Change Order to ACHD Franklin Rd - Black Ca Water-Sewer Page 1
Memo
To: C. Jay Coles, City Clerk,
From: Keith Watts, Purchasing Manager
CC: Jared Hale
Date: 10/11/2017
Re: October 17 th City Council Meeting Agenda Item
The Purchasing Department respectfully requests that the following item be placed on the
October 17 th City Council Consent Agenda for Council’s consideration.
Approval of Change Order 1 to ACHD for the “Franklin Rd. Black Cat to Ten Mile Rd.
Water and Sewer Improvements” project for a Not-To-Exceed amount of
$304,000.00 in conjunction with the Interagency Agreement dated January 20, 2016.
Recommended Council Action: Award of Change Order 1 to ACHD for the Not-
To-Exceed amount of $304,000.00 and authorize the Purchasing Manager to
sign.
Thank you for your consideration.
City of Meridian
Purchasing Dept.
1DIA14q,.-.1-
C>((,R--
Public IDAH�
Works Department
TO: Keith Watts
FROM: Jared Hale
Engineering Project Manager
DATE: October 6, 2017
Mayor Tammy de Weerd
City Council Member::
Charlie Rountree
Keith Bird
Joe Borton
Lul?e Cavener
Genesis Milam
David Zaremba
SUBJECT: CHANGE ORDER NO. 1 FOR WATER AND SEWER IMPROVEMENTS
TO BE INCLUDED WITH THE FRANKLIN ROAD, BLACK CAT ROAD
TO TEN MILE ROAD WIDENING PROJECT FOR AN AMOUNT NOT
TO EXCEED $304,000.
I. DEPARTMENT CONTACT PERSONS
Jared Hale, Engineering Project Manager 489-0352
Clint Dolsby, Assistant City Engineer 489-0341
Warren Stewart, City Engineer 489-0350
Dale Bolthouse, Director of Public Works 985-1257
II. DESCRIPTION
A. Background
The City of Meridian is working in conjunction with Ada County Highway
District (ACRD) and Idaho Transportation Department (ITD) on the construction
of water and sewer improvements with the Franklin Road, Black Cat to Ten Mile
Road widening project.
The project included the construction of approximately 3,100 linear feet of sewer
main and 1,500 linear feet of water main in Franklin Road and 1,000 linear feet
of sewer main and 1,000 linear feet of water main in Black Cat Road.
Because this was a federal aid project, the City was required to prepay ACHD
$971,000 before construction started based off of the engineer's estimate. This
estimate did not include the City's share of ACHD's overhead, traffic control,
and mobilization costs. During the construction process, there was an
unforeseen condition and a scope change.
Page I of 2
B. Proposed Project
The ACRD construction cost share and administration fees have not been
calculated yet, but they are estimated to be about $80,000.
Early on in this project we ran into four issues that affected the backfill
quantities: high groundwater, above average precipitation, a thick clay layer, and
cold weather. The plans originally called for 1,000 tons of imported backfill.
Because of unsuitable soil conditions, the total pit run used on this project was
about 14,000 tons. The initial bid price for the pit run was $20.33 per ton, which
we were charged for the first 1,250 tons. We were able to do a unit price
reduction to $16 per ton for the additional 12,750 tons. The total cost for the
import is $229,412.50, which is $209,082.50 more than the original bid amount.
Additionally, two sewer manholes needed a spray on coating due to exposed
aggregate in the manholes. This was an unexpected cost that added to the project
cost. We incorporated it into this project because the pricing was reasonable and
traffic control cost would cause the cost to be much higher in the future.
III. IMPACT
A. Fiscal Impacts
The enhancements associated with the project are Sewer Main Extensions
Enhancement and Water Main Extensions Enhancement which has a total value
of $3,500,000.00. The construction cost for this project is estimated to be
$1,27500.00.
Project Costs:
Fiscal Year 2017
GL Account Code
_---__----
Construction -Sewer
_. _------ -----
60-3590-93505
_---_____--__--______
$771,000.00
Construction -Water
_ - - ------ _-_-----------
60-3490-96140
_---------
$200,000.00
- -_.
----------- -
Total
- -- -----------
-------
$971,000.00
-------------------- .
--_- _--- ----------- -----
Fiscal Year 2018
- - - - -
- -----------_-----
- - -
Change
Change Order #1 -Sewer
------------ - -----_--------- ------------
60-3590-93505
--------------------
------- - --
$229,000.00
--- - ---
Change Order #1 -Water
-- - - ---
----------------- -
- -----------__--------------- - -
; 60-3490-96140
------------- -------------- -
-
- - $75,000.00
Total
$304,000.00
_- _---------------
------------- - _-___---_-----------
Total Construction Cost
- _ -----------
- -- ------------------------ ------
$192759000.00
--------------------
- __ ---
Total Funding Available
- - - _
s
--- ---
$395009000.00
Approved for Council
Page 2 of 2
1511.112
at
C�E IDIAN
CITY OF MERIDIAN
33 EAST BROADWAY
MERIDIAN, ID 83642
CHANGE ORDER
CHANGE ORDER NO. 1
PROJECT NO. 10369
CHANGE ORDER DATE: 9/21/2017
EFFECTIVE DATE:
CONTRACTOR: Ada County Highway District
PROJECT: Construction Contract - ACHD - Franklin Rd., Black Cat to Ten Mile Rd Water and Sewer Improvement
The Contractor is hereby directed to make the following changes from the Contract Documents and Plans.
Description of additional work: (attach additional pages if needed)
See attached sheet for details.
WHO REQUESTED THE CHANGE City ❑ Contractor
WHY IS THE CHANGE NECESSARY
Check all that apply
Q Unforeseen / Hidden Conditions Scope Change
❑ Error with the Plans and/or Specifications ❑ Other - describe below
Explanation:
The existing soil conditions, high water table, above average winter and spring precipitation were all unforeseen conditions. Coating
the manholes with Sprayroq is a needed scope change. Paying the additional ACHD fees were not taken into account with the
initial cost estimate.
REASON FOR CHANGE ORDER VS. BIDDING ADDITIONAL WORK
Check all that apply
The work is in the area of the original contract and a conflict with the on-site contractor is probable and
would make coordination of work difficult and bidding unreasonable.
Time is of the essence and bidding would require the contractor to stop work and the City would face
costly standby fees therefore making bidding disadvantageous
❑ Emergency Work to correct unsafe conditions.
Other - describe below
Explanation: (attached additional pages If needed)
The reason these items were not rebid is they were part of an ACHD and State of Idaho road project. The sewer portion of the
project would have been taken out of the project. The City would have had to wait until the road project was finished and then pay
for the same amount of import plus road restoration.
Page 1 of 2
CHANGE IN CONTRACT PRICE:
CHANGE IN CONTRACT TIMES:
Original Contract Price: $971,000.00
Original Contract Times:
days
Net changes from previous Change Orders
Net changes form previous Change Orders (calendar days)
No. 0 to No. 1
No. to No.
Note change order numbers here $0.00
Note change order numbers here
days
Enter dollar amount o c enges nere
Net Increase (decrease) of this Change Order:
Net Increase (decrease) of this Change Order:
(calendar days)
$304,000.00
days
War dollar amount of this c amge order
Total Change (Increase / decrease) to date:
Total Days (Increase /decrease) to date:
(calendar days)
$304,000.00
0
days
New Contract Price with all Approved Change Orders:
New Contract Times with all Approved Change Orders:
(calendar days)
$1,275,000.00
0
days
APPROVED: (City Purchasing Manager)
ACCEPTED:'d (Contractor)
By: Keith Watts
By;�L fl
Date:
Date:
RECOMMENDED: (City Project Manager)
DATE APPROVED BY COUNCIL (If required)
/ I
By '; )P� 1� Gv-
Date. '�L
/ % % J � J
NO SIGNATURE REQUIRED 71
/ l / l
I1
DATE
METHOD OF COST DETERMINATION / COST ANALYSIS OR VERIFICATION:
After it was discovered that the excavated soil was saturated and unsuitable for backfill, the contractor, ACHD and I met with All
West Geo -Tech to discuss our options. The geo-tech suggested filling the entire trench from the pipe zone to the sub -grade with
imported pit run. These sections ranged in depth from 17' to 8'. ACHD and I agreed that placing pit run 3' to 4' below subgrade,
depending on the amount of clay in the existing soil, would work. The imported pit run was bid at $20.33 per ton. We requested a
price reduction after 25% of the quantity was exceeded. The contractor submitted an itemized break down for the imported pit run.
We were able to negotiate the price to $16 per ton. The Sprayroq of the manhole cost was verified by checking past pricing and
making sure it was consistent. The ACHD fees are in the interagency agreement.
Budget Available (Attach Report)
Budget Information: Budget FY
Date Submitted to Clerk for Agenda:
(Purchase Order No.
Purchasing Use
Date Issued:
Page 2 of 2
Amendment:
Approval Date:
Early on in this project we ran into four issues that affected the backfill suitability: high groundwater, above average
precipitation, a thick clay layer, and cold weather. The engineer estimated we would need 4,000 tons of imported
backfill, but only had the bid quantity at 1,000 tons. The reason he reduced the amount he thought we needed was to
prevent the contractor from submitting an unbalanced bid. The result is the contractor did submit an unbalanced bid
and was high in the imported backfill item. The engineer did not do any soil investigation to determine the ground water
elevation, which was not included in task order. The total pit run used on this project is about 14,000 tons. The initial
bid price for the pit run was $20.33 per ton, which we were charged for the first 1,250 tons. We were able to do a unit
price reduction to $16 per ton for the additional 12,750 tons. The total cost for the import is $229,412.50, which is
$209,082.50 more than the bid amount. Two sewer manholes need to be coated in Sprayroq due to exposed
aggregate in the manhole. This was an unexpected cost that we added to the project. We felt like the future traffic
control cost would inflate the cost to do this at a later date is the reason we added it to the project instead of bid it out
separately. The cost to line the manholes with Sprayrog is $18,100.10. The bid amount doesn't include the additional
fees from ACHD, construction cost share and administration fees. I am estimating these fees to be about $80,000
together. These are the three reasons I am asking for change order of $304,000.
lb-o2-ll
furxe
'rozto 1INTERAGENCY I\GREEI\4ENT FOR:
ROADWAY CONSTRUCTION/ WATER AND SEWER CONSTRUCTION
FRANKLIN RD, BLACK CAT RD TO TEN MILE RD
ACHD PROJECT N(),711023 and711O24
THIS INTERAGENCY AGREEIVENT FOR ROADWAY CONSTRUCTIONMATER AND
SEWER CONS TRUCTION (''Agreement") is made and entered into this Loh day of
,aanwqrA 2016, by and betweett the ADA COUNry HIGHWAY DISTRICT, a
nig-6way distric/ organized under the laws of tre State of ldaho ('DISTRICT'or "ACHD"), and
the CITY OF MERIDIAN, a municipal corporation organized under the laws of the State of
ldaho ("lvleridian" or ''City"), regarding ACHD f'roject no. 711023 and711024.
RECITALS
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, ldaho Code S 67-2332 provides that one or more public agencies may
contract with any one or more other public agencies to perform any governmental service,
activity or undertaking which each public agency entering into the contract is authorized by
law to perform, provided that such contract is i:uthorized by the governing body of each party
and that such contract shall set fo(h 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 constru,rion projects known as Franklin Rd, Black Cat
Rd to Ten lVlile Rd ("Project" or "Project BounJaries"), certain modifications or improvements
to City owned facilities, including constructing water and sewer main lines and serviceq
adjusting water valve boxes and manhoies to grade, and correcting potablelnon-
potable spacing issues (collectively, "City Sewer and Water lmprovements") as detailed in
Project no. 711O23 and 711024, lo be corrstructed pursuant to a separately-executed
agreemenl between DISTRICT and the selecte d Contractor ("CONTRACT"); and
WHEREAS, DISTRICT is willing to acoommodate City's request by including the City
Water and Sewer lmprovements in the Proje:t plans, subject to the terms, conditions and
obligations set forth in this Agreement and so ong as DISTRICT receives assurances by the
City that it will fully reimburse DISTRICT for a I actual costs including, without limitation, any
indirect costs and expenses lhat DISTRIC1' incurs as a result of the additionat work
athibutable to the modificalion or installation of the City Water and Sewer lmprovements
within the Project Boundaries with the exception of water and sewer services construcled to
serve the properties at 4925 W Franklin Road ernd 3880 W Franklin Road;
Page 'l of 8
P04
WHEREAS, ACHD is a single county-rvide highway district, a public entity, organized
and existing pursuant to ldaho 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;
I
NOW, THEREFORE, in consideration :f the foregoing premises, mutual covenants and
agreements herein contained, the parties h -.reto agree as follows:
1. DISTRICTSHALL;
a. Be the party responsible for soriciting, receiving and opening of bids and forexecuting and admlnistering th* construction coNTRAcr for the roadway
lgglLtygtgn and City Water ancl Sewer lmprovements referenced herein, whichcoNTRACT shall incrude, inter a|ia, a provision that aI work required tor t'ne Citywater and sewer lmprovements shall be performed in conformance with the mostcurrent edition of the ldaho standards for public works construction (lspwc) andthe most curent city of Meridian s.pprementar specifications to the rSpWc.
b. Provide city with a comprete set of combined bid documents for the roadwayreconstruction, and for the City Wah;r and Sewer Improvements.
c. Furnish city with an abstract or alr bids received, and obtain city's writtenconcu,ence with DlsrRrcIS recornmendation for award of the coNTRA"cr prioi tomaking such award. city's concurrence shal specificaly acknowredge tnat the tiivwater and sewer lmprovements ar€ and sha[ be subjeci to tn" t"rrJ".o "t.oitiiniof this Agreement. rf city does nor concur, DrsrRrcr snatt remove tdiiii \A;;i;;and Sewer lmprovements and if necessary, rebid the project. Citf
"'frrf
f
-L"
responsible and shall reimburse DISTRICT for any and ail costs ;rff;r; ;;DlsrRlcr attributabre to the. removar of the city waier and sewer rmprovemerrlfrom the Project and if applicabte, thr> rebidding ofthe erolect.
d. lnclude in the CONTRACT, a term providing that city wi have the rioht and authoritvto. work directly with the. Contractor to resolve uny "lrir. r"f"ting l; unt wry i" d;City Water and Sewer_lmprovements and that iny such claiml will 6e r;;ie;;;,apployeq or denied by city incruding enforcement oithu 2 yua. warranty perta to uistarted at the date described in the firar acceptance retter fiom tne citv 6t'rrrreriJiun.
'
u 99?ft9tg-*ith City should any cf anges be made to DISTRICT,s portion of the
:^9)^lT39I or work pursuant thereto t-hat does or may impact tne CitV Wrt"i anlDewer tmprovements.
f !tak9 monthly progress payments and the final CONTRACT payment to theContractor in conformance with the t€,rms of tne conitruction CONTRACT.
s submit to city a copy of,each desigrr consurtant bilring attributable to the city wateran-d sewer rmprovements if appricitrre ana contractor progress payment estimate,and the final CONTRACT payment estimate, u. ir"n'".ti"rri;":;i; ;il;;;d ;;DlsrRlcr after obtaining. iity'" <'oncurrence regaraing crtv's portiJn
-
oi- ml99ltB9f, together with an invoice for Cityrs share oi *,b
"on.tiu"tionCONTRACT costs earned by and to i.e paid to ttre iontractor.
h As applicabre, provide for
^th.e
refererrce and repracement of a[ pre-existing surveymonuments within the project.
Page 2 of I
provide the field survey and grade cr,ntrol necessary for construction of the roadway.
centerline or offsets and stationing shall be established prior to the city staking any
sanitary sewer or potable water serv ce lines, water valve boxes, manhole locations,
and other Cily facilities.
Upon acceplance of the sewer and water vrcrk by the City and prior to the project
cl'oseout, ACHD will meet with the City to reconcile the actual contract costs of the
installed sewer and water facilities ar; compared to the "Water and Sewer Estimate"
set out in Exhibit A. ln addition, the <:ost share items listed in paragraphs 2e and 2d
will be reconciled at the time of ac(eptance by City. ACHD shall submit to City
written documentation of expenditure,s with an invoice for payment of all costs and
expenses the DISTRICT incurs beyond the amount paid to ACHD by the City
according to paragraph 2c, as a result of the additional work attributed to the City
Water and Sewer lmprovements wi:hin the Project Boundaries, including but not
limited to, costs or changed condilions, plan errors and omissions, and delays
attributable to design and/or installati:n of the City Water and Sewer lmprovements.
ln the event that the amount paid by i.he City under paragraph 2c exceeds the actual
contract cost of the complete instal ation including the cost share items listed in
paragraphs 2e and 2d, ACHD shall refund such amount to the Cily within 30 days of
project closeout.
2, GITY OF MERIDIAN SHALL:
Provide the inspection, field survey and grade control required for the installation of
atl City Waler and Sewer lmprovemonts incorporated into the Project and installed
and adjusted under the CONTRACT and provide copies of appropriate tests and
construction diaries to the Districl Project Representative as designated by
DISTRICT,
b. Provide DISTRICT with the special povisions if applicable, and stamped plans, bid
quantities and an Engineers Estimirte (or pursuant to Paragraph 1.9. pay the
DISTRICT the actual cost if the DISTIiICT'S design consultant prepares the samefor
the City Water and Sewer Improvenrents to be incorporated into the Project and
included in the bid documents for tl'e CONTRACT (all work required for the City
Water and Sewer lmprovements to be performed in accordance with the most current
edition of the ldaho Standards for Public Works Construction (ISPWC), the City's
Supplemental Specifications to the lSrWC, and the City's Revisions to the Standard
Specifications).
Within 30 days of execution of this agreement, pay to ACHD the sum of nine hundred
seventy one thousand dollars($g71 ,0C 0.00), vrhich is the estimated cost of the labor,
materials, and equipment to perform lhe water and sanitary sewer work as itemized
on Exhibit A. ln addition, within 60 rlays of acceptance of the water and sanitary
sevreT, and completion of cost reconci iation, pay to ACHD the actual contract cost of
the labor, materials and equipment that exceeds the water and Sewer cost estimate.
a
c-
d. Reimburse DISTRICT {ive percent (5ol,) of City's construction costs attr;butable to the
City Water and Sewer lmprovements zs payment toward the additional costs incurred
Page 3 of I
t.
by DISTRICT, including overhead and benefits, and project administration costs
which include but are not limited to: public adveftisement of the Project, supplying bid
plans, supplying construction plarrs, preparing and holding the preconstruction
meeting, generating monthly pay estimates and paying the Contractor, preparing
change orders, general constructiorr project oversight, and maintaining construction
project files.
Reimburse DISTRICT 7.34oh for mobilization, traffic conlrol, flagging, detours and
weekly meetings on a prorated basi;. The prorated basis for the above items will be
calculated using the percentage of City's project costs as they relate to the total
project construction costs.
Provide (at City's sole costs) trench ,:ompaction testing for the City Water and Sewer
Improvements from one-foot (1') ab:ve 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 ('l ,()00) Iineal feet, minimum one (1) for every three
(3) transverse trenches; provide all rr:-testing required in any area that does not meet
CONTRACT requirements; and pnrvide copies of tests for the area along the
alignment of the pipeline to the desig lated DISTRICT representative.
Be liable for the cost of repairing any trench failure attributable to the city water and
Sewer lmprovements within the Projr;ct Boundaries, and be liable for and indemnify,
de{end and hold DISTRICT harmler,s for any and all costs, claims, and damages
resulting from any such trench failure
Reimburse DlsrRlcr for any additi,rnal costs to DlsrRlcr over and above costs
specifically enumerated herein, wherr: such costs are attributable to the installations,
adjustments, relocations and abardonments of the City Water and Sewei
lmprovements or to the removal of inny or all items from th; CONTRACT that are
associated with the installation of the City Water and Sewer lmprovements.
lndemnify, save harmless and def,..ntl regardless of outcome, DISTRICT from
expenses and against suites, actions, claims or losses of every kind, nature and
description, including costs, expense:; and attorney fees caused Ly or arising out ofany.negligent acts by City's officers, employees, agents or contraitors whilJ acilngwithin the course and scope of their employment, which arise from or which are iiany way connected to the City Water and Sewer lmprovements. Such
indemnification hereunder by cily shrrll in no event cause the liability of city for any
negligent act to exceed the amouni c,f loss, damages, or expenses of attoiney feesatkibutable to such negligent act, and shall not apfly to loss, dar"gu",
"*p"n6". orattorney fees attributable to the nelyligence of DlsrRlcr. This-duty to defend,indemnify and hold harmless is subie-t to the limitations of ldaho ldw, including
Article vlll section 3, ldaho constitution and ldaho code Ti e 6 chapter 9 (the ldah6Torl Clairns Act), and to any other limilations set forth in the Agreement.
work directly with the contractor to resolve any craims relating in any way to the cityWater and Sewer lmprovements; any and all such claims will-be reviewei, uppror"l
9i!g!i"d by city shall indemnify, savr-'harmress and defend regardress oi oli"ornu,DISTRICT from expenses and agains: suits, actions, claims or J-osses of every kind,
Page 4 of I
f
h
g.
j
nature and description, including ccsts, expenses and attorney fees caused by or
,ri"i^g "rt of any and all such cl-aims regardless of the outcome of the Gity's efforts
to resolve said claims with the Contrzlctor'
3. THE PARTIES HERETO FURTHER AGFEE THAT:
a. ln accordance with ldaho 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 Dl:jTRlCT by City for City's porlion of the Project
shall be based on the actual quantitie s of work acceptably performed and/or installed,
as determined from field measuremtlnts made by City, and paid for pursuant to the
unit, andior 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 Jacilities.
Prior to commencement of work by the Conkactor, the parties will, together with the
Contractor, inspect within the entire Project Boundaries for the purpose of reviewing
the Project to locate any unstable .rreas and to resolve any items of concern or
misunderstanding.
This Agreement may not be enlargec, modified, amended or altered except in writing
signed by both of the parties hereto.
f. All signatories to this Agreement represent and warrant that they have the power to
execule this Agreement and to bind the agency they represent to the ierms of this
Agreement.
S. 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 attorn€y's fees and costs incurred in said action.
h. Any action at law, suit in equity, arbitration or judicial proceeding for the enforcemenl
of this Agreement shall be instituted only in the courts of the State of ldaho, County
of Ada.
This Agreement shall be binding uoon and inure to the benefit of the personal
representatives, heirs and assigns of the respective parties herelo.
Nothing in this Agreement shall be construed to be an indebtedness or liability in
violation of Article Vlll, Section 3 of the ldaho Constitution.
d
e
Page 5 of I
n
k, The validity, meaning and effect of tnis Agreement shall be determined in accordance
with the laws of the State of ldaho.
This Agreement and the exhibits hr:reto constitute the full and entire understanding
and agreement between the partir)s with regard to the lransaction contemplated
herein, and no party shall be liabl-. or bound to the other in any manner by any
representations, warranties, covenalts 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 thr; rights and obligations hereof shall inure to the
benefit of each of the parties hereto and their respective successors and assigns.
lf any part of this Agreement is ht:ld to be illegal or unenforceabte by a court of
competent jurisdiction, the remainder of this Agreement shall be given effect to the
fullest extent reasonably possible.
The failure of a party to insist on the strict performance of any provision of this
Agreement or to exercise any riglrt 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 Agreemerrt are used for convenience only and are not to
be considered in construing or interpr.eting this Agreement.
q. This Agreemenl may be executed in two or more counterparts, each of which shall be
deemed an original, but both of whictr together shall constitute one and the same.
o
r
S
t,
u
The parties hereto agree that nothing, herein contained shall be construed to create a
joint venture, partnership or other sinrilar relationship which might subject any party to
liability for lhe debts and/or obligations of the others, except as otherwise expressly
agreed in this Agreement.
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.
All parties have been represented by legal counsel, and no parly shall be deemed to
be the drafter of this Agreement for purposes of interpreting an ambiguity against the
drafter.
Time shall be of the essence for atl errents 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 lereunder, DISTRICT shall have no obligation
whatsoever to incorporate, facilitate and/or complete the City Water and Sewer
Page 6 of 8
lmprovements, regardless of whethe'prior approval has been given by DISTRICT to
City.
lN WITNESS HEREOF, the parties hereto have executed this Agreement on the day and
year herein first written.
ITDA COUNTY HIGHWAY DISTRICT
,,r,|{uruY
President, Board of Commissioners
STATE OF IDAHO )
)ss
coUNTYoFADA )
On this goe day of lt lL 2016, before me, the
and BRUCE S. WONG,
ively of the ADA COUNTYPresident of the Board of Commission rs and Director resp ect
HIGHWAY DISTRICT, a body politic and cotporate, known to me to be the persons whose
names are subscribed to the within instrumettt, and acknowledged to me thal they executed
the same for and on behalf of said body.
lN \TITNESS WHEREOF, I have herelrnto set my h affixed my official seal the
day and year first above written
trrt,
ARY
&Yra dahoNotary Publ
Residing at
It/y commission expires:
ldaho
ATTEST
I
Director
ATTEST:CITY OF MERIDIAN
Page 7 of B
By:\*)*
undersigned, personally aPPeared
4By
J e L. Holman
City Clerk
By
li\,tltil N+
"jSTATE OF IDAHO
COUNTY OF ADA
)
)
)
+lar
day of 2016 before me, theundersigned, personally appeared TAMMy t.. DE WEE and JAYCEE L. HOLMAN, Mayorand City Cierk respectively of ClTy OF MEFilDIAN, a muni cipal corporation, known to me to
be the persons whose names are subscribed to the within instrument, and acknolvledged to
me that they executed the same for and on behalf of said corporation.
On this ' ^)
lN wlrNESS WHEREOF, I have hereunto set my hand and affixed my official seal the
day and year first above written.
,r#i'3&
i;q**,.!'$j
(
Notary Pub
Residing at
lic for ldahoMerrliqvr. ta"n
lVly commission expires: \ /z_l l:orc>
o
e Weerd
Page 8 of I
l! rk;u; t /+City ,rf Meridian
Frar klin Road
Black Cat Ro;rd to Ten Mll6 Road
Sewer and Wrter lmprovements
Constructlon Estlmate 1 0/1 6/16
Iteh Des€d
4'SANIIARY SEWER PIPE
6'SANITARY S EWER
8'SAN ARY SE|/VER PIPE
,TARY S R PIPE
15'SANITARY-EWER PIPE
MANHOLE TYA
MANHOLE TY B
ADJUS VE BOX
FIRE H ASSEMBLY
B ASSEfulBLY PER SD.W13
" GATE LVE, GATE VALVE
I O' GATE VALVE
6"WATER LINE
8"TER LINE
12" WATER LI E
1O' WATER LINE
ADJUST MANHOLE
NIGHTWORK LIGHTING
RELOCATE EXISTING 2'WATER METER
1'WATER SERVICE CONNECTION
ASSEMBLY PER SD W12
TY S RCL T
4'S CONN
SEWER SERVICE CLEANOUT
ADJUSTEXtSIN6 WATER MAIN AT NEWPIP E SSING
12' GATE VALVE
2' WATER SERV CONN
HOTTAP EXISTING WATER MAI N
ABANDON EXISTING WATER MAI I
ABAND ON EXISTING WATER SERVICE
BLOW.OFT TO GRADE
IIC AIR RELEA VALVE
DON EXISTIT.JG SEWER SERV CE STUB
INODIFIED WATER SERVICE CON NECTION
DEWATERING
PE BORING ACKING
16' CASING FOR WATER MAI]'J
18'CASING FOR WATER MAIN
4'CASING FOR WATER MAIN
ING FOR SEWER MAIN
O" CASING FOR SEWER IVATN
12" CASr NG FOR SEWER MAIN
14" CASING FOR SEWER MAIN
CASING FOR WATER I!,4AtN
20" cAstNG SE\,\rER [rAlN
GRAVEL
HALT REPAIR
REPAIR
CAVATION,IEMPORARY TR
IMPORTED-IR EACKF]LL
Total
llem No
605,205A
605 210A
605,215A
605,220A
60s-4e0A
605-230A
605-?a5A -
s600-15A
s60G20A
s60&30A
s60G30G
s600 30H
s600-30t
s600,45A
s600-4sB
s600,45c
s600-45D
s605 osA
s901 05c
s901,05H
s901,05t
s901-05J
s901-051
s901-0sM
s901-05s
s901,06G
s901-c6H
s901-061
s901-06N
s901-060
s901-06J
Saoi {6r<-
sso-in6l -
Erol{6l,1-
s904 osD
s911-051
s911 05M
s911-05N
s911-050
s911,05P
s911,05Q
s911-05R
s911-05S
s911-057
s91t-05u
s912-058
s9r-ir5D
s913-0sA
s913 058
s914,054
E6timaled Unit
Quanlity
Un't Item
Tolal
272 FT $40 00 $10,880 00
FT s46.00 $10,396 00
1,959 FT
FT
FT
$56.00
$74.00
$62,00
EACH
$69 750.00
109 00
$185,518.00
$3'1,500.00
2 507
1j25
I
I
$46,100.C0
14
_ $3,500.00
-_-$5!A!r$400.00 $5.600.00
B
EACH
EACH
EACiI
2 EACH
93 000.00
$2,200.00 $4,400.00
$1,300.00 s10,400.00
EACH
EACH
s1,600.00
I
7
2 EACH $2,000.00
$11 00.00
$4,00c.00
F1167
513 FT
2.480 FT $46.00
s30.00
s36.00
FT s44.00
$500,00
$'!14 0c
$7 600
$10 00.00
$.00
10.00
1
00E4q8
LS
EACH
17t,
I
I
4
5 EACH
$10 0_00
s1 400.00
0$1
13 EACH
EACI.I13
4 EACH
$8,400.o0
_ $28,600.00
$9,100.00
$3,200.00
$350.00
$200.00
$700.00
---Ssm"oo
$4,550.00EACH
EACH $4,000.00 $8,000.00
EACH s2,50c.c0 010,000.00
EACH
EACH $2,200.00
EACH
s2,000.00
- 619,800.00
$2,000,00
I 13l2
| 4_
s
2
2
1
EACH
EACH
EACH
s1,800.00
1
$600.00
1
1 EACH
L 61,0oo.oo
$600.00
- $600.00
-,,!1,8oruq$700.00
1 EACI]$1,700.00
$700.00
$1,700.00
LS $20,000.001
30
$20,000 0-0
$13,500.00
$€0.00 51,760 0022
66 FT
FT
FT
$6,600.00
FT
_. $100.00
$'175.00 $3,500.00
$1,248.00
$3,348 00FTiT-
20
26
62
50 FT
560.00
s48.00
$54.!0
$1 980.00
00
23 FT $506.00
50
I $s0.00
$22,00-
0175.00FI
TY'-- sV-18
80 CY
$8 750.00
00.00
260.00
4,000.00
4,200 SY
$70.00
--.--Sm.00-
$20.00 $81,000 o3
_1,000 TON s12.00
$971,564.00
Copy ol Estimale.tls 12t2912015
City Of Ualj.<Lien
DetaiLed statemen! of Revenues and Expeoditures - Rev and exp Report
3{90 - Ilate! Conltructj.on Projecte
60 - Entarplile Fllnd
Ero 70/1/2076 Thlough 9/30/2017
Keith
0000
10369.b
95140
10369.c
14442 - a
10533. a
10533.b
10560.a
10560.b
10624.a
10640
10640.a
10640. c
10573
10575.a
3.618.00
152,895.32
10, 050.00
813 . 09
36,344.44
\1,162.35 )
86,280.03
158,609.00
3 ,214 .54
55,706.00
833.591.51
(3, 618 . 00 )
t162,895.32)
(10,050.00)
(813 . 09 )
(36.340.44)
1,162.35
(86,280.03)
(158,609.00)
(3,214 -54)
(ss,706.00)
(833,591.57)
Budget with
Amendmen! s
Current Year
Actual
Budqet
Remaining
Percent of
Budget
Remainlnq
Capilal Outlay
}JATERL]NE EXTENSlONS
NON_DEPARTMENTAL
Franklrn - Black Cat to
Ten MiIe Sewer and Water
Improvement
2, L99 t 999.96
0 .00
0 ,00
0 .00
653.87
2,t99t999.96
(653. 87 )
(9,245.21)
100.009
0 .00r
0 .009
ACITD Eranklin Rd: Black
Cat to Ten Mile S 6 W 6
Lights Cons
ACITD Ustick, Linder to
Locust Grove Utitity Impr.
- Construc
ACHD Ustick Road Rebuild:
btwn: Linder Rd and Locust
Grove R
Amity and Meridian Road
WaterIiDe Extensj,on,
Locust Grove Rd
Amity and Meridian Road
WaterliDe Extension,
locust Grove Rd
Watelline Ext Amity
Rd-Locust Grove to 610 |
East Design
C.OC
0.00
0.00
0.00
0.00
0.00
0.0c
0.00
0.00
0.00
0.00
0.00;
0.003
0.00*
0. 00t
0.00t
0.009
Amity Waterline Extension
- Locust Glove Eas!
Biltmore PRV Equipnent
ACHD Linder Road Eranklin
Road to RR Tracks - Design
& const
0. 00
0. 00
9,695,16
20, 000. 00
(9,695.16)
(20,000.00)
0. 00s
0. 00*
0.00r
0 .009
10581
10591. a
Reflection Ridge PRV
Equipment
ACHD Melidian Rd Utj.lity
Improve. Design Cherry
to Usti.ck
0 .00
0.00
23,O93.42
18,602.00
t23,a93.42)
118,602.00)
liater Main Extension, W
tunity Rd and S Linder Rd -
Design
Water Main Extensl,on, E
Lake Hazel Rd and S Locust
Grove Rd
Wate! Main Ext., E Lake
Hazef Rd and S Locust
Grove Rd - Des
Locust Grove 6 Lake Hazelwaterfine Extension -Construction
0.00*
0.003
0.00r
0.00E
10'724
10'724.b
10't29
10?60
Bainbridge PRV
Bainbridge PRv Install
North Pennqrove Way -water Main Connection
Cherry Lane PRV
Carryforward
Tota] Capital Out]ay
0 .00
0 .00
0.00
22,04',7.99
lL,276-15
35,128 .62
122t04'7.99)
117,216 .15 )
(35,128.62)
0.008
0.009
0 ,00*
0. 00
2,000,339.88
7,050.00
0. 00
(7,060.00)
2.000.339.88
0. 00s
100.00*
4,204,339.84 1,516,598.65 63.89*
TOTAL EXPEND]TURES
Daier l0/ 11l 17 12:23:44 Pt{
4 200 339.84 1 516 698.66 63.89t
10432.b
_2_93215!]-_!3_
2,683,641,18
City Of I'blidian
Detalled Statement of Revenues and Expenditures - Rev and Exp Report
3590 - Bll Con6tluctioa Proj€cte
60 - Eate4rrj.so Frnd
Fto 1A/7/201-6 Through 9/30/201?
xeith
93505
10369.b
Capitaf Outfay
Sewer Line Extensions
rranklin - Black Cat to
Ten Mrle Sewer and Water
fmprovement
ACHD Frankfin Rd: Black
Cat to Ten M.ile S & W &
Lj.ghts Cons
ACIID Ustick, Linder to
Locust Grove Utility Inpr- Construc
ACHD Ustick Road Rpbuild:
btwn: Linder Rd and Locust
Grove R
ACttD lander Road I rankLln
Road to RR Tracks - DeslgD
& const
ACHD Meridian Rd utility
Improve. Design Cherry
to Ustick
Budget with Curlent Year
Actual
Budget
Remaining
Percent of
Budget
Remaining
1,160,000.04
0. 00
0 .00
300.22
1,150,000.04
1300.22)
100.009
0.00*
10369.c
70432.b
10442.a
10515.a
10591. a
10 614
1051.4 . a
10614. b
10614. c
11, 955. 00
174,242.L2
6, r00.00
8,O42.O0
1,500.00
209, 181 -29
0.0c
(11,955,00)
\Llo,242.L2)
(5, ?00.00)
(8,042.00)
(1,500.00)
t27,9t7.40)
t192, 604.30)
1443,632.2',7)
( 61, 118 .00 )
(2O9,141 -29),
0.00
0 .00
0.00
0.00
0.00
0.00
0.00
0.00
0. 00
0.00t
0.00*
0.00e
0 .00*
0.00*
Bfack Cat Trunk Sewer -
Phase 5
Black Cat Trunk Sewer -
Phase 5 - Design
Black Cat Trunk Sewer -
Phase 5 - Construction
Black Cat Trunk Sewer -
Phase 5 CoDstructi-on
Services
21,911 .40
192,504.30
443, 632 .21
61,118.00
0 .00r
0.00$
0 .00t
0.008
L0514.d Simplot RV Relocation Pad
- Construction
welf 28 Water Treatment
Water Maio Replacement
Pine Ave NW 1st to NW 3 -
Design
0 .00
4, 629, 564 .28
0.00?
10641
10708.a
0.00
0.00
a,125 .00
5,181.00
t4,'725 .O0)
(5,181.00)
0.00 3
0 .009
Carr,Carryforward
Total Capital Outi.ay
4 , 629, 464 .2A
5,789,464.32 7tA11,164.20 4 112 300.12 81.399
TOTAL EXPENDITURES 5,189,464.32 I all 164 -20 4,172,34O.12 81.39*
Dat:e. Ia/71/1'1 t2 t23t2a I