Loading...
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