700.00 $2,700.00 03 Bidder; $2,000.00 $2,000.00 04 Bidder $1,115.00 $1,115.00 SSP 08125 Asphalt Repair- Other 01 Bldder. $52.40 1 $6,550.00 , 04 Bidder $40.15 I $5,018.75 02 Bidder,' - $27.80 1 -- 125 I SY $3 475.00 03 Bidders $26.67 $35.00 ! $3,333.34 $4 375 00 - - SSP 09011A 6' Diameter Orchard Valve 1 EA $350.00 $350.00 01 Bidder! $528.00 $528.00 02 Bldderj $322.00 I $322.00 ( 03 Bldderj $500.00 I $500.00 04 Bldder' $645.00 $645.00 SSP 20003 Temporary Construction Fencing 200 1 IT $3_.38 $676.66 01 Bidder $3.84 _ 04 Bidder $9.80 $768.00 $1,960.00 02 BldderI 1 $_4.30$860.i003 Bidder $3.00 I $-600.00 SSP 25050 4" Topsoil - T231 I SY $5.43 $1,254.15 01 Bidder $5.02 04 Bidder -$10.00-I $1,159.62 02 Bidder $2,310.00 $6.50 $1,501.50 03 Bidder $6.00 _ $1,386.00 !. SSP 29065 Sod Repair 231 1 SY $9.67 $2,233.01 01 Bidder $5.60 j - - --- 04 Bidder, $10.00 $1,293.60 $2,310.00 02 Bidder,' $6.50 ,' - - $1,501.50, 03 Bidder) $10.00 ,' $2,310.00 SSP 29090 Trim Tree 1 EA $366.67 $366.67 01 Bidder $56.00 i 04 Bidder $222.00 $56.00 $222.00 02 Bidder $54 00 $54.00 103 Bldderj $100.00 $100 00 SSP 29093 Remove Tree 6" +4 EA $443.00 $1,772.00 01 Bidder' $1,238.15 $4,952.60 02 Bidder', $810.00 $3,240.00 03 Bidder $825.00 $3,300.00 04 Bidder; $835.00 j $3,340.00 04 Bidder 2/23/2017 CT217-21 - West 1st Street, Broadway Avenue to Pine Avenue Page 3 Estimate $294,035.220 01 Bidden i � $302 020.09 � 02 Bidder $345,861.80 03 Bidder $333,461.00 � 04 Bidders ' $378,157.00 3 10205,4.1.13.1 Dewatering 01 Bidder $12,060.00 j $12,060.00 02 Bidden- $3,974.00 ( --L 1 _LLS $20 000.00 T $3,974.00 03 Bidder $1.00 $20,000.00 $1.00 04 Bidder $9,100.00 1 $9,100.00 18.4.1.C.1 0304.0.13.1 Trench Foundation Stabilization Material 72 LF 1 $12.00 300 1 TN $28.57 $8,571.00 01 Bidder' $14.80 ` $4,440.00 02 Bidderl $10.30 1 $3,090.00 103 Bidder] - $16.00 $4,800.00 04 Bidder' $36.35 $10,905.00 11.4.1.A,1 Water Main Pipe Size 8" - Type PVC (Dry Line) 0306.4.1.D.1 Imported Trench Backfill 86 1 LF $45.00 $3,870.00 900 1 TN $25.00 $22,500.00 01 Bidder _ 04 Bidder $8.00 $7,200.00 -- $22.20 $19,980.00 02 Bidder] - - $7.00 I $6,300.00 1 03 Bidden -- $13.00 1 $11,700.00 -- 0307.4.11.1 Type 'C Surface Restoration (gravel roadway) 8 SY $22.00 $176.00 01 Bidder $97.65 1 $781.20 02 Bidder) $97.20 $777.60 03 Bidden $20.00 ( $160,00 ui Biaaer - $4U8.UU j Z04umuu 02 Bidden $823.00 1 $823.UU i 03 Bidden $1,200.00 $1,200.00 04 Bidder $1,114.00 ; $1,114.00 0404.4.1.8.1 Remove and Reset Water Service (Double) 1 EA 1 $1,500.00 $1,500.00 01 Bidder) $696.00 ! $696.00 02 Bidder) $733.50 $733.50 103 Bidder) $1,500.00 $1,500.00 04 Bidder $1,050.00 $1,050.00 2/23/2017 CT217-21 - West 1st Street, Broadway Avenue to Pine Avenue Page 4 01 Bidder, $22.691 $3,743.85 02 Bidder] $11.90 1 $1,963.50 1 03 Bldder]_ $35.001_ $5,775.00 04 Bldder" $18.00 j $2,970.00 18.4.1.C.1 PVC Casing Sleeve -Type "Sewer Service" 72 LF 1 $12.00 $864.00 01 Bidder; $30.00 $2,160.00 02 Bldder $13.60 -- $979.20 03 Bidder] --i $15.00 r $1,080.00 i 04 Bldder $27.00 $1,944.00 11.4.1.A,1 Water Main Pipe Size 8" - Type PVC (Dry Line) 86 1 LF $45.00 $3,870.00 01 Bidder! $32.84 ! $2,824.24 02 Bidder) $31.10 l $2,674.60 1 03 Bidder $45.00 1 $3,870.00 04 Bidder ' $42.00 1 $3,612.00 1.4.1.A.1 Water Main Pipe - Size 6" - Type PVC 20 1 LF $60,00 $1,200.00 01 Bldder; $39.90 04 Bldder: $25.75 $798.00 $515.00 02 BidderT $25.40 i $508.00 l 03 Bidder ) $45.00 1 $900.00 1.4A.C.1 Hot -Tap Water Main Connnection (10 -inch by 6 -inch) 1 EA $4,500.00 $4,500.00 01 Bidder, $1,224,00 04 Bidder: $2,357.00 1 $1,224.00 $2,357.00 02 Bidder' $4,331.00 I $4,331.00 03 Bidder] $1,500.00 $1,500.00 1.4.1.DA Abandon Misc. Water Item - Gate Valve 1 EA $1,500.00 $1,500.00 1.4.1.D.1 01 Bidder, $486.00 $486.00 02 Bidder 04 -Bidder $1,726.00 $1,726.00 Abandon Misc. Water Item - Water Service Connection $330.50 I $330.50 1 03 Bidden 1 I EAI $500.00 I $500.00 $500.00 $500.00 ?.4.1.A.1 Ol Bidder' $372.00 $372.00 04 Bidder' $759.00 I $759.00 Water Gate Valve - 6 -Inch 02 Bidder $270.00 I $270.00 ( 03 Bldderl 1 EA 1 $1,000.00 I $1,200.00 $1,000.00 $1,200.00 1.4.1.13.1 01 Bidder $1,068 00 $1,068.00 02 Bidder) 04 Bidder $1,044.00 $1,044.00 --- - - --- _ ._------------_- Remove and Reset "Fire Hydrant Assembly' $908.50 l $908.50 03 Bidder' l 1 EA $1,000.00 $3,000.00 $1,000.00 $3,000.00 01 Bidder' $1,200.00 t 04 Bidden $1,412.00 1 $1,200.00 $1,412.00 02 Bidder) _ $940.50 $940.50 l 03 Bidder $2,100.00 $2,100.00 A.1.A1 Water Service Connection -1-inch Main 1 EA 1 $1,000.00 $1,000.00 ui Biaaer - $4U8.UU j Z04umuu 02 Bidden $823.00 1 $823.UU i 03 Bidden $1,200.00 $1,200.00 04 Bidder $1,114.00 ; $1,114.00 0404.4.1.8.1 Remove and Reset Water Service (Double) 1 EA 1 $1,500.00 $1,500.00 01 Bidder) $696.00 ! $696.00 02 Bidder) $733.50 $733.50 103 Bidder) $1,500.00 $1,500.00 04 Bidder $1,050.00 $1,050.00 2/23/2017 CT217-21 - West 1st Street, Broadway Avenue to Pine Avenue Page 4 I0404.4.1.C.1 Water Service Line - 1 -inch— 01 Bidder 'Alta Incorporated 169 1 LF 1 $20.00 $3,380.00 J I 01 Bidder $19.05 j $3,219.45 02 Bidder $28.90 L_ 4,884. $10 103 Bidder; $31.00 I $5,239.00 $404,397.48 04 Bidder, $19.85 $3,354.65 Schedule 1 $345,861.80 0405.4.1.A.1 Non -Potable Waterline Crossing $99,634.00 8 1 EA $1,500.00 $12,000.00 01 Bidder $120.00 04 Bidder, $703.00 I $960.00 $5,624.00 02 Bidden $1,890.00 I $15,120.00 1 03 Bidder $900.00 I $7,200.00 0501.4.1.B.1 Gravity Sewer - 8 -inch PVC — — - —--- — 823 1 LF $55,00 $45,265.00 10501.4.1.F.1 01 Bidder $35.55 $29,257.65 04 Bidder $40.85 ! $33,619.55 Connect to Existing Sewer or Manhole 02 Bidder $17 50 ( $14 402 50 03 Bidder _— I 1 I EAI $40.00 I $1,500.00 $32 920.00 $1,500.00 01 Bidder$1,563.00 j $1,563.00 02 Bidders $4,514.00 $4,514.00 03 Bidder' $1,500,00 $1,500.00 04 Bidder $4,550.00 $4,550.00 $1,818,682.28 0502.4.1.AA Sanitary Sewer Manhole - 48 -inch Type A 3 EA 1 $3,500.00 $10,500.00 01 Bidder $2,624.00 04 Bidder $4,550.00 I $7,872.0001 $13,650.00 B -h $3,132.00 $9,396.00 03 Bidder; $3,500.00 $10,500.00 - 0503.4.1.AA Mainline Clean-out, 8 -inch Type'T' 1 EA 1 $1,250.00 $1,250.00 01 Bidder $1,128.00 I $1,128.00 02 Bidderl $371,50 $371.50 03 Bidder` $1,500.00 1 $1,500.00 04 Bidder. $737.80 I $737.80 01 Bidder', $35.30 j $18,356.00 02 04 Bidder $28.00 $14,560.00 12020.4.1.F,1 Reference and Reset Monuments _ 1 EA I $500.00 $500.00 01 Bidder $560.00 j $560.00 02 Bidder $918.00 $918.00 103 Bidder! $1,000.00 $1,000.00 04 Bidder; $556.00 1 $556.00 Estimate $166,646.00 377.39, '02 Bidder $99,634 00 03 Bidder. $121,905.00 01 Bidder] $102, 1 04 Bidder $135,266.00 1 Estimate $460,681.20 2/23/2017 CT217-21 - West 1st Street, Broadway Avenue to Pine Avenue Page 5 Contract Totals 01 Bidder 'Alta Incorporated Schedule_ 1 I $302,020.09 Schedule 2 - City of Meridian - NW 1st Street Sewer ! $102,377.39 j $404,397.48 02 Bidder Idaho Materials & Constru Schedule 1 $345,861.80 Schedule 2 - City of Meridian - NW 1st Street Sewer $99,634.00 $445,495.80 03 Bidder .Knife River Schedule 1 ! $333,461.00 Schedule 2 - City of Meridian - NW 1st Street Sewer I $121,905.00 — — - —--- — — L_—�_ $455,366.00 04 Bidder Hawkeye Builders Schedule 1 $378,157.00 — Schedule 2 - City of Meridian - NW 1st Street Sewer $135,266.00 $513,423.00 $1,818,682.28 $460,681.20 2/23/2017 CT217-21 - West 1st Street, Broadway Avenue to Pine Avenue Page 5