Loading...
1974-12-231daridian City Hall December 23. 1976.. "- eci a _11110-ating calcallgid to Dunt _lmeja P Vtl they resent: Ric Orton. Br S Glenn Sn tt. RenramentntAvA for Pgtlaa vane_ `--- _ 'P 'he t me-of—the Bi.B-owe in far - here were three Bidders Bidi- V . E. Stevens 70 ri L b 'Ba 13773 Rate C n I J Ah, enne , Vvit R b B resull i Kenneth Witt I b' a 4 3 Pete Cone b' �n Stevens ,and Sons_ g _ he Ergineers Estimate ---was_ — _ The rn tion was made by W. D, Skivor and seconded bv rriarvin Bodine het the bids be accepted and that the lity C c-1. study these bids nd f rther that the bid be awarded at a later dat6 within t in 0 ays. ivotiog passed: Skiver, yew Ras, sser. Xea• bodin Ye • N.91varro, Vey__ `lhe M,_gyor stated tient he did not wish to dolL&N the awa_rlin f. he bi too long as time was of t o essence if this we Ll is _ to be ut i to operation to assist with the water surrner high ussa °e. Glenn Scott repres ntin DEV IO was present and stated that their rganization had andera podthat the hop-yp_fdos were bam aa on the revi usly $et _charms o ach unit of the 18 unit apa .1 a had been info me d that service per unit was to be roblac 2. Ieridian city Hell 0 P,aramhar 7'3 1Q7/ Commissioners. urin the discussion it wam poi ted out that this orwlization had buil new lift Station wliica is in a cess of their needs 33rd will assist Ln fu ther develo-)meet Ln t is a eat. hey have also ins ail d a likrge water line f om 2 1-1 streat to ipast Ath �)reet and will extend i2e— d a an q q t tha-- I�ity ines tnaria w Ach om the_ _thi A rea •e _will definite benefit to tris Uit • ,s well i width streets and uo to miniluium standards for bo he :notion was mad b 6 u S ' hat he city allow a s i 1 or D VCQ ishingtQ i Sm are it the h r nter hook-up ewer hook-up Por Unit ? otio Sass b1civer, V • lipmmnsspn Y B � V r e a eras ate increase e 1 It iharjiscussedstu_ for di tedded on an appraximQte 1 "Lud_y�siv .---- - —a v ith 4ultipleusera paying ,niLx involved, he discussion centered in leered burd n Might be placed thcause This matter is to e dt�diad further with t ars gtildi Rd r ore fully. - — t ttest: vIayor i C_17rk cc: Mayor and Counc It _ Bruce Stuash; S mnerjJohns Green; AI,; AC G• AC n; ___Chief Central Health; �Nam Cottage Home -De co -Meri 1 ian; _ Commissioners. CITY OF MERIDIAN ADA COUNTY, IDAHO 1974-75 Domestic Water Supply Well No. 8 SPECIFICATIONS AND CONTRACT DOCUMENTS December 18, 1974 ADDETUM NO, 1 1974-75 DOMESTIC WATER SUPPLY WELL NO. 8 Meridian, Ada County, Idaho The following additions and/or deletions are hereby made a part of the above designated project as fully and completely as if the same were set forth in the Specifications and Contract Documents. PAGE 10. PROPOSAL - SCHEDULE OF ITEMS AND Item 10 on page 10,Proposal - Schedule of Items and Prices,shall be deleted. The bidder shall simply leave said Item 10 blank. Item 12 on page 10,Proposal - Schedule of Items and Prices,shall be changed to read as follows: ITEM NO. DESCRIPTION TOTAL FOR ITEM 12. Miscellaneous Well Development and Casing, pullback, complete, 75 hours at the unit price of and cents per hour. 75 hours at $ per hour. The bidder shall fill in Item 12 as provided above and disregard Item 2 as provided on page 1Q Proposal - Schedule of Items and Prices. The bidder shall add the Total for Item 12 as provided above into the TOTAL BASE BID PRICE, page 10, Proposal - Schedule of Items and Prices. PAGE 45 SECTION 4.08 CASING, TECHNICAL SPECIFICATIONS The ninth (9th) sentence of that section which starts in.the sixth (60) line from the bottom of the page shall be deleted and the following sentence shall be in its place: Payment for pulling the 16 -inch casing back shall be included in the unit price per hour for miscellaneous development and casing pullback as provided in the Proposal - Schedule of Items and Prices. Page 1 of 2 December 18, 1974 ADDENDUM N0, 1 1974-75 DOMESTIC WATER SUPPLY WELL NO. 8 Meridian, Ada County, Idaho PAGE 46, SECTION 4.11 DEVELOPMENT TECHNICAL SPECIFICATIONS The sixth (6th) sentence of that section which starts in the bottom line of the page and continues on to page 47 shall be deleted and replaced by the following: Payment for well development shall be included in the unit price per hour for miscellaneous well development and casing pullback as provided in the Proposal - Schedule of Items and Prices. It shall be the Contractor's responsibility to notify the Engineer when the process of well development and/or casing pullback is started and to provide daily reports of progress during development and pullback. NOTICE is hereby given that this Addendum must be signed and enclosed with the sealed proposal for "1974-75 Domestic Water Supply Well No. 8, City of Meridian, Ada County, Idaho, Specifications and Contract Documents" as evidence that the bidder has familiarized himself with all changes incorporated herein. Name of Bidder: By: Title: Date: Page 2 of 2 0 0 1974 - 1975 WATER PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO DOMESTIC WATER SUPPLY WELL NO. 8 PLANS, SPECIFICATIONS, AND CONTRACT DOCUMENTS THE ENGINEERS: J -U -B ENGINEERS, Inc. 212 Tenth Avenue South Nampa, Idaho 83651 Telephone: Nampa 466-2323 Meridian 888-2321 Area Code: 208 THE OWNERS: Don M. Storey, Mayor Herald J. Cox, City Clerk City of Meridian Ada County, Idaho IF II I 1 0 1974 - 1975 DOMESTIC WATER SUPPLY WELL NO. 8 City of Meridian, Ada County, Idaho 0 TABLE OF CONTENTS Section I Contract Documents Page No. Advertisement for Bids -------------------------------------- I Information for Bidders -------------------------------------2 ------------------------------------- Proposal------- ------- 6 Proposal - Schedule of Items and Bids -------------------- 8 Proposal Bond ---------------------------------------------- 12 Contract Agreement ----------------------------------------- 13 Performance Bond--------------------------------------------- 15 Payment Bond ----------------------------------------------- 16 Section 2 General Conditions----------------------------------- 17 Section 3 Supplemental General Conditions Section 3.01 Definitions ---------------------------------- 29 Section 3.02 Description and Scope of Work --------------- 30 Section 3.03 Award, Execution of Documents 30 Delivery of Bond ----------------------------- Section 3.04 Correlation, Interpretation, and Intent 30 of Contract Documents ------------------------ Section 3.05 Time for Completion of Contract--------------- 31 Section 3.06 Liquidated Damages---------------------------- 31 Section 3.07 Copies of Documents --------------------------32 Section 3.08 Subcontracts ---------------------------------32 Section 3.09 Testing of Materials -------------------•-------32 Section 3.10 Source and Cost of Materials ---------------- 33 Section 3.11 Schedule of Occupational Classifications and Minimum Hourly Wage Rates----------------- 33 Section 3.12 Information Regarding Existing Facilities----- 33 Section 3.13 Contruction Site ----------------------------- 34 Section 3.14 Unforeseen Difficulties ---------------------- 34 Section 3.15 Measurement and Payment ---------------------- 34 Section 3.16 Performance and Payment Bonds----------------- 34 Section 3.17 Inspection------------------------------------ 35 Section 3.18 Insurance ------------------------------------ 35 Idaho State Department of Labor - Prevailing Wage RateSchedule ------------------------------------------------- 36 Section 4 Technical Specifications 44 Section 4.01 Scope ---------------------------------------- Section 4.02 Location -------------------------------------44 Section 4.03 Minimum Well Construction Standards ---------44 Section 4.04 Method of Drilling --------------------------44 Section 4.05 Mobilization and De -mobilization------------ 44 I Section 4.06 Surface Seal44 Section 4.07 Drilling -------------------_--__—__ 45 Section 4.14 Adandonment--------------------------------- 47 Section 4.15 Disposal of Materials ------------------------ 47 Section 4.16 Utilities ---------------------------------- 48 Section 4.17 Records and Samples ------------------------ 48 ' Section 4.18 Recovery of Tools---------------------------- 48 Section 4.19 Protection of Water Quality------------------- 48 Section 4.20 Completion and Clean -Up --------------------- 48 ' Drawing Number B741014 ------------------------------------- 50 I II 11 11 11 11 L Section 4.08 —___ Casing--__—____+�-��_—`� 45 Section 4.09 _�= Screens - _ 46 Section 4.10 Gravel Filter ------------------------------- 46 ' Section Section 4.11 4.12 Development=======^Y=========Yv'==== Testing - 46 47 Section 4.13 Plumbness and Alignment_________________ 47 Section 4.14 Adandonment--------------------------------- 47 Section 4.15 Disposal of Materials ------------------------ 47 Section 4.16 Utilities ---------------------------------- 48 Section 4.17 Records and Samples ------------------------ 48 ' Section 4.18 Recovery of Tools---------------------------- 48 Section 4.19 Protection of Water Quality------------------- 48 Section 4.20 Completion and Clean -Up --------------------- 48 ' Drawing Number B741014 ------------------------------------- 50 I II 11 11 11 11 L 0 1 I P 1 9 DOMESTIC WATER SUPPLY WELL CITY OF MERIDIAN, ADA COUNTY, IDAHO ADVERTISEMENT FOR BIDS 0 Seperate sealed bids will be received by the City of Meridian, Ada County, Idaho, hereinafter known as the Owner, or as the City, at the City Hall, 728 Meridian Street, in Meridian, Idaho, until December 23, 1974 at the hour of 8:00 o'clock p.m. M.D.T. at which time the proposals will be opened and publicly read. The work contemplated consists of developing a water supply well to be drilled with 20 -inch and 16 -inch diameter casings to an estimated total depth of 550 feet. The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Forms of Propsal Bond, Performance Bond, Payment Bond, and other contract documents may be examined at the office of J -U -B Engineers, Inc., 212 Tenth Avenue Soutn, Nampa, Idaho, or at the Meridian City Hall, 728 Meridian Street, Meridian, Idaho. Copies of the said documents may be obtained at the office of J -U -B ENGINEERS, Inc., located at Nampa, Idaho, upon the payment of $10.00 for each set. Any unsuccessful bidder, upon returning such set promptly and in good condition, will be refunded his payment, and any non -bidder upon so returning such a set will be refunded $5.00. Payment is to be made to J -U -B ENGINEERS, Inc., Nampa, Idaho. The Owner reserves the right to waive any informalities or to reject any or all bids. Each bidder must deposit with his bid security in the amount, form and subject to the conditions provided in the Information for Bidders. No bidder may withdraw his bid within thirty (30) days after the actual date of the opening thereof. All bidders shall accompany proposals with evidence of holding a valid Idaho Contractor's license covering work to be performed and shall list subcontractors as required by Idaho Code. Dated this 2nd day of December, 1974. THE ENGINEERS: J -U -B ENGINEERS, Inc. 212 Tenth Avenue South Nampa, Idaho 83651 Telephone: 466-2323 or 888-2321 Area Code: 208 THE OWNER: DON M. STOREY, MAYOR HERALD J. COX, CITY CLERK CITY OF MERIDIAN ADA COUNTY, IDAHO DOMESTIC WATER SUPPLY WELL NO. 8 CITY OF MERIDIAN, ADA COUNTY, IDAHO INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids The City of Meridian, Ada County, Idaho (herein called the "Owner") invites bids on the form attached hereto, all blanks of which must be appropriately filled in unless otherwise indicated. Bids will be received by the Owner at the City Hall, 728 Meridian Street, in Meridian, Idaho, until eight o'clock p.m. Mountain Daylight Time December 23, 1974, at which time the proposals will be opened and publicly read. The envelopes must be sealed, addressed to City Clerk of Meridian, Idaho and designated as Bid for Water Supply Well. The Owner may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time foi the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within thirty (30) days after the actual date of the opening thereof. 2. Preparation of Bid Each bid must be submitted on the prescribed form. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and the name of the project for which, the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be in another envelope addressed to the Owner. 3. Qualification of Bidder The Owner may make such investigations as he deems necessary to determne the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by or investigation of such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contractor and to complete the work contem- plated therein. Conditional bids will not be accepted. 4. Bid Security Each bid must be accompanied by cash, certified check of the bidder, ' or a proposal bond prepared on the form of proposal bond attached hereto, duly executed by the bidder as principal and having as a surety thereon a surety company approved by the Owner, in the amount of ' FIVE PER CENT (5%) of the bid. Such cash, checks or bid bonds will be returned to all except the three (3) lowest bidders within three (3) -2- ' 0 0 days after the opening of bids, and the remaining cash, checks, or bid bonds will be returned promptly after the Owner and the accepted bidder t have executed the contract, or if no award has been made within thirty (30) days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the ' acceptance of this bid. 5. Damages for Failure to Enter Into Contract ' The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within ten (10) days after he has received notice of the acceptance of his bid, shall forfeit to the ' Owner, as damages for said failure or refusal, the security deposited with his bid. 6. Time of Completion and Liquidated Damaees Bidder must agree to commence work on or before a date to be specified ' in a written "Notice to Proceed" of the Owner (date shall not proceed January 1, 1975) and to fully complete the project within 90 consecutive calendar days therafter. Bidder must agree also to pay as liquidated damages, the sum of $100.00 for each consecutive calendar day thereafter as hereinafter provided in the Supplemental General Conditions of the Contract. 7. Conditions of Work Each bidder must inform himself fully of the conditions relating ' to the construction of the project and the employementof labor thereon. Failure to do so will not relieve a successful bidder of this obligation to furnish all material and labor necessary to carry out the provisions of this contract. 8. Addenda and Interpretation ' No interpretation of the meaning of the plans, specifications, or other prebid documents will be made to any bidder orally. ' Every request for such interpretation shaould in writing addressed to J -U -B ENGINEERS, Inc., at 212 Tenth Avenue South, Nampa, Idaho, and to be given consideration must be received at least five (5) days prior to the date fixed for the opening of bids. Any and all such ' interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed by certified mail with return receipt requested to all prospective ' bidders (at the respective addresses furnished for such purposes) not later than three (3) days prior to the date fixed '.for the opening of bids. Failure of any bidder to receive any such addendum or interpretation ' shall not relieve such bidder from any obligation under this bid as submitted. All addenda so issued shall become part of the contract documents. ' 9. Security for Faithful Performance Simultaneously with his delivery of the executed contract, the ' Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing -3- I 1 1 1 1 0 0 labor on the project under this contract and furnishing materials in connection with this contract, as specified in the General Conditions included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. 10. Power of Attorney Attorneys -in -fact who sign proposal bonds or contract bonds must file with each a certified and effectively dated copy of their power of attorney. 11. Laws and Regulations The bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 12. Estimated Quantities The estimate of quantities of work to be done is approximate only and is solely for the basis of calculation upon which the award of the contract shall be made. 13. Method of Award - Lowest Oualified Bidder If at the time this contract is to be awarded, the lowest total base bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the Owner as available to finance the contract, the contract will be awarded to the said responsible bidder on the total base bid. 14. Obligation of Bidder At the time of the opening of bids each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect of his bid. 15. Instructions for Preparing Proposal Payment of the bid item prices, as stated in the Contractor's proposal for the completed work shall be compensation in full for the furnishing of all overhead, labor, materials, devices, equipment, and appurtenances included as are necessary to complete the total work under this contract in good, neat, and satisfactory manner as shown on the Plans, as described in the Specifications and as otherwise implied or required to meet the objective of the work. Cost of testing, and other incidental operations, profit and overhead cost including the cost of supervision, temporary field offices, move -in, move -out, insurance, taxes, equipment not a permanent part of the -4- job, and other incidental items shall be distributed proportionally throughout all breakdown items except those costs which apply to specifica- tions shall be included under that item. 16. Notice of Special Conditions Attention is particularly called to those parts of the contract documents and specifications which deal with the following: a. Insurance requirements b. Wage rates 17. Idaho Public Works Contractor License All bidders shall be duly licensed well drilling contractors and public works contractors within the existing provisions of state law. -5- ' PROPOSAL TO THE OWNER ' for constructing in County, Idaho. ' Gentlemen: The undersigned as bidder declares: ' That the only person or persons interested in this proposal as principal are those named herein; ' That this proposal is made without collusion with any other person, firm cr corporation; that he has carefully examined the plans, specifications and form of contract therefor, on file in the office of the That he has satisfied himself as to the quantities and conditions and ' understands that in signing this proposal he waives all right to plead misunder- standing regarding the same; That he understands that the quantities in this proposal are approximate ' only, and that he is willing to perform any increased or decreased quantities of work at unit prices and/or lump sum prices for such work as set forth in this proposal. And he proposes and agrees if this bid is accepted that he will contract with said Owner, in the said form of contract, to provide all necessary machinery, tools, apparatus, and other means of construction and to do all of the work, and to furnish all of the material specified in the contract in the manner and time there- in prescribed, according to the requirements of the Engineer as herein set forth, ' and that work shall begin within ten (10) calendar days after receipt of notice to proceed and shall be cor..pleted -B 201.a 1-71 -6- I That he will take in full payment therefor, sums according to the actual amount of work performed of the various classes and the respective unit prices and/or lump sum prices bid as given in the following schedules of contract prices, entitled "Proposal - Schedule of Items and Prices." In cases of discrep- ancy in the contract prices, the unit prices and/or lump sum prices written in words shall govern. The full name and residence of all parties and persons interested in the foregoing proposal are as follows: NOTE: Give first and last names in full; in case of a corporation, give name of President, Treasurer and Manager and name of the state in which incorporated, and in case of partnership, give the names of the individual co-partners. Name Address Incorporated under the laws of the State of 19_. (Name of Organization) Date: ' BY (Title) ' Address of bidder to which communications concerned with this proposal or contract should be sent: ' (Street) (City and State) 1 NOTE: The "Proposal" continues through succeeding pages, each of which carries the heading "Proposal." J -B 201.b R . 10-69 -7- DOMESTIC WATER SUPPLY WELL NO. 8 CITY OF MERIDIAN, ADA COUNTY, IDAHO PROPOSAL - SCHEDULE OF ITEMS AND PRICES A price must be entered for all bid 'items. In case of discrepancy between words and figures, the amount written in words shall control the extensions. ITEM NO. DESCRIPTION TOTAL FOR ITEM Di 1. Install surface seal of cement or bentonite clay for the lump sum price dollars and cents. 1 Lump Sum at $ complete. $ 2. Drilling hole to accomodate 20 -inch casing,complete, 200 linear feet at the unit price of dollars and cents per linear foot. 200 L.F. at $ per linear foot $ 3. Furnish and install 20 -inch casing in place, 200 linear feet at the unit price of dollars cents per linear foot 200 L.F. at $ per linear foot $ 4. Furnish and install 20 -inch casing drive shoe (cable tool only), complete, for the lump sum price of dollars and cents. 1 Lump Sum at $ complete. $ -8- S ITEM NO. DESCRIPTION 5. Drilling to accomodate 16 inch casing, complete, 350 linear feet for the unit price of dollars and cents per linear foot. 350 L.F. at $ per linear foot 6. Furnish and install 16 inch casing, in place, 400 linear feet for the unit price of dollars and cents per linear foot. 400 L.F. at $ per linear foot 7. Furnish and install 16 inch casing drive shoe (cable tool only) complete, for the lump sum price of dollars and cents 1 Lump Sum at $ complete 8. Furnish and install 10 inch well screen, in place, 50 linear feet for the unit price of dollars and cents per linear foot. 50 L.F. at $ per linear foot 9. Furnish and install 10 inch casing, in place, 100 linear feet for the unit price of and 100 L.F. at dollars cents per linear foot. _ per linear foot -9- • TOTAL FOR ITEM ITEM NO. DESCRIPTION TOTAL FOR ITEM 10. Pull back of casing to expose and develop the screen, complete, for the lump -sum price of dollars and cents. 1 Lump Sum at $ complete. $ 11. Furnish, install and remove temporary pump, for well development and testing, complete, for the lump sum price of dollars and cents. 1 Lump Sum at $ complete. $ 12. Well Development, complete, 15 hours at the unit price of dollars and cents per hours. 15 hours at $ per hours. $ 13. Conduct pump test, complete, 24 hours at the unit price of dollars and cents per hour. 24 hours at $ per hour 14. Furnish and install gravel filter, 9 cubic yards, for the unit price per cubic yard of dollars and cents per cubic yard 9 cubic yards at $ per cubic yard TOTAL BASE BID PRICE $ -10- SUPPLEMENTAL ITEMS AND BIDS ITEM NO. DESCRIPTION S-1 Furnish and install extra welding rings for well screen, complete, at the unit price of and 0 dollars cents each. TOTAL FOR ITEM 00 •• PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we (Contractor) ' of (Address) as Principal, and (Surety) as Surety, are held and firmly bound unto ' (Owner) hereinafter called the Owner, in the full and penal sum of five per cent (5%) of the total amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, ' we bind ourselves, our heirs, executors, administrators, successors and assigns, firmly by these presents. ' The condition of this obligation is such, that whereas the Principal has this day submitted a sealed proposal for 1 NOW, THEREFORE, If the said Principal shall be awarded and shall duly ' make and enter into a contract with the Owner in accordance with the terms of said proposal and award, and shall within ten days (10) after presentation of the con- tract furnish a bond acceptable to the Owner for the faithful performance of such contract, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. ' IN WITNESS WHEREOF, the above bounded parties have executed this instru- ment, this day of 19 , ' Witness (If Individual or Firm) (Principal) ' Attest: (If Corporation) By ' (CORPORATION SEAL) (Title) ' (Surety ' (Attorney -in -Fact) Attest: By ' (Title) ' (SEAL OF SURETY) JU-B 210 Ran_ 9-79 -12- f' I I I [I 00 CONTRACT AGREEMENT 0* THIS AGREEMENT, made and entered into, in quadruplicate, this day of , 19_, by and between party of the first part, and of hereinafter called the Owner, hereinafter called the Contractor, party of the second part. WITNESSETH: That the Contractor, in consideration of the sum to be paid to him by said Owner, in the manner and at the time hereinafter provided, and of other covenants and agreements herein contained, hereby agrees for him- self, his heirs, administrators, successors, and assigns, to construct to furnish all necessary machinery, tools, apparatus, materials, and labor and to complete the work in the most substantial and workmanlike manner according to the plans and specifications therefor on file in the office of and.such modifications of the same and other directions that may be made by the Engineer as provided herein: CONTRACT DOCUMENTS: It is further agreed that the contractual documents, which include the advertise- ment; the notice to bidders; the Contractor's proposal; the Contractor's qualifi- cations; the written agreement between the Owner and the Contractor; the notice to proceed; the bonds, general conditions, special provisions, special specifica- tions, plans and drawings by the Engineer including any supplemental drawings; and, those working drawings submitted by the Contractor and approved by the Engi- neer including any manufacturer's working drawings of equipment for permanent in- stallation in this project, appended to this contract agreement are hereby specif- ically referred to and made a part of this contract, and shall have the same force and effect as though all of same were fully inserted herein. 11-B 202.a Rep. 1-71 1 1 1 1 1 1 1 1 U -B 202.b p. 9-68 010 PAYMENTS: 00 For the faithful performance of the work herein embraced, as set forth in the contract documents which are a part hereof and in accordance with the directions of the Engineer and to his satisfaction, the Owner agrees to pay said Contractor the amount earned, computed from the actual quantities of the work performed as shown by the estimates of the Engineer and prices named in such proposal, and to make such payments in the manner and at the times provided in the general condi- tions thereto appended. IN WITNESS WHEREOF, the said Owner executes this contract and the said do _ sign and seal the same, the day and year in this con- tract first above written. ATTEST: In the Presence of - By OWNER, Party of the First Part: (Name) (Title) CONTRACTOR, Party of the Second Part: (Name) By (Title) By (Title) By (Title) ' • PERFORMANCE BOND • KNOW ALL MEN BY THESE PRESENTS, That we ' (Contractor) of (Address) ' as Principal, and (Surety) as Surety are held and firmly bound unto (Owner) ' in the penal sum of (Amount of Bond) Dollars ($ ) lawful money of the United States, ' which sum is agreed to be the maximum liability hereunder, well and truly to be paid, and for the payment of which we and each of us bind ourselves, our heirs, executors, administrators and assigns, jointly and severally, firmly by these presents. The condition of this instrument is such, that whereas the principal has entered into a certain agreement, hereto attached, with (Owner) dated 19 , for ' NOW THEREFORE, If the principal shall well and truly perform and fulfill ' all the undertakings, covenants, terms, conditions and agreements of said con- tract during the original term of said contract and any extensions thereof that may be granted, with or without notice to the Surety and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agree- ments of any and all duly authorized modifications of said contract that may here- after be made, notice of which modification to the Surety being hereby waived, then this obligation to be null and void, otherwise to remain in full force and ' effect. PROVIDED, However, that this bond is executed pursuant to the provi- sions of the Public Contracts Bond Act, and all liabilities on this bond shall be ' determined in accordance with said provisions to the same extent as if set forth in full herein. IN WITNESS WHEREOF, The Principal and Surety have executed this instru- ment this day of 19_ (Witness if Individual or Firm) ' (Attest if Corporation) ' Countersigned: By ' (SEAL OF SURETY) � B 203 Re 1-71 -15- ipal) By (Surety) (Attorney -in -Fact) Resident Agent at Idaho. I 1 I II 1 U -B 204 p. 9-68 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That we (Contractor) of (Address) as Principal, and (Surety) as Surety are held and firmly bound unto (Owner) in the penal sum of (Amount of Bond) Dollars ($ ) lawful money of the United States, which sum is agreed to be the maximum liability hereunder, well and truly to be paid, and for the payment of which we and each one of us bind ourselves, our heirs, executors, administrators and assigns, jointly and severally, firmly by these presents. The condition of this instrument is such, chat whereas the principal has entered into a certain agreement, hereto attached, with dated for (Owner) 19_ NOW THEREFORE, If the said principal shall pay all claimants supplying labor or materials to him or his subcontractors in the prosecution of the work provided for in said contract, and any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, then this obligation shall be void, otherwise to re- main in full force and effect. PROVIDED, However, that this bond is executed pursuant to the provi- sions of the Public Contracts Bond Act, and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if set torch in full herein. IN WITNESS WHEREOF, The Principal and Surety have executed this instru- ment this day of 19_ (Witness if Individual or Firm) (Attest if Corporation) Countersigned: By (SEAL OF SURETY) (Principal) By (Surety) (Attorney -in -Pact) Resident Agent at Idaho. my ,b enta,di at t maq,ba mat ath aRow►ed soceeE,taa a Y required to ,= b v 1 daatsion svhiap subject to UlAu sa 4 2A04 ORA4 Aa1 1, 4 mndi[y ani df tl ! the It., ate'Cal* Conteaetsu et 1000pez AM be the ObntrSOM' Me Owner 800 mtifo tha Owner am f.' if an otder,of:ersYIA Period of ninev'deya.rouiitrrroa _ t4� 2. It Ora Owner to amordance WM the C 04*4t00 sAr Ahe Owner -l" arblta9tore. am a tor&* and int "No Owner of -the protect hour tie and %8.08 RSOONSOULM A* - quality and wmpt"ty ,ag_ Oeaw bw and tipeciftdtlona wu�dJ ' Lbntnlctae. Tie idud4o and., wnttten conae6t of 0.a my ,b enta,di at t maq,ba mat ath aRow►ed soceeE,taa a Y required to ,= b v 1 daatsion svhiap subject to UlAu sa 4 2A04 ORA4 Aa1 1, 4 mndi[y ani df tl ! the It., ate'Cal* Conteaetsu et 1000pez AM be the ObntrSOM' Me Owner 800 mtifo tha Owner am R .rlen.. rYlY_ -" - .aM►%�f "�'M1`�'1 v 4o Yate ��y1b�& awA�� i. YFFAL� aiad Indirect !ear -C er +md A* Owner. the W�Ra�vyASF O'MgK at ya,IW�+-�i' itt*Wle#"Mtftd , awaad.b� _ t4� R .rlen.. rYlY_ -" - .aM►%�f "�'M1`�'1 v 4o Yate ��y1b�& awA�� i. YFFAL� aiad Indirect !ear -C er +md A* Owner. the W�Ra�vyASF O'MgK at ya,IW�+-�i' itt*Wle#"Mtftd , awaad.b� I II II Contractor shall not delay the work bsomre arbitration proandino an pendb/g-• he e" havewritten permission from the Owner to do so andsodf-dday shall not extent begbad tha time when the arbitrators #hall have opportunity to determine whether the work drab continue or be suy�ed pending decision by the arbitrators of each a dispute. Any demand for arbiftiion "H be in writes and ahari be de1hro ed to the Engineer and the adverse party either by personal delivery or by registered shell addnmed to the Hot tnowaaddram of each, within ten days of receipt of the Engineer's decision, and in no event after Snal payment bas been maIr "accepted, Should the Engineer fan within a reasonable period to make a ded a ddsim of**-Ovmsr,w Oni i't�tor, a demand . for arbitration may thea be made as if -the Rnghwer's b `Joeft veo d yihpst 16e party demsmang arbitration. a. Arbitraton: No one shall be gwlified to set as im orb lmaor who,bmi 44w9dy orindhoody, say financial interest in the Contract or who has -say.business=or f raft ra p:.'Ni* the --(Amar, theContractor or the Engineer. Each arbitrator selected shall be qudifedby exports = and kno iedpe of the work invdvedin the matter to be submitted to arbitratiow b. Procedure: Arbitration shall be in accordance with the procedure sed standards of the American Arbitration Association. ... SEMON 2.3 MATERUM, EQMWENT APWW+i RRMANSHIP 2.3.01 MATERIALS AND EQUIPEiEh4£: The msterlals,and eq of installed 'in the stork shall meet the requirements of the Contract Documents and notnderpls or'"asptipsaaat,aball be crderad until reviewed by the Engineer. All materials and equipment net othenwvlseapeNSoplly e4ai} befmtniiad the Contractor. The Contractor shall guarantee all materiels sari �uipnKnt be praaidea'tnaseAb r'MIR4�."> apb 2.3.08. - a. Substitutions: In order to establish Stan&,* of _ 'Ms,r'�!-�iCdetalled lipecificationse refereed to certain products by name and catalogdumber: krey eoedeaat�fi6Wi`ea.etiminatint from competition other products of equal or bettartlaality by other where folly sof" in design. 1. The Contractor dull furnish Ahs, coutploft IJ$t of proprlpdd dednnd 46b dW&Uolu pts to signing of ' the Contract, together with such engiabariag and cettdlemg data as the a ,tequb+s. 2. The Contractor shall abide by tlieRn r'a skin propcood substitute materiels or items of equipment are not -to mmhanded for igdp$atiaua u A spiedfled material or item of equipment in such case. All pfoposals for wbdWitioiu shall be st in wri4heig by Jba General Contractor and ' not by individual trades or material suppliers." Le Engineer- WE -ri•vlaw, propajed abotitutions and nuke his recommendations in writing within a reasonable bra.. b. Space Requirements- It shall be tWev6io0usUft oftbo.ikatlaBts d'iq ts- Aistachdo and equipment to be furnished fit the space available. He —01re noeesssry ffialff te.asaeert Cesequlramanta, including those for connections, and shall order-such Ata and Amp" Of thier oat huWlatiFm malt mw the trite intent and meaning of the Contract` c. Arrangement: where equipment requiring diffetenY , R Of from those shown h ui approved, it shall be the responsibiiiiy�- the mor to ^ oakilt, W,.: t itt operate properly, and in harmony with : the intent of: the Comft iet Documents, utd ffio unser A in We work required by such arrangement. d. Unacceptable Materials mod : Materials and -equipment wkicln do not conform to the requirements of the Contract Docuum* cera not equal 1 96 reBnghrser. or are in any way unsatisfactory or unsuited to the purpose for wallah they are ebld! n4i*-,ft0A0W mar installed. e. Storage: Materials and equipmeashahl he ser atoreaf so fotr antahe of r quality awn f iaia for the work. When considered 1104 class amlaCK, and not on the ground, andlor they shallhe.ptaosd ander caws sad dtall be located so as to facilitate prompt inspection. Private shaha" .. u- I i , ,at6ttdlae104koft-'soIthotut the written permission of the owner or brew. f. Manufastm+er's Directions: Mo ilactuaed articles, matetiaW end equipment sbeil be applied, installed. . conceded, ereeisd, used, cleaned and eoadiNamed o directed by_*e hunvActum.:.. - ' 2.8.02 SAMPLES* All samples called for in-tha lfqutims o� rngutEed S the Engineer *all be furnished by the Contractor and shall be submitted to the E00(teer for hie ravens es.*4'be furaithed so as not to dday fabrication, allowing the Engineer teasoaabie time for the ouliddloilkeisitaf feta lase a. Samples for Tests: 0bntrecior,001111 Oaqefor *"wool" and deet. All samples of materials -for teeteiahadi- , taltea iddf9 .Woe pre"d,hii the , Contract Documents. b. Contractor's Guaranty: All samples shale be aub>lsitieda Coireringlatter indicating diet suchsamples are recommamkdbythe(,oak"safoCforffie tmli fspdsdImil *at theContractor's Guaranty wile fully apply. c. All materials, equipment aced "eirmieshipi shag be irr 46at6tdrnce with samples -guaranteed by the Contractor and reviewed by the Engineer. 2.3.O11 SHOP DRAWINOS! The Coateador aholl provide ihop deawlnil� aattingaataldttinF anaC verb other drawings as may be necessary far the prossautioo of .the vrork ifl the alai ice the field ee required by the Dnwi, Specifications or the Engineer's hnstrraiIona, Davisiom firom ilN #W � be called to the attention of the-Engineer at the lima of#Lafusesd+0u-o1`.n a4d. . ` .. foTsidarstAon; The Engineer's review of any drewing<ahaBnottg len tltisCon #ash deviations. Shop �. drawings shall be submitted according tea sebedula prepared join8yc,thm at tier Enghuer. a. Contractor's Certification: When submitted for the ligh-W N ivt , shop 'drawings shall bear the Contractor's certification that he bas and. approved:EleldwpAiawi�, that they are in harmony with the requirements of the. Project and wit4iliaprovismttsofiba,C e6!otIaowaaaats,and that hehas verified all Add measurements and eomdraction arNerla,.maReriale, antalag numbers and miNSU data. Contractor shall also certify thanthe work represented by-the shop"tiirawfngs.4' by th 00alrovirr and the Contractor's Guaranty will fully apply. 2,3.04 EQUIPMENT DATA: The Contmetat, s 'submit foit.dai 's cntahsgdais for every ' manufactured Item of equipment and dl component& to lle =Aot;w 114 u l"f i performance data: . material description, rating, capacity, workingipr4ruiss agatarisif'4� dialog namber and general type. This submission dull be -by before any of the equipment is ordered. ' a. Inde:: Each data duet or catalog in t holed Woft 44babadoaed according to specification section and paragraph for easy reference,.' . b. Relation to Cosdrad Docimmiscdills b*aqulp 3uf Timviawad b 4hs shall not supersede the Engineer's. Contract Doeumeats.'Tbe auvi+sw Lite Engineer shalttmt Ut® Gmkactor from responsibiljty for deviations, from Draw or 8pedffesti4rdgf:;grtl Jae'771 the $�onerh attention to such CONS RN 2.6 „ Generd n tionsof Copyright 1970 let Printing ' deviations at the, time of subminion, no[ rhea/ it relieve him ftOtn raapaoa kPity feR env" of my sort is the items submitted. no Contractor shall cheek the week' detadbad ity tM' eaLlog deft with the Boginserg Contract Documents for deviations and erron. c. Contractor's Certification, daft shall be Wba404th4 with, a covering letto indicating that he has reviewed,t o the'daia voo� lt4lll fir. seal to h#imony with the requirements of the Project end rdth'the Provisions of lase Oon lte has serdiad`aii field measurements and conetmedonn afterbi auttarisla,' catalog numbeeared n+diela: riraUalatr`ottiify that t . Chop ►'# "' Yf1at-3ilM t:uar+atty Adll fly applthat the work represented by the dYaw{ngs:{eeeoarhrnkrr�cd.by 2.3.05 REJECTED WORK AND MATRRIMA: Apy"dsfa M ircela the'xaalt of pooriwirrkmaaehip, use of defective materials, damage throuidrcarelessness or any other. Vaasa 4 :be rimed' mWit ten days after written notice n given by the Owner, acct the work. shall be rs eaeenftdlrs the#?aniraotor. Us fact that the Engineer may have Wevioudy overlooked such. defective week abed not cohstituta an � of any part of it. a. Should the Contractor fail to remove resected work or ara*shi witltin On days -after written notice to do ' so, the Owner may remove thein and may Awn the maiariols b. Correction of faulty. work after-thral psymsnEshollbe Yt adNeit»ealrb $.5.12. 2.3.98 CUTTING AND PATCHING: %*Contractor ebeJi die'alt nteiakuy eaitt$ tgpd of the weak ftrat may be required to property roast" this work of the eeeioust � and Specifications to complete the structure. He shell restore all each wet or pattlnd'wedrm a piiitid b9 tiia ginaar. Cutting of existing structure that may esdangar tW'.woak. sdjaaent`prnperky, !►nriomNn orthe public AMU not be done. 28.07 CHARACTER OF WORX&MN Rhe Contractor ,shall at a9 'th1aa be'rMpansibie for the conduct and ' discipline of his employe and/or any:Subwattaetor or perched bar Snhoobtraetera. AN workmen must have sufficient knowledge, skid, and experience to perforin propgrly the work anigned to them. Any foreman or workman employed by the: Contractor' or Babcoatrattot who, doaawnot perform his -work in a skillful manner or appears to be incompetent or to eat m sain rderly'or (die®pests man *I, at" -written ngveet of the Owner, be discharged immediately and d" Hirt be tmployed-al"I tray pattifaa of a.9twtk'wit3otttahe approval of the ' - Owner. : - - 2.3.08 GUARANTY: The Contractor sholigawtestee a9 matads47iity a- f work perfeemd for a period of one year from the date of writtawaceeptatwe of ffii+,ysork.," _ ' a. The PerWrmrnce Bond shalt regoaiain'hi ll force and affect dnriagthe "WAMy paw. " b. Correction of faulty work after ffial poymentshollbear pro*kW in Paragraph 2.5.12... 8 ENt3IIVEERB 2 7 I , vene�flwoasoi me ivact Copyright 1970 — tat Printing SECTION 2.4INSVRANCEr°LY:fAL WRilzt'M*ft-SAFM ' 8.4.01 INSURANCE: The Contractor -shall not twmmence any work until he -obtain@, at his own expense, all required insurance. Such insurance must have the approval of the Owen as, to limit, form, and amount. The Contractor will not permit any Subcontractor to commence work on this project until the same - insurance requirements have been complied with by such Subcontractor. - a. Types: The types of insurancetheContractor is required Contract will be: Workmen's Compensation Insensate. Compositional "All -Risk" Insurance as detailed in the following portions of asp b. Evidence: As evidence of specified insurance 4owrtt %,1 ' certificates issued by the insurance carrier showing such policies certificate will bear an endorsement or statement valving rightt ofo days' notice in writing to be delivered. by regieoered mall to the O payment by the Owner to the Contractor and the'Coutracor ' specified, the Owner reserves the right :to procure such heauasee. the Contractor under this Contract. c. Adequacy of Performance: Any igsuramwbearing on ad completion of the project for the full guaranty period. Should in ' guaranty period and the Contractor fella bamediately to procured right to procure such insurance and to charge the cast thereof to th d. Payment of Damages: Nothing-aontahw&ln these bwaw extent of the Contractor's responsibility for payment of Anuft" ' 2.4.02 WORKMEN'S COMPENSATION' INSURANCE: Belem; Contractor is entered into, the Contractor shell submit written obtained, for the period of the Contract, tuft Workmen's Compeapai employ or may employ in carrying out the work under Cent ' with the requirements of the most current and applicable state Wor 2.4.08 COMPREHENSIVE - GENERAL LIABILITY 1l WRM Contractor shall submit written evidence that he"and all his SA Contract, fun Comprehensive Oinatral,iSebility Insurance ' -injury and property damage. (The Comprehensive- Gen" Lha Insureds: the Owner; the Engineer and his c maaitente,andaaeb of in [ ] in optional.) a. Bodily Injury portion shell include e001milp for pnjeey; j ' indirectly out of, or in connection with, the performance of wool of not less than two hundred thousand s($200,040).dollars -for -4R disease to or death of one person, and: a total limit of oneAnOW , out of bodily injury, sicknew, or disease and deathof:two or moria pi b. Property Damage, portion will :provide for a limit of natial for all damages arising out of injury to or destruction of propektya connection with the performance of work under this Contract. i collapse and underground exposure: _ - - ' o. Indemnity: Included in rich. Iwruanoe will be oontas provisions of Paragraph 2.4.05. 2.4.04 BUILDERS' RISK "ALL•RISV INSURANCE; Ilefeu'eroc submit written evidence that he has obtained, for the period of ' . Value Insurance coverage f incuding. Flood and/or Earthqusks)' %q Contract and including completed work and work in program A Insureds: the Owner; the Engineer amt his consultants; and ascif'. other persons with an insurable interest designated by the Owner isoptional.) : ' a. Deductible Clause r Such iateracke may have a deductible" $250.00. 2.4.05 INDEMNITY: The Contractor ehaN hddbermtan. indettai consultants, and each of their officers and emplaxeer and alexic,; arising or alleged to arise from the performance of the work i0_6 of the Owner or the Engineer. 2.4.06 PATENTS AND ROYALTIES: 11 any'.design, device,: rare copyright is used by the Contractor, be shall proelde,for each ms bj a duly authorized licensee of such owner, and shall;save harmieesl or expense on account thereof, including its use by the Owner.: 2.4.07 PERMITS: All permits and Ifistru aneasssarylor the Freaks ' the Contractor. 2.4.08 LAWS TO BE OBSERVED: Zhit Contractor d" give aR fro taws, ordinances and regulations in anygmnneraffecting the oon40111 the full [p Ial"mat ee�a0 Pealed. assn ,policy or potion curiae ofion ht coverage with out ten Should any policy be. cancelled before final Immediately to procure other insurance as 0 deduct the pest thereof front any mm due y of performance shall be maintained after plumate be cancelled before the end of the tiamae w specfied, this Owner reserves the sHiiretAetlbibtobeconstrued as lmithet the htrrees the Owner and the slid ad Subcontractors have We foe all persons whom they thall be in strict accordance a Insurance Laws. staement of the 'work, the tteined for the period of the death, arising directly or alshellprovide for a limit bodily injury, sickness or Idlers for damages arising meand ($200,000) dollars ' or indirectly out of or in traceincluding explosion, ttly"broad to insure the an A>hRtional Named In �w 1nN' antteiunt ofdedh h is the subject of this as Additional Named - @ and agents; and any used. (Provision in [ ] otible shall not exceed the Engineer and his dine, losses or damage Ing the sole negligence or present covered by lettere patent or grMmentw" the owner of the patent or ter end the Unghwer from any and all Iota - the work he sacoted and paid for by r° G9 k, i ON 2.6 PAYM1V'1'B'TO COMMAMOR ; 2.6.01 DETAILED BREAKDOWN OF CONTRACT AMOIRt payment under the Contract the Contractor 4", wltbin complete breakdown of the 6onknot Atmnnt shawlog the allowance for profit and overhand. Upon a of the bb shall be used as the bask for all ReAuats for .8.6.02 REQUESTS FOR PAYMENT- Tim Comer rosy once each mouth, a -Request for Payment for work done s Contractor shall furnish the Owner an reasonable iefoonufo the program and execution of the work. Payment for matftiil submitted to establish the Owner'stide to ands maferialc Era of work completed on all items Bated inthe Detailed Htaslidt lens 10 percent to be retained until find completion, and aeM 2.6.08 ENGINEER'S ACTION ON:A F:0N'1'RAVTO" RSi Payment shall be referred to the Engineer for his review and. i a. Recommend payment by tba Owner of the'Request 1 b. Recommend payment by the, Owner of ari& otb Contractor, informing the Owner and the Contractor m res amount. - c. Recommend to the Owner that payment of Oil Contractorand the Owner in writing of his reasons for so raft 2.6.04 OWNER'S ACTION ON REQUEST FOR PAYMENTt A Payment from the Contractor, the Owner shall: s. Pay the. Request for Payment as recommended by the7i b. Pay such other amount, In, waoedsnos with P"Waph,$ Worming the Contractor and the Engineer in writing of his seasowt-'. c.. Withhold payment in aclardana with Paragraph, 2.000,11 reasons for withholding payment. 2.6.06 OWNER'S RICHT TO WITHHOLD PAYMENT OP A J withhold payment, in whole or in -part, of a Request for-PAYWAA loss on account of any of the following: a. Defective work. b.. Evidence indicating the probable filing of Balms by d adversely affect the Owner..: c. Failure of the Contractor to acre, payments din to 861500 d. Damage to another contractor. 2.6.06 INTEREST ON UNPAID R9gV8SP8 FOR PA Payment or take alternate action in accordance -with receipt of such from the Contractor the Owner.abdl pay, Payment at the rate of six per cent per annum uai9t..peyawht 2,6.07 PAYMENT FOR UNCORRECTED WORK: awl" has been damaged or that was not performed is ` from the Contract Amount shall be made to eompesisM do 9.6.08 PAYMENT FOR REMOVAL, OF R> D W. materials rejected in accordance with Pah, 2.8.06 and, shed be at the aapense of the Cantaseter, sad he dWl pt destroyed or damaged by the removal of flea resected w basis for mbmit a inll udan - ower, it idiaadly, but not more than sad stored on the site. The s necessary data relative to oarpNdoned upon evidence 0,, be eomputed on the basis ,petess, a the cede nary be), ptetiehaspymsa�. R�laekxatari Regwsb for rhe Eogmereshall: w shell consider is due the muse meedina the emended .-tor Paymant- be withheld,: informing the r thkty days ;a' r •teesipk of a Request for I&; as 10 sMR" is due the Contractor, pepbag the amsaded amount ring the ttotcr.and the Engineer of his pirrri' aeq, tlei tette Which nary YMiiiFf : Sheuid the OwW fail to pay any Request for $tM, vii i�qr days from the date of his the kaorto. interacttutthe ammurt of the Request for it 04 de t the,Owanr.ithem tlas not to carreet work that accordance withnr-®eatrant Vo� an equitablededuction O�alssT t6r thai3napalNtal#isork. )RR' AM MATEi# c The removd of work and tba reerieiauan of secant" work by the Contractor acceptable work... a. Removal by Owner: Removal of rejected weak Or m accordance with Parapaph 2.S.Ot,shall be "Id by the Contra given by the Owner. If dna Contractor dose'not Pay *0 expand being given by the Owner of his intent to aeS tbeagifadi4s, the ads and will pay to the Contmetce the -not proeesds ihsmehcae have been borne by the Contractor. 2.6.09 PAYMENT FOR EXTRA:WORK: W;iKmnotice --Acid Contractor within ten days. attar receipt of iarimedoes •6roarf before any Work is commenced, except in-altlg7aKs#or sodtnEr made. In all cam, the Conk"ork itemiasd a eMsts eh Owner. The Owner'& order for Raise Work shell spoedy arry anti methods of payment: a. Unit prices or combinations of unit prim which foam a and etaasgeof •saataehds by the Owner, in ithin thirty:. days after written nodes to pay is mob removalAnd after tan dues' written notice r shag be given by the Extra Work and also hall be valid unlet so B be submitted to the I one of the following b. A lump sum based on the.Con4sctot'sees mate tad s tilF theme CONSULTDiG ENGINRERB COUNCBr 2.11 taons o e Umuwt Copyright 1970 - tat Printing value c. AaEua9�etaE�inisoeieeeeibso>•...fal....e:-it......w...:r.�• L of 5.0.10 PAYMM" FOR WORS SU by -Etre. Ownss_ and abandoned by 5 - the C.0110kaetot will then be- oak" the vides of the abandoned work to $tel FAYMXNT FOR WORK B maftnaction equipment, tools u ent, Toole and Supplies, an tD to the Agreement and Ce 2:RAZ PAYMENT FOR WORK W I7 v .ate termination of the Contract by the '01 Agreement and Complete the Work, noti the unpaidbalance of the Contract Am costs, the excess shall be paid to the Can Via Contractor shall pap the difference 6 damage incurred through the..OcatraetaA 2.0.18 PAYMENT FOR WORK TERN termination of the Contract by the Cont Work or Terminate Agreement, the Coat 3M4 to&At and materials, plus estelAisim SSA4 pA'fUXNT FOR SAMPiiB AR acceptance. a. Testing of samples and materials fuMiYled in aoeordawat writ and paid for by the Owner. 2.5.15 ACCEPTANCE AND FINAL PAY![LM. When the Combustor with the terms of the Contract Docuuimks, be sballoerdiy aompWIM Request for Payment, which shall be the Contract, Amoent p*id4 and lea previous payments made. The-Coniwetor sba5 foruilk "I" materials, and equipment incurred in connection with the work, 414 -14 release the Contractor except as to the condit +bti� and Correcti Bond, any legal rights of the Owner, will pay the Contractor's fiuel Requestr f Palimeat, Tbs C dors completion of the work and approval of the fiW=RetpaSt foYFs necessary data. a. Release of Lime: The Contractor ahs deliver to Eke Qwner m Contract before the retained percentage Or before ire fku!- unsatisfied after all payments are made, the C 4bactor,ahall rdl'Mup p have been compelled to pay in discharging saw Item iu dadl g ag 4"B, s work is completed. If including all -overhead m'.. suspension of the work or IMMA4:if 1 Right to Sinead no due 5wner Cor dna work performed, plus M Bompbd furnished in accordance with *peass`and may to used in the work, after N f.7E 6ffi, #lraopla, shalt be arranged W boo eoscgAetad die work in accordance AtM erotk Wand sabmia a final s+seedaifdttter In aneppsoved dfdoedons % f-�lr, t pld3 all debts far.labor, asxaplamoa,bl that 4wrier, the Owner will BoaW�rsad tbaY'E rid ,Tt4esasid Peo+mient and cheek the 0 0 ' DOMESTIC WATER SUPPLY WELL NO. 8 CITY OF MERIDIAN, ADA COUNTY, IDAHO SUPPLEMENTAL GENERAL CONDITIONS ' The following items are in addition to the General Conditions stated herein, and other requirements that are pertinent to the work. ' SECTION 3.01 DEFINITIONS Whenever used in the- Supplemental General Conditions or in the ' other Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof. . Agreement The written agreement between the Owner and the Contractor covering the work to be performed, including the Contractor's bid and ' the bonds. Bid The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the work to be performed. 1 Bidder Any person, firm, or corporation submitting a bid for the work. ' Bonds Performance and payment bonds and other instruments of security, furnished by the Contractor and his surety in accordance with ' the Contract Documents. Change Order A written order to the Contractor signed by the Owner authorizing an addition, deletion, or revision in the work, or an adjust- ment in the contract price or the contract time issued after execution of the agreement. ' Contract Price The total moneys payable to the Contractor under the Contract Documents ' Modifications Any written amendment of any of the Contract Documents (including change orders) duly executed and delivered after execution of the agreement. ' Project The entire construction to be performed as provided in the Contract Documents. Project Representative The authorized representative of the Engineer who is assigned to the project or any parts thereof. ' Shop Drawings All drawings, diagrams, illustrations, brochures, schedules, and other data which illustrate the equipment, materials, and work to be furnished by the Contractor. ' -29- 0 0 SECTION 3.02 DESCRIPTION AND SCOPE OF WORK The work contemplated under these Contract Documents comprises the drilling, casing, development, testing and equipping of one well for the City of Meridian, Idaho as described in the Advertisement for Bids and in the Technical Specifications. ' The Site Location Map shows the approximate location of the well to be drilled. It is the intent of these specifications that the Contractor will furnish all necessary labor, materials, equipment, and other pertinent items and perform all operations required for the work, as specified. The general features of the work to be performed are listed in the Proposal - Schedule of Items and Prices. ' SECTION 3.03 AWARD, EXECUTION OF DOCUMENTS, DELIVERY OF BONDS The award of the contract, if it is awarded, will be to the lowest ' responsible bidder whose qualifications indicate the award will be in the best interest of the Owner and whose proposal complies with all the pres- cribed requirements. No award will be made until the Owner has concluded ' such investigations as he deems necessary to establish the responsibility, qualifications, and financial ability of the bidders to do the work in accordance with the Contract Documents to the satisfaction of the ' Owner within the time prescribed. The Owner reserves the right to reject the bid of any bidder who does not pass such investigation to the Owner's satisfaction. In analyzing bids, the Owner may take into consideration alternates and unit prices, if requested by the bid forms. If the contract is awarded, the Owner will give the successful bidder written notice of award within thirty (30) days after the opening of bids. ' At least six (6) counterparts of the agreement and such other Contract Documents as practicable will be signed by the Owner and the Contractor. The Engineer will identify those portions of the Contract Documents not ' so signed and such identification will be binding on all parties. The Owner, the Contractor, and the Engineer will each receive an executed counterpart of the Contract Documents. ' Simultaneously with the execution of the Contract Documents, the Contractor will deliver the Owner the required bonds. Failure of the successful bidder to execute the Contract Dcouments and deliver the required bonds within ten days of the notification of the award shall be just cause for the Onwer to annul the award and declare ' the bid and any guarantee thereof forfeited. SECTION 3.04 CORRELATION, INTERPRETATION, AND INTENT OF CONTRACT DOCUMENTS ' It is the intent of the Specifications and Drawings to describe a completed project to be performed under the agreement. ' The Contract Documents comprise the entire agreement between the Owner and the Contractor. They may only be altered by a modification or as provided in the General Conditions of the Contract. 1 -30- 0 0 The Contract Documents are complementary; what is called for by one is as binding as if called for by all. If the Contractor finds a conflict error, or discrepancy in the Contract Documents, he will call it to the Engineer's attention in writing before proceeding with the work affected thereby. In resolving such conflicts, errors and discrepancies the Documents shall be given precedence in the following order: Agreement, Specifications, Drawing. Within the specifications the order of precedence shall be as follows: Supplemental General Conditions, Information for Bidders, General Conditions, Technical Specifications. Figure dimensions on Drawings shall govern over scale dimensions and detailed drawings shall govern over general drawings. Any work that may reasonably be inferred from the Specifications or Drawings as being required to produce the intended result shall be supplied whether or not it is specifically called for. Work, materials, or equipment described in words which so applied have a well-known technical or trade meaning shall be deemed to refer to such recognized standards. The Contractor assumes full responsibility for having familiarized himself with the nature and extent of the Contract Documents, work, locality, and local conditions that may in any manner affect the work to be done. SECTION 3.05 TIME FOR COMPLETION OF CONTRACT Time for completion of this contract shall begin on or before the date (date shall not preceed January 1, 1975) as specified in a written "Notice to Proceed" of the Owner and shall be completed no later than 90 consecutive calendar days thereafter except for allowable time extensions. SECTION 3.06 LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner that the date of beginning and time for completion, as specified in the contract of the work to be done hereunder, are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. The Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure completion thereof within the specified time. It is expressly understood and agreed by and betweenthe contractor and the Owner that the time for completion of the work described herein as a reasonable time for the completion of the same, taking into consideration the average climatic range and ususal industrial conditions prevailing in this locality. If the said Contractor shall neglect, fail, or refuse to complete the work within the time herein specified or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part considera- tion for the awarding of this contract, to pay to the Owner the amount specified in the contract, not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth for each and every calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. -31- 1 1 F 0 9 The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and difficulty of fixing and ascertaining the actual damages that the Owner would sustain in such an event and said amount is agreed to be the amount of damages which the Owner would sustain and said amount shall be retained from time to time by the Owner from periodical estimates as a part of retainage to insure proper completion of the project. 21 It is further agreed that time is of the essence of each and every portion of this contract and of the specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever, and where under the contract additional time is allowed for the completion of any work, a new time limit fixed by such extension shall be of the essence of this contract. The Owner is authorized to use such liquidated damages to pay additional costs for Resident Engineering and/or Inspection and such other costs as are incurred as a result of the delay in completion of the project within the specified contract time limit. Failure to complete the work within the time stipulated in the agreement, including extensions granted thereto, shall entitle the Owner to deduct from the moneys due the Contractor as "Liquidated Damages" an amount equal to $100.00 for each calendar day of delay in the completion of the work. SECTION 3.07 COPIES OF DOCUMENTS The Owner will furnish to the Contractor up to six copies of the Specifications and Drawings as are reasonably necessary for the execution of the work. Additional copies will be furnished, upon request, at the cost of reproduction. SECTION 3.08 Prior to the award of the contract, the successful bidder will submit to the Owner and the Engineer a list of the names of the subcon- tractors proposed for those portions of the work as to which the identity of the subcontractors must be submitted as specified in the Contract Documents. The Contractor will not employ any subcontractor (whether initially or as a substitute) against whom the Owner or the Engineer may have reasonable objection, nor will the Contractor be required to employ any subcontractor against whom he has reasonable objection. The Contractor will not make any substitution for any subcontractor who has been accepted by the Owner and the Engineer, unless the Engineer determines that there is good cause for doing so. SECTION 3.09 TESTING OF MATERIALS The Contractor shall furnish the Engineer, upon his request, samples of materials used or to be used in the work. Such samples shall be made available so that proper tests can be made and the quality of the material determined without delaying the construction. Testing of the materials shall be done by a recognized testing laboratory in the state, and materials which fail to meet the requirements of the Specifications therefore will be rejected. -32- 1 -33- Testing of the required samples and materials shall be arranged and paid for by the Contractor. This section supersedes Paragraphs 2.3.02 and 2.6.14 of the General Conditions of Contract. ' SECTION 3.10 SOURCE AND COST OF MATERIALS All materials furnished or incorporated in this project shall conform to the requirements of these Specifications hereof a part. Aggregate for gravel and other items of the project requiring sand, rock, crushed gravel, etc., is not available from any City owned pit and it shall be the Contractor's responsibility to acquire ' the necessary rights to obtain and use such aggregate that will meet the requirements of these Specifications. ' The Contractor shall acquire the necessary rights, at his own expense, to take material from such aggregate sources and to use the property for plant site, hauling roads, and other purposes and to pay all ' costs involved. SECTION 3.11 SCHEDULE OF OCCUPATIONAL CLASSIFICATIONS AND MINIMUM ' HOURLY WAGE RATES In accordance with Section 44-1006, Idaho Code (Supplement) as enacted by the Legislature of the State of Idaho, February 19, 1955, ' the current minimum wage rates are to be paid various classes of laborers and mechanics in the performance of this contract as listed by the Depart- ment of Labor, State of Idaho, which are hereinafter included and incor- porated as a part of these Specifications, including any revisions made prior to bid opening date. ' The minimum wages to be paid laborers and mechanics on this project, as determined by the Idaho Department of Labor to be prevailing for the corresponding classes of laborers and mechanics employed on projects of a character similar to the contract work in the pertinent locality, ' are designated as the Wage Determination, and it is appended hereto. ' The Owner does not guarantee that labor can be procured for the minimum wages set forth in the schedules mentioned above. The rates of wages listed are minimum only, below which the Contractor cannot pay and they do not constitute a representation that labor can be procured for ' the minimum listed. It will be the responsibility of the Contractor to ascertain for himself the wages above the minimum set forth that he may have to pay. ' Appended hereto are current wage rates as determined by the Idaho Department of Labor. ' SECTION 3.12 INFORMATION REGARDING EXISTING FACILITIES The information relative to the location of utilities and structures ' indicated on the Plans was obtained from the best information available and field observation, however, the Owner cannot guarantee the accuracy or completeness of the information. The Contractor shall, insofar as 1 -33- E possible, determine the exact location of the underground obstructions prior to commencing drilling, and will be held responsible for the repair of any damage to any and all underground structures and/or utilities caused by his construction operations. SECTION 3.13 CONSTRUCTION SITE The improvements as designated on the Plans are to be constructed on land belonging to the Owner. The Contractor shall confine his operations to the limits of the Owner's property, unless the Contractor, at his own expense, obtains the right to use adjacent property, in which case the Contractor shall pay all costs involved in acquiring such rights, and all clean up shall be made as required by these Specifications. This section supersedes Paragraph 2.4.16 of the General Conditions of the Contract. SECTION 3.14 UNFORESEEN DIFFICULTIES The Contractor shall protect his work and materials from damage due to the nature of the work, the elements, carelessness of other contractors, or from any cause whatever until the completion and acceptance of the work. All loss or damages arising out of the nature of the work to be done under these Contract Documents, or from any unseen obstruction or defects which may be encountered in the prosecution of the work or from the action of the elements shall be sustained by the Contractor. SECTION 3.15 MEASUREMENT AND PAYMENT All work acceptably completed under the contract. shall be measured by the Engineer according to United States standard measures, and the quantities of work performed or materials furnished shall be computed on the basis of such measurements. The Contractor shall accept the compensation as herein provided, in full payment for furnishing all materials, labor, tools, and equipment and for performing all work under the contract; also for all loss or damage arising from the nature of the work, or from the action of the elements, or from any unforeseen difficulties which may be encountered during the prosecution of the work, until its final acceptance by the Owner. SECTION 3.16 PERFORMANCE AND PAYMENT BONDS Simultaneously with the execution of the .Contract Documents, the Contractor shall furnish the Owner with a performance bond and a payment bond in a penal sum equal to the amount of the contract price, conditioned upon the performance by the Contractor of all undertakings, covenants, terms, conditions and agreements of this contract, and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the work provided by their contract. Such bonds shall be executed by the Contractor and a corporate bonding company licensed to transact such business in the State of Idaho and acceptable to the Owner. The expense of this bond shall be borne by the Contractor. If at any time a surety on such bonds becomes irresponsible or loses its right to do business in the State of Idaho, the Owner may require another -34- 1 0 0 surety which the Contractor shall furnish within ten (10) calendar days ' after receipt of written notice to do so. Evidence of authority of an attorney-in-fact acting for the corporate surety must be provided in the form of a certificate as to his power of attorney and to the effect ' that it is not terminated and remains in full force and affect on the date of the bond. The form of the bond shall be subject to approval by the Owner. SECTION 3.17 INSPECTION The Engineer will observe the work to the extent necessary, in the Engineer's judgment, to determine that the provisions of the contract documents are being properly fulfilled. The Engineer's inspection of the work done shall not relieve the Contractor of his obligation to furnish materials and perform acceptable work in conformance with these contract documents. The Engineer and representative of the City of Meridian Department of Public Works and State Agencies shall at all times have access to work wherever it is in preparation of progress, and the Contractor shall provide facilities for such access and for inspection. SECTION 3.18 INSURANCE The Contractor shall not commence work under this Contract until he has furnished the Owner with satisfactory proof of the carriage of insurance as specified herein: A. Compensation Insurance The Contractor shall maintain, during the life of this Contract, Workmen's Compensation Insurance, or equivalent, for all his employees employed on.this work, and he shall require any subcontractors to provide similar insurance for all said subcontractor's employees unless said subcontractor's employees are covered by the insurance maintained by the Contractor. B. Public Liability and Property Damage Insurance The Contractor shall maintain Public Liability Insurance against death or injury to persons or damage to property, during the life of this Contract; said insurance in such form as it will protect Contractor and Owner from all claims as above provided, inthe following amounts: 1. Public Liability Insurance not less than $150,000 for injuries to any one person, including accidental death, and not less than $300,000 for any one accident. 2. Property Damage Insurance not less than $100,000 The Contractor's Public Liability and Property Damage Insurance shall provide the primary coverage on all claims arising out of the performance of the Contract. -35- I PREVAONG WAGE RATES FOR USE OR ALL PUBLIC WORKS PROJOS IN CONFORMITY WITH THE PROVISIONS OF SECTION 44-1006, IDAHO CODE. HEOULE 111: SOUTHERN IDAHO IDAHO DEPARTMENT OF LABOR AND (To be used with Schedules INDUSTRIAL SERVICES 3 and/or 4) INDUSTRIAL ADMINISTRATION BUILDING P.O. BOX 1777, 317 MAIN STREET ' .. BOISE, IDAHO 83702 JOB CLASSIFICATION BORERS: 'General Laborers, Sloper, Clearing and Grading, Form Stripper, Concrete Crew, Concrete Curing Crew, Carpenter Tender, Asphalt Laborer, Hopper Tender, Flagman (including Pilot Car), Watchman, 'Heater Tender, Stake Jumper, Choker Setter, Spreader and Weighman, Power Wheelbarrow, Scouring Concrete, Rip Rap Man (hand placed), Fence Erector and Installer - manual or mechanical (includes the installation and erection of fences, guard rails, median rails, reference posts, guide posts, and right-of-way markers), Crusher Helper, Cribbing and Shoring (in open ditches), Machinery and Parts Cleaner, Leverman- " Manual or Mechanical, Demolition - Salvage, ' Landscaper, Tool Room Man, Janitor --------------- Chuck Tender, Driller Helper, Air Tampers, 'Gunnite Nozzleman Tender, Pipe Wrapper, Tar Pot Tender, Concrete Sawyer, Signalman, Handling Cement, Dumpman, Steam Nozzleman, 'Air and Water Nozzleman (Green Cutter, concrete), Vibrator (less than 411), Pumperete and Grout Pump Crew, Hydraulic Monitor------"----- ' Pipe Layer (including Sewer, Drainage, Sprinkler Systems, and Water Lines), Free Air Caisson, Jackhammer, Paving Breaker, Powder- - 'man Helper, Asphalt Raker, Gasoline Powered Tamper, Electric Ballast Tamper, Sand Blasting, Form Setter - Airport Paving, Gunman (Gunite), 1 Manhole Setter, Hand Guided Machines (such as Rotor Tillers, Trenchers, Post Hole Diggers, Walking Garden Tractors, etc.), Form Setter '(Highway Curb and Gutter), Vibrator (4" and over), Timber Faller and Bucker, Metal Pan Installer---------------------------------------- 1 �ge 1 of 6 oject No. Revised: December, 1974 1 In -2 BASIC HOURLY (FRINGE BENEFITS) WAGE H&W PENSION TRNG. VAC. $5.97 .45 .45 6.07 .45 .45 6.17 .45 .45 .10 .20 .10 .20 .10 .20 1 r B CLASSIFICATION BORERS (CONT.): SCHEDULE #I BASIC HOURLY (FRINGE BENEFITS) WAGE H&W PENSION TRNG. VAC. 1 Mod Carrier, Mason Tender, Plasterer Tender, Mason Tender (Concrete), Terrazzo -Tile Tender=------------------------------------------- $6.27 .45 .45 1 Highscaler, Wagon Drill, Gunite, Nozzleman, -Grade Checker------------------------------------- 6.32 .45 .45 1 Drillers on Drills with manufacturers rating 3" or over, Diamond Drill------------------------- 6.57 .45 .45 1 Powderman----------------------------------------- 6.82 .45 .45 UNDERGROUND 1 Reboundman, Chucktender, Nipper, Dumpman, Vibrator (Less than 411), Brakeman, Muckers, 1 Bullgang------------------------------------------ 6.12 .45 .45 .45 Form Setter and Mover (Underground)--------------- 6.27 .45 1 Miners, Machinemen, Timbermen, Steelmen, Drill Doctors, Spaders and Tuggers, Spiting and/or Caisson Workers, Vibrator (over 4")-------------- 6.57 .45 .45 LER EQUIPMENT OPERATORS Brakeman, Crusher Plant Feeder (mechanical), Deckhand, Drill Helpers, Grade Checkers, Heater Tender, Land Plane, Pumpman, Rear ' Chainman------------------------------------------ Air Compressor, Assistant Refrigeration Plant Operator, Bell Boy, Bit Grinder Operator, 1 Blower Operator (Cement), Bolt Threader Machine Operator, Broom, Cement Hog, Concrete Mixer, Concrete Saw - Multiple Cut, Discing - Marrowing or Mulching (regardless of Motive Power), Distributor Leverman, Drill Steel Threader Machine Operator, Fireman - All 1 Heavy Duty Mechanic Helper or Welder Helper, Head Chainman, Hoist (Single Drum), Hydraulic Monitor Operator (Skid Mounted), Oiler (single piece of equipment), Pugmixer - Box or Screed 1 Operator, Spray Curing Machine, Tractor (Rubber Tired Farm Type using attachments) -------- 1 Page 2 of 6 project No. vised: December, 1974 1 -37- 7.05 .50 7.21 .50 .55 .55 .10 .20 .10 .20 .10 .20 .10 .20 10 .20 10 .20 .10 10 .10 .20 108 CLASSIFICATION -POWER EQUIPMENT OPERATORS (CONT.): SCHEDULE 11 A -Frame Truck (Hydra lift, Swedish Cranes, -Ross Carrier, Hyster on Construction Jobs), 'Battery Tunnel Locomotive, Belt Finishing Machine, Cable Tenders (Underground), Chip Spreader Machine (-Sel-f- Propelled), Hoist (2 or more drums or Tower Hoist), Hydra - lift fork lift and similar (when hoisting), Oilers (Underground), Power Loader (Bucket Elevator, Conveyors), Rodman, Road Roller (Regardless of motive Power) ----------------- Boring Machines (Earth or Rock), Quarry - master - Joy — tractor mounted, Drills (Churn -Core -Calyx or Diamond), Front End and Overhead Loaders and Similar Machines '(up to and including 4 yds.), Grout Pump, Hydra -hammer, Instrument Man, Locomotive Engineer, Longitudinal Float Machine, Mixermobile, Spreader Machine, Tractor ' (Rubber tired, using backhoe), Transverse Finishing Machine, Trenching Machines, Waggoner Compactor and Similar, Asphalt ' Spreaders ------------------------------------- Conerete Plant Operator, Concrete Road 'Paver (Dual), Elevating Grader Operator, Euclid Elevating Loader, Generator Plant Operator - Mechanical (Diesel Electric), 'Post Hole Auger or Punch Operator, Power Shovels and Draglines (under 1 yd.), Pumperete, Refrigeration Plant Operator, Road Roller (Finishing High Type Pave- ment), Skidder - Rubber tired, Subgrader, Service Oiler, Multiple Station Beltline Operator (Teton Dam Project Only) -------------- Asphalt Pavers (self propelled), Asphalt Plant Operator, Blade Operator (Motor 'Patrol), Concrete Slip Form Paver, Cranes (up to and including 50 ton), Crusher Plant Operator, Derrick Operator, Drilling Equipment - bit under 8" (Robbins Reverse ' Circulation and Similar), Front End and Overhead Loaders and similar machines ' (over 4 yds. to and including 7 yds.), Page 3 of b oject No. vised: December, 1974 -38- 0 BASIC HOURLY(FRINGE BENEFITS) WAGE HbW PENSION TRNG. VAC. $7.53 7.84 8.01 50 .55 .10 .50 ' .55 .10 50 .55 .l0 SCHEDULE /1 _ IB.CLASSIFICATION POWER EQUIPMENT OPERATORS (CONT.): Koehring Scooper, Heavy Duty Mechanic or Welder, Mucking Machine (Underground), 'Multi -batch Concrete Plant Operator, Piledriver Engineer, Power Shovels and .Draglines (1 yd. to and including 3 1/2 yds.), Tower Crane Operator, Tractor (Crawler type, including all attachments), ' Refrigeration Plant Operator (over 1,000 tons), Trimmer Machine Operator, Tournapulls (Euclid and Similar, to and including 40 yas.)-------------------------------------------- Cableway Operator, ------------------------------------------- Cableway-Operator, Continuous Excavator (Barber -Greene WL -50), Cranes (Over 50 tons), Dredges, Drilling Equipment - bit 8" and 'over (Robbins Reverse Circulation and Similar), Fine Grader (CMI or equivalent), Front End and Overhead Loaders and similar machines (over 7 yds.), Power Shovels and 'Draglines (over 3 1/2 yds.), Quad Type Tractors with all attachments, Tournapulls, (Euclid and Similar, over 40 yds. to and jincluding 50 yds.), Multiple Scraper Units------- Tournapulls (Euclid and Similar, over 50 'y8s. to and including 75 yds.)------------------- Tournapulls (Euclid and Similar, over 75 'yds. to and including 100 yds.)------------------ Tournapulls (Euclid and Similar, over 100 yds.) -------------------------------------------- JUNDERGROUND MEN SHALL BE PAID 10% ADDITIONAL EXCEPT OP.. OR MUCKING MACHINE AND BATTERY FUNNEL LOCOMOTIVES AND OILERS AND CABLE ENDERS. UCK DRIVERS Leverman Loading at Bunkers, Pilot Car or EscortCar --------------------------------------- Vat Bed - 2 axle and Pickup Hauling Material, Water Tank Truck (1800 gallons and under), 'Fork Lift (3,000 and under), Ambulance Driver ---- Flat Bed - 3 axle, Fuel Truck (1,000 gallons 'Bnd under), Greaser, Tireman, Serviceman, uggymobile, Man Haul (Shuttle Truck or Bus)----- �Pge 4 o 6 ject No. v,Sed: December, 1974 -1 - • BASIC HOURLY (FRINGE BENEFITS) WAGE H&W PENSION TRNG.VAC. $8.19 .50 .55 .lo 8.60 .50 8.83 .50 9.06 .50 9.30 .50 6.80 .55 6.86 .55 6.92 .55 .55 .55 .55 .55 .10 .10 .10 .10 .55 .10 .15 .55 .10 .15 .55 .lo .15 ' • SCHEDULE 1)1 �B CLASSIFICATION ti _,K DRIVERS_(CONT.)_ Transit Mix Truck (3 yds. and under), Warehouseman, Truck Helpers, Slurry ' br 1oncrete Pumping Truck-------------------- 1Jat Bed using Power Takeoff, Water Tank Truck (Over 1800 - 4,000 gallons), Semi ' Trailer - Low Boy (Up to 96,000 lbs., GVW), Fork Lift (over 3,000 lbs., Bull Lift Hydro Lift), Ross Hyster, and similar Straddle Equipment, "A" Frame Truck '(Swedish -Crane,- Iowa- 3000', -Hydro -lift) ----------- Transit Mix Truck (Over 3 yds. to 6 yds.)----- ' Water Tank Truck (Over 4,000 gallons), Fuel 'Truck (Over 1,000 gallons), Distributor or Spreader Truck -------------------------------- - Transit Mix Truck (Over 6 to 8 yards), ' Dunptors, Field Tireman, Serviceman----------- Transit Mix Truck (Over 8 yds. to 10 yds.), Snow Plow (Truck Mounted)--------------------- Low Boy (96,000 lbs., GVW, and over), Bulk Cement Tanker (96,000 lbs., GVW, and over) ---- Trans i t ver)----Transit Mix Truck (Over 10 yds.)-------------- Furnarocker and Similar Equipment------------- Truck, Side, End and Bottom Dump: -'.A. 6 yds. and under -------------------------- B. - Over 6 yds. and including 12 yds .--------- _C. Over 12 yds. and including 20 yds .-------- D. Over 20 yds. and including 30 yds .-------- ! E. Over 30 yds. and including 40 yds .-------- F. Over 40 yds. and including 50 yds. -------- G. Over 50 yds. and including 75 yds. -------- H. Over 75 yds. and including 100 yds. ------- 1. Over 100 yds .----------------------------- ' Truck Mechanic-------------------------------- ' UNDERGROUND: 10% ADDITIONAL Ige 5 of 6 oject No. Revised: December, 1974 -40- • BASIC HOURLY (FRINGE BENEFITS) WAGE HSW PENSION TRNG. VAC. $6.98 .55 .55 .10 .15 7.03 .55 .55 .10 .15 7.24 .55 .55 .10 .15 7.30 .55 .55 .10 .15 7.36 .55 .55 .10 .15 7.47 .55 .55 .10 .15 7.53 .55 .55 .10 .15 7.59 .55 .55 .10 .15 7.65 .55 .55 .10 .15 7.13 .55 .55 .10 .15 7.24 .55 .55 .10 .15 7.47 .55 .55 .10 .15 7.65 .55 .55 .10 .15 7.76 .55 .55 .10 .15 7.88 .55 .55 .10 .15 8.21 .55 .55 .10 .15 8.44 .55 .55 .10 .15 8.67 .55 .55 .10 .15 8.09 .55 .55 .10 .15 ' • SCHEDULE #1 UCLASSIFICATION K DRIVERS (CONT.): Two or four wheeled Power Tractor with Trailer, i.e., Tournatrailer, Athey Wagon, Terra Cobras, LeTourneaus, Westinghouse; DW -10, 20, 21 and 24; 619C and similar type equipment when transporting material loaded by external means; also power boom and similar type trucks when 'performing work within the teamster jursidiction regardless or types of attachment - Base rate from Group 12 or yardage scale from Group 13, ' whichever is greater. ge6of6 oject No. Revised: December, 1974 - -41- BASIC HOURLY (FRINGE BENEFITS) WAGE HEW PENSION TRNG. VAC. 11UTHWESTERN IDAHO: �ItAu nli--- 0 LOWER PART OF PAYETTE, GEM, SCHEDULE 64 • IDAHO COUNTY, ALL OF_ADAMS7_VALLEYr WASH.LNGTON,_._.----_. BOISE, CANYON, ADA, ELMORE, AND OWYHEE-000NTIES.- _ KilLDING AND HIGHWAY CONSTRUCTION: r. ASBESTOS WORKERS --------------------------------- jplLER MAKER------------------------------------- LER MAKER'S HELPERS--- ------- ----------- -'---- --- ZIERS--- ------- --------------------=---------- IHTERS, BRUSH, PAPERHANGERS -------------------- Preparatory work for painting ------------------ INTERS, STEEL (Bridges, Steel Towers, Tanks on Legs, Steeples, Stacks, All Structural 'Steel including any and all pipes and conduit that might be attached or separate) ------------ PAINTERS, Application of toxic chemical materials 'and, but not restricted to, such materials as Bitumastic coatings ---------------------------- SignPainters ---------------------------------- 'PerfaTapers----------------------------------- Bazooka Operator ------------------------------- Painters, Spray Gun, and Sandblasting ---------- Pot Tender------------------------------------- ' (ALL SWING STAGE WORK OR WORK ABOVE 30' IN HEIGHT, AND UP TO 501, THE RATE OF PAY WILL 1 BE 354 ABOVE SCALE, UP TO 100' - $1.00 ABOVE SCALE, AND 504 PER 50' ABOVE 1001.) ESTERERS--------------------------------------- VATOR CONSTRUCTORS---------------------------- ELECTRICIAN-------------------------------------- BLE SPLICER------------------------------------ Journeyman------------------------------------- (HAZARD RATE WILL BE 10% ABOVE EXISTING RATES.) ELECTRICIAN - LINE CONSTRUCTION OVER-345KV------ Journeyman Lineman, Certified Welder----------- Equipment Operator------------- Groundman-------------------------------------- Cable Splicer ---------------------------------- ECTRICIAN LINE CONSTRUCTION UNDER 34.5KV Journeyman Lineman, Certified Welder ----------- 'Equipment Operator------------------------- Groundman-------------------------------------- Lineman------------ ---------------------- FT FLOOR LAYER, CARPET AND LINOLEUM ------------ UMBERS, STEAM FITTERS, JOURNEYMAN-------------- • Detail Man, Pipe Bender, Processing Piping, Material Man, Layout Man----------------------- Page 1 of 2 rroject No. evised: December, 1974 ' -42- AA-,ic HOURLY (FRINGE BENEFITS) WAGE HEW PENSION TRNG. VAC. $8.71 .50 .82 .02 7.95 .65 1.00 .02 .50v 7.15 .6o 1.00 .02 .50v 6.37 .25 .30 .02 7.26 .25 .25 .02 7.26 .25 .25 .02 7.36 .25 .25 .02 7.73 .25 .25 .02 7.36 .25 .25 .02 7.26 .25 .25 .02 7.46 .25 .25 .02 7.73 .25 .25 .02 7.73 .25 .25 .02 7.00 .32 .32 .20 7.23 .345 .23 2%+a 8.48 .40 .25 1% 9.33 .4o .25 1% 8.48 .4o .25 1% 7.52 .35 1% 3/4 of 1% 6.85 .35 ` 1% 3/4 of 1% 5.66 .35 1% 3/4 of 1% 8.27 .35 1% 3/4 of 1% 7.10 .35 1% 3/4 of 1% 6.39 .35 1% 3/4 of 1% 5.45 .35 1% 3/4 of 1% 7.10 .35 1% 3/4 of 1% 6.00 .25 .10 .10 8.79 .37 .40 .10 9.70 .37 .40 .10 SCHEDULE /4 8 -CLASSIFICATION MILDING AND HIGHWAY CONSTRUCTION (CONT.): **IRONWORKERS - Ornamental, Structural, Ilnforcing: Adams, Valley, and Washington Counties north of the Weiser-Gibbonsville Line land Idaho-------------------------------------- Remaining Counties----------------------------- F,PENTERS: loor Layer, Shingler, Drywall Applicator - and Installer of Metal Studs, Metal Framing, Accoustical Material, Metal Partitions, 'Porcelain, Enamel and Metal Panels, Marlite or Rigid or Flexible Plastics, Laminatus, Weather Stripping and Insulation--------------- ' Saw Filer, Stationary Machine Operator, Piledriverman, Bridgeman, and Wharf Builder---- ' Millwrights, Piledriver Boomman, Machine Erector--------------------------------- ENT MASONS: Journeyman Cement Mason--------- 'Gunite and Composition Floor Layer, Power Trowel and Power Grinder Operator -------------- EETMETAL -------------------------------------- ICKLAYERS, BLOCKLAYERS, AND STONEMASONS -------- IdahoCounty ----------------------------------- LE SETTERS ------------------------------------- RRAllO WORKERS --------------------------------- RBLE MASONS ------------------------------------ ROOFERS, JOURNEYMEN, AND KETTLEMEN --------------- Coal, Tar, and Pitch Products-------------- RINKLER FITTERS -------------------------------- Employer credits 4% of basic hourly rate of employee with over 5 years service, 2% basic hourly rate from 6 months to 5 years service 'to Vacation Plan. Six paid holidays (A through F). ID HOLIDAYS: - New Year's Day 0 - Labor Day - Memorial Day E - Thanksgiving Day C Independence Day F - Christmas Day BASIC HOURLY (FRINGE BENEFITS) WAGE H&W PENSION TRNG. VAC. $7.95 .48 .8o .05 8.09 .50 .75 .02 7.62 .42. .30 .10 .4o 7.79 .42 .30 .10 .40 7.91 .42 .30 .10 .40 7.40 .40 .35 .10 25 7.60 .40 .35 .10 25 8.86 .32 .30 .04 7.40 .4o .30 8.15 .30 6.25 .40 .30 6.25 .40 .30 6.25 .40 .30 7.40 .33 .20 8.90 .33 .20 9.25 .50 .70 .o8 b. All employees who have been employed for a period of one year after the effective date of this agreement shat have two weeks vacation with pay. All employees with ten years continu- ous service shall receive three weeks vacation with pay. NOTE: South of Parallel 46 North City Limits of Weiser, Idaho, on the West through Gibbonsville, on the East (for Ironworkers only). Ige 2 of 2 Project No. Ivised: December, 1974 -43- • DOMESTIC WATER SUPPLY WELL NO. 8 CITY OF MERIDIAN, ADA COUNTY, IDAHO TECHNICAL SPECIFICATIONS ' SECTION 4.01 SCOPE These specifications cover the complete drilling, casing, development and testing of a water supply well for the City of Meridian, Idaho. The estimates of quantities are only approximate. The Owner reserves the right to increase or decrease individual items in such amount as may be, in his sole judgement, to his best interests depending upon conditions encountered or observed during drilling. ' SECTION 4.02 LOCATION The well is to be drilled in the vicinity of the Swimming Pool ' of the -Western Ada Recreation District at Meridian, Idaho as shown in•.the attached J -U -B ENGINEERS, Inc. drawing no. N741014. The location of the well site will be field staked prior to the award of the contract. 1 -44- SECTION 4.03 MINIMUM WELL CONSTRUCTION STANDARDS The Contractor shall be required to conform to the applicable portions of the Minimum Well Construction Standards established by the ' Idaho Department of Water Resources, including the.provisions governing treatment of flowing well conditions. SECTION 4.04 METHOD OF DRILLING The Contractor shall be required to use the cable -tool method of drilling only. SECTION 4.05 MOBILIZATION AND DE -MOBILIZATION ' The Contractor shall move in and set up all necessary equipment for the drilling of the well, and shall remove all such equipment upon completion of the drilling and testing. No separate payment will be made ' for such work, and the cost of all such sork shall be included in the amount bid for drilling or for other items bid in the proposal. ' SECTION 4.06 SURFACE SEAL The surface seal shall consist of about 200 feet of minimum 20 -inch casing, as indicated below, either grouted or sealed with bentonite, ' depending on the method of drilling. If drilling is by cable tool method, the Contractor shall maintain a commercial bentonite slurry around the 20 -inch casing during the construction of the well. The slurry shall be added as necessary to maintain a positive indication at the surface. It is desired to maintain a close contact between the outside of the casing and the wall of the hole. The Contractor shall drive the casing ' so that no more than about five (5) feet of open hole exists below the casing at any one time. 1 -44- Payment for providing the surface seal, as specified above, will be at the lump sum price bid in the Proposal - Schedule of Items and Bids. SECTION 4.07 DRILLING It is estimated that drilling will be in sediments such as clay, silt, sand or gravel. The Contractor will provide the well drilling rig, well tools, bailer or mud pumps as required, and all other equipment, materials and supplies required for the filling and completing the well. All, such equipment shall be in good condition and properly maintained. The well shall be drilled to accomodate minimum 20 -inch O.D. casing to a depth of about 200 feet, as directed by the Engineer. Below the minimum 20 -inch casing the well shall be drilled to accomodate minimum 16 -inch O.D. casing. It is anticipated that the well will be drilled to a total depth of 550 feet, with a screen assembly consisting of 10 -inch O.D. well screen and casing below a depth of about 400 feet. Artesian conditions are expected and the Contractor shall be prepared to have the means available to insure that drilling can be continued to the total depth desired. Measurement for payment for dilling shall be of the depth below ground surface of the hole actually drilled. No classification of materials will be made, and payment for drilling will be at the unit prices bid in the Proposal - Schedule of Items and Bids, regardless of the type of materials or conditions encountered. SECTION 4.08 CASING ' It is contemplated that the well, when completed shall be cased with nominal 20 -inch diameter casing to a depth of about 200 feet and with 16 intfi.diameter easing which shall extend from 18 inches above ground surface to the top of the well screen assembly at about 400 feet. The minimum 20 and 16 inch casings shall have a minimum wall thickness of 0.375 inches. The 10 inch casing used in the screen assembly shall have a minimum wall thickness of 0.365 inches. All casing shall be new steel pipe, round and joined with full penetration welds made by properly qualified operators. Measurement for payment for casing shall consist of the actual length of linear feet of blank casing.that remains ' in the well after completion, not including the length of screen. Payment for casing shall be at the unit price bid in the Proposal - Schedule of Items and Bids and shall include furnishing casing, trans- portation to and handling at the job site and installation in the well. Any temporary casing or casing pulled back, which may be required, shall remain the property of the Contractor without reimbursement for its use. The 16 inch casing shall be pulled back to expose the screen and ' 10 inch blank casing. Payment for pulling the 16 inch casing back shall be made on a lump sum basis as provided in the Proposal - Schedule of Items and Bids. The Contractor shall have hydraulic casing jacks of not less than ' 100 ton capacity available for pulling back the casing if required. The cost of furnishing and installing any drive shoes shall be included as a separate bid item in the Proposal - Schedule of Items and Bids. ' -45- I a i ' SECTION 4.09 SCREENS The Contractor shall furnish and install and appropriate screen with ' length and slot size as directed by the Engineers. The length of screen shall be determined after the drilling of the well and the screen slot size shall be determined after samples of water bearing formations have been properly analyzed for size gradation. The screen shall be of the ' V -slot continuous wire -wound type (UOP Johnson manufacture or equal) in Watermark stainless steel of 10 inch pipe size. The screen sections shall be equipped with welding rings at both ends. tBlank casing probably will be required in the screen assembly with a reducing cone or seal approved by the Engineer, between the ' 16 inch casing and the screen assembly. The bottom of the screen assembly shall be closed with a steel plate of minimum 0.250 inch thickness. If more than one set of welding rings are required, the cost of extra welding rings will be paid at the price bid in the Supplemental - Items ' and Bids. Measurement for payment for screen shall be of the actual length ' of such item installed in the well. Payment for screen shall be at the unit price bid in the Proposal - Schedule of Items and Bids, and shall include all costs of furnshing and installation, together with one set ' of welding rings and the seal or reducing cone. Payment for nominal 10 inch blank casing shall be at the unit price bid in the Proposal - Schedule of Items and Bids. ' SECTION 4.10 GRAVEL FILTER After the screen assembly has been installed in the well the Con- tractor shall introduce a graded gravel filter, approved by the Engineers into the annular space between the 10 inch casing and either the hole or the 16 inch casing. It is anticipated that a screen opening of 0.040 ' inches will be used and the Contractor should anticipate the grading of the filter. The gravel filter shall be brought to a point 20 feet above the top of the well screen and maintained at that level until after development is completed. After completion of testing additional gravel ' will be added and surface completion made in accordance with the direction ofthe Engineer. Payment shall be at the lump sum price bid in the Proposal Schedule for Items and Bids and shall include all costs of furnishing and ' installation. SECTION 4.11 DEVELOPMENT ' Upon completion of the drilling, installation of the screen, and installingthe gravel filter, the Contractor shall develop the well by surgingusing a swab or bailer not less than 1/8 inch diameter smaller than the inside of the screen. Material brought into the well shall be removed frequently by bailing. Development shall continue until no appreciable amount of material is brought into the well after 30 minutes ' of vigorous surging or as directed by the Engineer. Upon completion of development, all materials shall be thoroughly cleaned from inside the casing and screen. Measurement for payment for development shall ' be for the actual hours spent in surging or developing the well and shall not include time spent in installation or removal of :equipment or for repairs or maintenance work. Payment shall be at the hourly rate bid ' -46- • 0 In Proposal - Schedule of Items and Bids for developing, which shall include the cost of furnishing the equipment or materials required. SECTION 4.12 TESTING Upon completion of the development at the well, the Contractor shall test the well to determine the yield and drawdown. Testing equip- ment shall be capable of delivering a continuous supply of at least 1500 gpm from a depth of 300 feet. Testing shall be with a standard turnbine pump. The Contractor shall furnish and install all necessary equipment for the testing including a suitable means for measuring accurately the discharge from the well and the water level in the well during the testing operation. Test pumping shall be conducted.in an uninterrupted manner for at least twenty-four hours duration. The Contractor shall be responsible for providing a means for safe re -fueling during operation, to prevent even brief shut -down, if such is necessary in the testing procedure used. The Contractor shall be responsible for making arrangements with the Owner for satisfactory disposal of water during the test period. Water shall be disposed of in the Nine -Mile Drain ditch running near to the site. Payment for furnishing, installing and removing the testing equipment shall be at the applicable lump sum price bid in the Proposal - Schedule of Items and Bids. Payment for operating test pumping equipment shall be at the hourly rate bid for conducting pumping test. SECTION 4.13 PLUMBNESS AND ALIGNMENT The well shall be drilled straight and plumb in accordance with the provisions of this paragraph. The casing shall be reasonably plumb and the maximum deviation from vertical permissible shall be 4 inches per 100 feet of depth. It shall be the responsibility of the Contractor to see that the well is being constructed straight and plumb within these limits at all times. The Engineer may at any time make such test or tests as are necessary to determine whether these limitations are being met. Any additional work required by the Contractor in redrilling or straight- ening the well shall be at his sole expense. SECTION 4.14 ABANDONMENT In the event that the Contractor shall fail to complete the well to the depth specified, but in no event more than 100 feet greater than the estimated depth, or should he abandon the well because of loss of tools or equipment, or for any other cause, or if the well shall fail to meet the requirements for plumbness and alignment as previously set forth, the Contractor, if requested and as directed by the Engineer, shall fill the abandoned well with clay or cuttings and remove such casing as can be salvaged. All salvaged casing or materials furnished by the Contractor shall remain his property.. The cost of abandonment of the well, including the filling, shall be borne solely by the Con- tractor on the abandoned well. All partial payments already made to the Contractor on an abandoned well will be applied to a subsequent well which will meet the provisions of these specifications, or at the Owner's option, be promptly refunded to the Owner. SECTION 4.15 DISPOSAL OF MATERIALS All drill cuttings sludge and other materials from the drilling shall be disposed of in a neat and orderly manner. The method of disposal shall be approved be the Engineer. 0 SECTION 4.16 UTILITIES The Contractor shall be responsible for furnishing or arranging for electricity, water, or other utilities required in the drilling of the well. SECTION 4.17 RECORDS AND SAMPLES ' A log or record shall be kept by the Contractor's driller on a form suitable to the Engineer which shall indicate for each shift worked the general character, thickness and type of material encountered, the depth at which the water level stands in the well at the beginning and end of each shift and the nature and extent of all other work performed including the exact time spent on each item of work. The log shall be kept carefully and accurately, at the time the work is being done; a copy of the log shall be maintained at all times at the job site and shall be abailable at any time for inspection by the Owner or the Engineer. Upon completion of the work, a complete copy shall be furnished ' the Engineer and the Contractor shall further file with the State Department of Water Resources the necessary log and record on forms obtainable from that department. ' Samples of all materials penetrated during drilling shall be taken - every five (5) feet and at every formation change. These samples shall be saved and maintained on the job site by the Contractor. These samples ' shall be of at least one pint size, shall be kept in water proof containers to be provided by the Contractor, and shall be clearly labeled to show the depth from which collected. No payment will be made to the Contrator ' for keeping the prescribed records or collecting samples and the cost of all such work shall be included in the amount bid for drilling in the Proposal - Schedule of Items and Bids. ' Failure to comply with any of the foregoing shall be justification for withholding payment for work performed by the Contractor. ' SECTION 4.18 RECOVERY OF TOOLS In the event of loss of tools or equipment during any phase of the work, the Contractor shall not be entitled to any payment for time spent or expense incurred in an attempt to fish or recover the tools or equipment prior to possible abandonment of the well. ' SECTION 4.19 PROTECTION OF WATER QUALITY The Contractor shall take all necessary precautions to prevent ' contamination of the water in the well by the introduction of any foreign substances, including contaminated water, gasoline, oil, etc. ' SECTION 4.20 COMPLETION AND CLEAN-UP Upon acceptance of the well by the Owner, the Contractor shall cut off the casing at a point 18 inches above ground level or as designated t by the Engineer. The casing shall further be protected by covering with a 1/4 inch thick steel plate tack welded to the casing, or by other means 1 -48- 0 0 satisfactory to the Engineer. The well site shall then be cleaned up by removing all equipment, materials, and supplies, including the filling of any pits or excavations, and the site left in a neat and orderly fashion. No payment shall be made for any work under this paragraph and the cost of all such work shall be included in the amount bid for other items of work I TO INSURE PROC'. -49- S. 10 1605** W. - E. FIRST ST. (STATE HWY. 69)-o 0 0 0 jr -- S. 00 39' 36" E. 0 50 00' I .m U 12.00' (do Exist. 20' Wide X15 Water Line Easement kZ. . Approx. 8' \isT. 6" C.I. Water Line _ y 1 trj 3 0 ro^ Proposed Wel I Location _ O 0 I/ AOR PARCEL'I'A� / City Park ( 0_09 Acres) w \[r I Minimum Well N 1 3 / Contamination Cq N _ cr Clearance Zone `� o 3 I M 0 00 o ) N OD pati 1 C O 3 Z I0 10 3 0 d 0 ccN 0 co Z m Y Z � PARCEL B� M Approx. Edge of Roadway Z /(0.04 Acres) 1 11 � Northeast Corner LL / '550.00' 0o cn Lot 1, Section 16 T.3N., R.IE., B. M. I �J Western Ado 0 /Recreation m t District ro a 42" C M.R 1 0 \T//N x S.0o40 03'W. 381.70 �z. Nine Mile Drain T ' Nate! Existing trees along roadway shall be preserved and ' protected from damage SKETCH SHOWING during construction. PROPOSED WELL SITE ' WELL NO. 8 CITY OF MERIDIAN, IDAHO J U B ENGINEERS, IF Engineers Planners Nampa, Idaho DE. OR �;.` - ICK SCALE I = 30 DATE OCT. 1974 j0WG.No. N74101 —SM -moi O /m CO I 1� j ,3 i'T a* f [i 1 r r• ro cY rt r* I i I --1 '� �, I U^ �� N! i� �� � '� s y¢ Its ...' '` o � a •. � � o i lad`" % N. H ` !� I x 14 N. E I� ry Fl.61 1 O O I ! v I N ^T[�i II �!t„(`��I!-r laj w G rt I e 8ADDt. j� o N ul n I CZ O tj U o 0 8 8 H O O) 00 y W p. fl- / o •e ° ° c ! > O C o o o I H 0 o Z fl- � I o 'I 1 11 V yi 'F h N C p' n 2_ my o OC I Lc 9 my > ' �O OZ I I �2 I m -y I I I > i mOZ I I y I 9 Wy 0 D �I --I t I I 4 j' r c i,- Ix II' r 'a- �^ C �� Ir i r �, f ,. r r � �. I -, �M � I* +� f • C �{! 1 I(V�' ! 3 l� �� '.I "r' 11u � ➢ .� 'A '-1- ti- � IS � , �� JN �{- 1 ~ r— ` � .� `i- •Y• � � a J 'J� � � IIYT. ` I(y- S �y jtS !Q'6^ G` ip c C,� j F- ty SD t o I F --r-G�r n �i i '4 ` '0(�L�'c ✓` Ii � � �n C Gi � : � I r-� IPP Z S rrlp a � � i1 � li"�" j�;'rr fY�-+ V, ! I� I. r j �. In �� i� F �� ✓,/' ;n N N i� 1 �c t fI f > ` oz H O �C my 1'i (ry U' O z y 9 92 1^11~ I m! ac OC Z N T+4 $C OZ R'i > !!0 OC 2 H �c m0 OC Z H �C Ay > ms �0 °z H 0 D