Loading...
1976-07-08July 8, 1976 �CS"1U1i131 V1 ��' iiaay Special meeting call d to rder y the Mayor Don M. Storey at 7t p.m. Councilmen present: Mar Bodi e; John Navarro; Ke eth emus en; r Mike Wardle was pres nt to disco s the recreation imp ovem nt status for BOR moneys are now a A.ilab a in the amount of $509000,00 s bject to release tj the Pedal al Mr. Wardle stated t t En 'neeri g work can be started and bide qan be let e a s- isp Iayela ntative land within the limit; of dr the av Lwing proposal for thi deveopme o e ilable funds. The C ty is to make ecisions as o ac u oc covering the drain f roadway on p afacilities as e e en o acement; also sewer and water s uld be ex en e o e acs -ties. Mr. Wardle stated the the Count Planning and Zoning have recommended that th e a ric us proper yi to R-4. The Meridian P1 East ing and of Meridian on Pine be alprove as rezonsid Zoning had request d de al because it was e own maso the acre council meeting. a ac a upon at the nex rego Richard Davis representing I the Lind interest of Davis Foods came before the -Uouncll iss office. This is located n Loii--t6--p-fa-c-e--a--Tr-a-ller xt to on thodr 3.5to a sales the alley on the south side of ihe alley between King an ri th This matter is to be discu5sed i wes side* ftrther at the next Coimcil meets . Possible appro or a short-term ra e p acemen .. o Company Professional Dffice e--Crc Building ec presented s e c es o o ne 01I - at 2'fz South of the present elf -service -— s a ion an car was . Water Line sizes, sewer lines - were - — discussed and will be resolveq resolvelater. --- -- ese p ans are o revs Building Inspector and Fire wed Chief F--teoW rk, aSup . ; ar lalswo ; with Engineering decisions mad at a later The Bids were opened for tie 197 Water Distribution Improvement Project. ----------These—BT-ds—were placed on were opened in full view of eo all -3I taTile-ace up se e e Tills present, including the City Coun it and Mayor. Bidders were: Basic Bid Hood Construction J rnntrentnrR Box 4368 Whittier Cal f. 865,304.00 " Idaho Construction Box 977 Twin Fal s{ 565,050, 'g 9 692-3 5.hO Sons Box 329 Blac cot ID. 9349992.00 — Roy E. Ladd, Inc. & .L. H ter North American Contr ctors Inc. 7845 sw Capital H way oegon 90+02.00 Obert B. Bergroff, o. Box 2468 Idaho F a, 721,503,00 Meridi City Hall. Special Meeting .2. July 8V 1976 Bidders, Cont'd. Basic Bid Marshall Associated Contra Western meebanical Cc 'pro, "Mc- ipokeyar-Wa ,,tors, Inc. Box 287 Tuala in,Lcq 889,900.65 744 53 4-&) Apparent low bidder w Idaho Construction with bid,050.20 - The Motion was made Mar Bo a and seconded by ohn that all bids e accepted y the City the City and that th Engineers for review by the-- make a recommendation to the rs in behalf City Council const Bring eir X11 dings July 12, 1976, that acceptance on o y a e regular of the low bidder be withheld pending the audit or the bids. Motion passed: Bodine, yea Navarro, yea; Rasmussen, yea; Uilliams9 absent Bruce presented a pro Lling the yard area a face t to the new The Mayor suggested tLrt secure several bids fox a price comparison before cor er there are fuffft a . Sumner Johnson of J -U engineering to be ne tiat neer reported a Step d in onformance with the' req res eme ts. Jo on presen e e This is to be studie by t opos or ounc re ew e Council for action on Mo day right. — -- - ar �Ilswo- thy- - epr 309 Review Order NP outfall swor s a e Fna the Disposal Plant n to p sena ve, presen e a e er c requirement. once s the -a Bps necessary y oper operational standards of outfall ttcer ng tUb 1e y obring testing standards o comply Stream Act. e Sewage outfall requ emen s o a ear Marvin Bodine mentioned grass an weeds at the premises owned by Doris Wenzel a as :ng on ve. report his finds s. n s o nves ga a an o s.Wenzeland Mr. Bodine reported t t e ger of Wheel Inn called c ncern ng mosquito --- abatement steps by Ube- Cit . - was ec e a was program in the past years too c s y for the city to en e and th cost picture had not cha4ged. o sun a ---- MA 1UJK ---attest; --rte — — c:I layor s nd Council • X71 airy; ADA COUNTY PLANNING AND ZONING DEPARTMENT 525 W. k"*F#O" Bolsa. Idaho 83702 Phone 345.8510 LEGAL NOIt, It OF PUBLIC NEARING Legal notice r5 herebv given that the Ado County Zoolnq Commission will hold a public hearing on July 1, 1976 Of 7.00 o m. in the Ado County Court House to hear a request by 7666 ZC Martin Fabricius & Dr uu- Winchester — request for a change of mne from D-7 in R 2 located on the west side of Locust Grove Rd., opprnx. 1x00 feet south of Fairview Ave. 1Hwy 30) IA complete description is on file in the Ada County Zoning Commission Of - lice of 52S W. Jefferson. 300 $950. ADACOUNIY ZONING COMMISSION FRED M. TURNER County Zoning Administrator Pub. June Ia, 1976 3370 Dear Property Owner This is an Official Notice of Public Hearing, regarding the use of a property near one which you own. The Ada County Zoning Ordinance provides that all owners of property within 300' of the boundaries of the applieant's proposal be notified of the Hearing VOU an invited to attend the Public 1Nanng arpt "Nei •our ccV mPH,ts for d•••gapi 11 yu. It SN. w.In to attar iK1ue.V•y .w (h.s ilei•• owaee be to the maald•g IP IS r..orulK early to sign up It y,. ire unabw to attend the Hearing. and You have pertrrsent CC"MW"ls. you may mad them to this office before ttw HPariig date. and they will be Pnt~ ui the Hewing in your behalf V'aU may ubtaui mine infOfmatlan an this pn+Pofal from the Amosg Analyst by call. -IV .r •rsibng the, .tf.. all MARTIN FABRICIUS & BRUCE WINCHESTER (76-66-ZC) REQUEST FOR A CHANGE OF ZONE FROM D-2 TO R-2 LOCATED ON THE WEST SIDE OF LOCUST GROVE RD. APPROX. 1400 FEET SOUTH OF FAIRVIEW AVE. (HWY 30) Ft -4 1 f I SECTION 7 3N. IE. ��1 1- i �� { o ' z �. �oI`�RaF�ojo��os�e� oc,� .S toxo t 00 0 0�0 00'`'�pp °y 'O O O IO O OPip O O f to e o '© n Io Io o to oto j to 'I i � Az m� W3 c oZ a Ac my 3 WD OZ H my OZ H AC m� D ; Wc O 2 H FC !2 mA D W3 0 oZ H A c 2 my G 3 WO OZ H E; S NOliiiiiiiiiiiiiiiiiiniilillilliiiiiiiiimmomom E; S F-' En 14 n u Ilml-mmillm"', 11811 - W-3, m F-' En 14 n u 17. 00 ko n SI --Os W Y HIM 10111101 INo liritimiiiiiiiiiiiiiiill INS sm MEEMISSION MEMO II loin NINE INOUN IIIIIIIIII IN 17. 00 ko n SI --Os W I H � dV n o 2 n p 11 rt t7 ro r• 0 N ° n n O rt C w O 0 CA `C N i ere �I �I i A IL 41 i ki P e 3 rnu a I H � dV n o 2 n p 11 rt t7 ro r• 0 N ° n n O rt C w O 0 CA `C N i ere �I �I i D ism MIN IM IIIMMMIA�Wlmffilffill 1 IN 11 111101 ililimillillillillill MIN 11111111111001111111 MIN IIIIIIIIIIIIIIIIHIMIMill MMMM MIN I slim I I iiiiiiiiiiiiiiiiiinliilillill D N 1 n oWO M rn p O C ti 71! m r n �1 ri rt . N mu Olt,, H O N• n a' rt C Mason HIM Mill liiiinillillillillillillillim fIlIIlIIIIIIIINIIIIIIIIIIIIII NINE EIIIIEIME�m '0 N 1 n oWO M rn p O C ti m r n �1 ri rt . N Olt,, H O N• n a' rt C N N Q NEW M. l ip III MISS M- z IN i1111111101111111M I111111 111111111mimilmilmI liiiiiiiiiiiiiiiiiiiiilliol N Q D 8140 RS ,^A 311124.1 MEN 11,10 in ■Im mom11111110011111011111011millimmmliiiiiiiiiiiiiiiiiiiiilinimMEMO D 8140 RS ,^A rt mHE Ii i i rt V 1 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO RESPONSIVE BID CHECKLIST ' The following items must be completed and accompany the Bid in order ' for the Bid to be considered responsive: 1. All ADDENDUMS must be signed and included with the Bid. ' 2. The PROPOSAL -SCHEDULE OF ITEMS AND PRICES must be signed and the name and address of the PLUMBING/MECHANICAL SUBCONTRACTOR must be given. ' 3. The PROPOSAL -SCHEDULE OF ITEMS AND PRICES must be complete including the deductible alternates and extensions. 4. A BID BOND or CERTIFIED CHECK in the amount of five percent (5%) of ' the TOTAL BASE BID must be included. 5. Form ED -119, CERTIFICATE OF BIDDER REGARDING EQUAL EMPLOYMENT OP- PORTUNITY, must be signed and included. 6. Form. ED -120, CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL ' EMPLOYMENT OPPORTUNITY, must be signed and included. All Bids must contain the items listed above in complete form. Any Bid that does not contain all of the above described items will be considered non- responsive. It is preferable, but not mandatory, that all bid items and bid documents be left bound in the Specifications and Contract Documents. .1 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT ' CITY OF MERIDIAN ADA COUNTY, IDAHO ' E.D.A. Project Number - 07-01-01600 PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS ' THE ENGINEER: J -U -B ENGINEERS, Inc. 212 Tenth Avenue South Nampa, Idaho 83651 ' Telephone: Nampa - 467-5252 Meridian - 888-2321 Boise - 344-7938 THE OWNER: DON M. STOREY, Mayor HERALD J. COX, City Clerk City of Meridian, Ada County, Idaho Set No. 0 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO TABLE OF CONTENTS SECTION 1. CONTRACT DOCUMENTS Advertisement for Bids ----------------------------------- Information for Bidders ----------------------------------- Proposal - Schedules of Items and Prices -------------------- BidBond ------------------------------------------------- Architect/Engineer's Certificate ---------------------- Certificate of Guarantee/Borrower's Attorney -------------- Notice of Award --------------------------------------- Acceptance of Notice --------------------------------- Contract--------------------------------------------- Performance Bond ------------------------------------ Payment Bond ---- --------------------------_--_---- Notice to Proceed ------------------------------- Certificate of Bidder Regarding Equal Employment Opportunity —----- --------------_-------------- Certification by Proposed Subcontractor Regarding Equal Employment Opportunity -------------_—_—__— SECTION 2. GENERAL CONDITIONS ----------- --------- SECTION 3. SUPPLEMENTAL GENERAL CONDITIONS Section 3.01 Enumeration of Plans, Specifications and Addenda------ -------------^---_—_— Section 3.02 Stated Allowances — — — - _—_--_—_ Section 3.03 Special Hazards Section 3.04 Certification of Nonsegregated Facilities ---- Section 3.05 Manpower Utilization Report ------------------ Section 3.06 Schedule of Occupational Classifications ----- IDAHO STATE DEPARTMENT OF LABOR - PREVAILING WAGE RATE SCHEDULE - SECTION 4. OWNERS SUPPLEMENTAL GENERAL CONDITIONS Section 4.01 Definitions ------------------- Section 4.02 Description and Scope of Work--_—�_�— Section 4.03 Award, Execution of Documents, Delivery of Bonds ----------------^---------- Section 4.04 Preconstruction Conference -------_— Section 4.05 Correlation, Interpretation, and Intent of - Contract Documents -------- -- Page No. 1 3 9 56 58 59 60 61 62 64 67 70 71 74 77 104 104 104 105 105 106 107 126 127 127 127 ERE 0 TABLE OF CONTENTS, continued Page No. Section 4.06 Progress Schedule ---------------------- 128 Section 4.07 Time for Completion of Contract ----- -------- 128 Section 4.08 Liquidated Damages --------------------- 128 Section 4.09 Copies of Documents --------------------- 129 Section 4.10 Subcontracts --------------------- 129 Section 4.11 Manufacturer's Recommendations ------------- 130 Section 4.12 Testing of Materials -------------------- 130. Section 4.13 Source and Cost of Materials -------------- 130 Section 4.14 Schedule of Occupational Classifications 161 Section 5.09 and Minimum Hourly Wage Rates ------------ 130 Section 4.15 Safety and Health Protection -------------- 131 Section 4.16 Surveys --_-_----_____--_------- 131 Section 4.17 Water and Power ------------------------ 131 Section 4.18 Information Regarding Existing Facilities ---- 132 Section 4.19 Rights -of -Ways -------------------------- 132 Section 4.20 Unforeseen Difficulties ----------------- 132 Section 4.21 Performance and Payment Bonds --------------- 132 Section 4.22 Inspections - ------ 133 Section 4.23 Insurance ----------------------- 133 Section 4.24 Construction on Railroad Right -of -Way ------ 134 Section 4.25 Construction on State Highway Right -of -Way -- 134 Section 4.26 Warning Signs and Barricades ---- ----- 134 Section 4.27 Flagmen ------------------------ 134 Section 4.28 Public Works Contractors License ---------- 134 Section 4.29 Measurement and Payment-------------------- 135 SECTION 5. TECHNICAL SPECIFICATIONS Section 5.01 General ------- --- ----- 136 Section 5.02 Trench Excavation and Backfill ----------- 141 Section 5.03 Water Mains and Fittings ---____- ___- 145 Section 5.04 Gate Valves ------ ---- ---- ----------- 151 Section 5.05 Fire Hydrant and Auxiliary Gate Valves ------- 152 Section 5.06 Water Service Connections ------------- 155 Section 5.07 Material Salvage ----------------- 159 Section 5.08 Canal Crossings Number One, Two, Three, Four, Five and Six --------------- ---- 161 Section 5.09 Railroad Undercrossings - -- ---- 163 Section 5.10 State Highway Undercrossings --- - 165 Section 5.11 Surface Repair --------------------- 168 .J 1 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO ADVERTISEMENT FOR BIDS Project Number - 07-01-01600 Owner - City of Meridian, Idaho Separate sealed bids for the 1976 Water Distribution System Improvement Project which consists of the following approximate quantities to be constructed: 7,650 linear feet of twelve (12) inch Diameter Water Main and Fittings 19,970 linear feet of ten (10) inch Diameter Water Main and Fittings 9,010 linear feet of eight (8) inch Diameter Water Main and Fittings 2,600 linear feet of six (6) inch Diameter Water Main and Fittings 120 linear feet of four (4) inch Diameter Water Main and Fittings 18 each twelve (12) inch Gate Valves and Valve Boxes 43 each ten (10) inch Gate Valves and Valve Boxes 29 each eight (8) inch Gate Valves and Valve Boxes 37 each six (6) inch Gate Valves and Valve Boxes 19 each four (4) inch Gate Valves and Valve Boxes 5 each two (2) inch Gate Valves and Valve Boxes 27 each new Fire Hydrants 15 each connections of existing Fire Hydrants 2 each Railroad Undercrossings 4 each State Highway Undercrossings 282 each three quarters (3/4) inch Corporation Stop Valves 7 each one (1) inch Corporation Stop Valves 2,340 linear feet of three quarters (3/4) inch Diameter and one (1) inch Diameter Water Service Pipe 36 each Meter Vaults, Frames and Covers, three quarters (3/4) inch and one (1) inch Curb Stops and Meter Yokes 86 each Connections to Existing Eight (8), Six (6) Four (4), Two (2) and One and One-half (1-1/2) Inch Diameter Mains 3,000 linear feet of Water Main and Fittings to be Salvaged 6 each Gate Valves to be Salvaged and other related work -1- will be received by the City of Meridian, Ada County, Idaho, at the office until of Meridian City Hall located at 728 Meridian Stree197et,andrthennatlsaiddaho�office 8:00 o'clock p.m., M.S.T. ' publicly opened and read aloud. The Information for Bidders, Form of Bid, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the following: Meridian City Hall, 728 Meridian Street, Meridian, Idaho Associated General Contractors, 110 North 27th, Boise,Idaho J -U -B ENGINEERS, Inc., 212 Tenth Avenue South, Nampa, Idaho J -U -B ENGINEERS, Inc., 5903 Franklin Road, Boise, Idaho Copies may be obtained at the office of J -U -B ENGINEERS, Inc., located at 212 Tenth Avenue South, Nampa, upon payment of $30.00 for each seta Any unsuccessful bidder, upon returning such set within thirty (30) days and in good condition, will be refunded his payment, and any non -bidder upon so returning such a set will be refunded $15.00. 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. Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract. No bidder may withdraw his bid within thirty (30) days after the actual date of the opening thereof. Date 1 E Don M. Storey, Mayor -2- 11 0 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO INFORMATION FOR BIDDERS ' 1. Receipt and Opening of Bids The City of Meridian, Idaho, (herein called the 'Owner"), invites bids on the form attached hereto. All blanks must be appropriately filled in. Bids will be received by the Owner at the office of Meridian City Rall located at 728 Meridian Street, Meridian, Idaho, until 8:00 o'clock p.m., M.S.T., , 1976, and then at said office publicly opened and read aloud. The envelopes containing the bids must be sealed, addressed to City of Meridian, Idaho, at 728 Merdian Street, Meridian, Idaho 83642 and designated as Bid for 1976 Water Distribution System Improvement Project. 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 for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may with- draw 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 and accompanied by "Certification by Bidder Regarding Equal Employment Opportunity", Form ED -119. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures, and the foregoing certification must be fully completed and executed when submitted. 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 enclosed in another envelope addressed as specified in the bid form. ■ 3. Subcontracts The bidder is specifically advised that any person, firm, or other ' party to whom it is proposed to award a subcontract under this contract: a. Must be acceptable to the Owner and the Economic Development ' Administration. b. Must submit Form ED -120, "Certification by Proposed Subcontractor Regarding Equal Employment Opportunity". Approval of the proposed subcontract ' award cannot be given by the Owner unless and until the proposed subcontractor ' Form ED -116 (Rev. 6-73) -3 0 ' has submitted the certification and/or other evidence that he has fully complied with any reporting requirements to which he is or was subject. ' Although the bidder is not required to attach such Certification by proposed subcontractors to his bid, the bidder is here advised of this require- ment so that appropriate action can be taken to prevent subsequent delay in subcontract awards. 4. Telegraphic Modification Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the Owner prior to the closing time, and provided further, the Owner is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. If written confirmation is not received within two (2) days from the closing time, no consideration will be given to the telegraphic modification. 5 Method of Bidding The Owner invites the following bids: Total base bid for 1976 Water Distribution System Improvement Project 6. Qualifications of Bidder ' The Owner may make such investigations as he deems necessary to determine 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 re- quest. 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 contract and to com- plete the work contemplated therein. Conditional bids will not be accepted. ' 7. Bid Security ' Each bid must be accompanied by cash, certified check of the bidder, or a bid bond prepared on the form of bid bond attached hereto, duly executed by the bidder as principal and having as surety thereon a surety company approved ' by the Owner, in the amount of five percent (5%) of the bid. Such cash, checks or bid bonds will be returned to all except the three (3) lowest bidders within three (3) days after the opening of bids, and the remaining cash, checks, or bid Form -ED -116 (Rev. 6-73) -4 1 S 0 1 bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or if no award has been made within thirty (30) days after 1 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 his bid. 1 8. Liquidated Damages for Failure to Enter into Contract The successful bidder, upon his failure or refusal to execute and deliver 1 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 liquidated damages for such failure or refusal, the security deposited with his bid. 19. Time of Completion and Liquidated Damages ' The bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within two hundred seventy (270) consecutive calendar days thereafter. The 1 bidder must also agree to pay as liquidated damages, the sum of one hundred fifty dollars ($150.00) for each consecutive calendar day thereafter as hereinafter provided in the General Conditions. 1 10. Conditions of Work 1 Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material 1 and labor necessary to carry out the provisions of his contract. Insofar as possible the contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 11. Addenda and Interpretations ' No interpretation of the meaning of the plans, specifications or other prebid documents will be made to any bidder orally. 1 Every request for such interpretation should be in writing addressed to J -U -B ENGINEERS, Inc., at 212 Tenth Avenue South, Nampa, Idaho, 83651, and to be given consideration must be received at least five (5) days prior to the date 1 fixed for the opening of bids. Any and all such interpretations and any supple- mental 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 pur- poses), 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 his bid as submitted. All addenda so issued shall become part of the contract documents. 1 Form ED -116 (Rev. 6-73) 1 -5- ' 12. Security for Faithful Performance Simultaneously with his delivery of the executed contract, the Bidder shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under ' this contract and furnishing materials in connection with this contract, as speci- fied in the General Conditions included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. 13. Power of Attorney ' Attorneys -in -fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 14. Notice of Special Conditions ' Attention is particularly called to those parts of the contract documents and specifications which deal with the following: a. Inspection and testing of materials ' b. Insurance requirements c. Wage rates d. Stated allowances ' 15. 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 t throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 16. Method of Award - Lowest Qualified Bidder If at the time this contract or contracts are to be awarded, the 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 on the base bid only. If such bid exceeds such amount, the Owner ' may reject all bids. ' 17. 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 ' Form ED -116 (Rev. 6-73) ' d i -A • 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 to his bid. 18. Compliance Review If the bid is in the amount of five hundred thousand dollars ($500,000) or more, the bidder and his proposed non-exempt subcontractors will be subject to full pre -award equal opportunity compliance reviews by EDA personnel before the award of the contract for the purpose of determining whether the bidder and his subcontractors are able to comply with the provisions of the equal opportunity clause of Executive Order 11246. 19. Hiring of Local Labor The maximum feasible employment of local labor is covered in Section 2.59 of the General Conditions. This section emphasizes that every Contractor and Subcontractor undertaking to do work on any EDA assisted project shall employ to the maximum extent practical, in carrying out such contract work, qualified - persons who regularly reside in the designated area where such project is located. The Contractor will be responsible for assuring that his subcontractors comply with Section 2.59. 20. Affirmative Action Requirements ' Where the EDA assisted project is in an area covered by an Office of Federal Contract Compliance imposed plan or home town plan approved by Office of Federal Contract Compliance the Contractor will be required to complete a certifi- cate that he intends to comply with the applicable plan. In addition, the Con- tractor will be required to complete monthly, Optional Form 66, Monthly Manpower Utilization Report. Form ED -116 (Rev. 6-73) -7- LA 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO PROPOSAL - SCHEDULES OF ITEMS AND PRICES Place - Meridian, Idaho Date - Project No. - 07-01-01600 Proposal of (hereinafter called "Bidder"), organized and existing under the laws of the State of , doing business as *. To the City of Meridian, Idaho (hereinafter called 'Owner"). Gentlemen: ' The Bidder, in compliance with your invitation for bids for the con- struction of the 1976 Water Distribution System Improvement Project, having examined the plans and specifications with related documents and the site of ' the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project, including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies and to construct the project in accordance with the contract documents, within the time ' set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. The Bidder hereby agrees to commence work under this contract on or before a date to be specified in written "Notice to Proceed" of the Owner and to fully complete the project within two hundred seventy (270) consecutive calendar ' days thereafter as stipulated in the specifications. Bidder further agrees to pay as liquidated damages, the sum of One Hundred Fifty Dollars ($150.00) for each consecutive calendar day thereafter as hereinafter provided in Section 2.19 . of the General Conditions. ' *Insert "a corporation", "a partnership", or "an individual" as applicable. Form ED -118 (Rev. 6-73) 1 -8- Bidder acknowledges receipt of the following addendum: Bidder agrees to perform all the work described in the specifications and shown on the plans, for the following unit prices: Item Number 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO PROPOSAL - SCHEDULE OF ITEMS AND PRICES (Amounts are to be shown in both words and figures. In case of descrepancy the amount shown in words shall govern.) Description 1. Twelve (12) Inch Diameter Water Main, in place, 7650 linear feet at the unit price of Dollars and Cents 7650 L.F. at $ per Linear foot 2. Ten (10) Inch Diameter Water Main, in place, 19,630 linear feet at the unit price of Dollars and Cents 19,630 L.F. at $ per Linear Foot 3. Eight (8) Inch Diameter Water Main, in place, 9010 linear feet at the unit price of Dollars and Cents 9010 L.F. at $ per Linear foot -9- Total For Items PROPOSAL, continued Item - Number Description 4. Sia (6) Inch Diameter Water Main, in place, 2600 linear feet at the unit price of Dollars and Cents 2600 L.F. at $ per Linear Foot 5. Four (4) Inch Diameter Water Main, in place, 120 linear feet at the unit price of Dollars and Cents 120 L.F. at $ per Linear Foot 6. Twelve (12) Inch Cast Iron Tee in place, 4 each at the unit price of Dollars and Cents 4 Each at $ per Each 7. Twelve (12) Inch Cast Iron Ninety Degree (90°) Ell, in place, 3 each at the unit price of Dollars and Cents 3 Each at $ per Each -10- 0 Total for Item i • PROPOSAL, continued Item Number Description Total for Item 8. Twelve (12) Inch Cast Iron Forty Five Degree (45°) Bend in place, 12 each at the unit price of Dollars and Cents 12 Each at $ per Each 9. Twelve (12) Inch Cast Iron Plug, in place 4 each at the unit price of Dollars and Cents 4 Each at $ per Each 10. Twelve (12) Inch Cast Iron Gate Valve and Valve Box, in place, 18 each at the unit price of Dollars and Cents 18 Eact at -$ per Each 11. Twelve (12) Inch by Ten (10) Inch Cast Iron Cross, in place, 2 each at the unit price of Dollars and Cents 2 Each at $ per Each -11- S m pROpOSAL, continued ' Item Number Description 12. Twelve (12) Inch by Ten (10) Inch Cast Iron ' Tee, in place, 3 each at the unit price of ' and ' 3 Each at $ _ Dollars Cents per Each 15. Twelve (12) Inch by Six (6) Inch Cast Iron Tee, in place, 13 each at the unit price of Dollars and Cents 13 Each at $ per Each -12- 0 13. Twelve (12) Inch by Eight (8) Inch Cast Iron ' Cross, in place, 1 each at the unit price of ' Dollars and Cents ' 1 Each at $ per Each ' 14. Twelve (12) Inch by Six (6) Inch Cast Iron Cross, in place, 5 each at the unit price of Dollars and Cents 5 Each at $ per Each 15. Twelve (12) Inch by Six (6) Inch Cast Iron Tee, in place, 13 each at the unit price of Dollars and Cents 13 Each at $ per Each -12- 0 PROPOSAL, continued Item Total for Item Number Description 16. Twelve (12) Inch by Six (6) Inch Cast Iron Reducer, in place, 2 each at the unit price of Dollars and Cents 2 Each at $ per Each $ 17. Twelve (12) Inch by Four (4) Inch Cast Iron Tee, in place, 1 each at the unit price of Dollars and Cents 1 Each at $ per Each $ 18. Ten (10) Inch Cast Iron Cross, in place, 3 each at the unit price of Dollars and Cents 3 Each at $ per Each $ 19. Ten (10) Inch Cast Iron Tee, in place, 12 each at the unit price of Dollars and Cents 12 Each at $ per Each $ -13- -14- 0 Total for Item PROPOSAL, continued Item Number Description ' 20. Ten (10) Inch Cast Iron Ninety (900) Degree Ell, in place, 1 each at the ' unit price of Dollars ' and Cents ' 1 Each at $ per Each 21. Ten (10) Inch Cast Iron Forty-Five (45°) Degree Bend, in place, 8 each at the unit price of ' Dollars and Cents ' Each 8 Each at $ Per 22. Ten (10) Inch Cast Iron Twenty-Two and one-half (22 1/2') Degree Bend, in place, ' 4 each at the unit price of Dollars ' and Cents 4 Each at $ _ per Each ' 23. Ten (10) Inch Cast Iron Plug, in place, 10 each at the unit price of ' Dollars and Cents Each 10 Each at $ per -14- 0 Total for Item PROPOSAL, continued Item Number Description 24. Ten (10) Inch Cast Iron Gate Valve and Valve Box, in place, 44 each at the unit price of Dollars and Cents 44 Each at $ per Each 25. Ten (10) Inch by Eight (8) Inch Cast Iron Cross, in place, 2 each at the unit price of Dollars and Cents 2 Each at $ per Each 26. Ten (10) Inch by Eight (8) Inch Cast Iron Tee, in place, 4 each at the unit price of Dollars and Cents 4 Each at $ per Each 27. Ten (10) Inch by Eight (8) Inch Cast Reducer, in place, 4 each at the unit price of Dollars and Cents 4 Each at $ per Each -15- 0 Total for Item PROPOSAL, continued Item Number Description Total for Item 28. Ten (10) Inch by Sia (6) Inch Cast Iron Cross, in place, 3 each at the unit price of Dollars and Cents 3 Each at $ per Each $ 29. Ten (10) Inch by Six (6) Inch Cast Iron Tee, in place, 38 each at the unit price of Dollars and Cents 38 Each at $ per Each $ 30. Ten (10) Inch by Six (6) Inch Cast Iron Reducer, in place, 3 each at the unit price of Dollars and Cents 3 Each at $ per Each $ 31. Ten (10) Inch by Four (4) Inch Cast Iron Cross, in place, 1 each at the unit price of Dollars and Cents 1 Each at $ per Each $ -16- PROPOSAL, continued Item Number Description 32. Ten (10) Inch by Four (4) Inch Cast Iron Tee, in place, 8 each at the unit price of Dollars and Cents 8 Each at $ per Each 33. Ten (10) Inch by Four (4) Inch Cast Iron Reducer, in place, 1 each at the unit price of -17- Total for Item Dollars and Cents 1 Each at $ per Each 34. Eight (8) Inch Cast Iron Cross, in place, 3 each at the unit price of Dollars and Cents 3 Each at $ per Each 35. Eight (8) Inch Cast Iron Tee, in place, 5 each at the unit price of Dollars and Cents 5 Each at $ per Each -17- Total for Item PROPOSAL, continued Item Number Description 36. Eight (8) Inch Cast Iron Forty -Five Degree (45°) Bend, in place, 6 each at the unit price of and 6 Each at Dollars Cents per Each 37. Eight (8) Inch Cast Iron Plug, in place, 9 each at the unit price of Dollars and Cents 9 Each at $ per Each 38. Eight (8) Inch Cast Iron Gate Valve and Valve Box, in place, 29 each at the unit price of Dollars and Cents 29 Each at $ per Each 39. Eight (8) Inch by Six (6) Inch Cast Iron Tee, in place, 14 each at the unit price of Dollars and Cents 14 Each at $ per Each -18- Total for Item I PROPOSAL, continued Item Number Description 40. Eight (8) Inch by Six (6) Inch Cast Iron Reducer, in place, 3 each at the unit price of Dollars and Cents 3 Each at $ per Each 41. Eight (8) Inch by Four (4) Inch Cast Iron Cross, in place, 1 each at the unit price of Dollars and Cents 1 Each at $ per Each 42. Eight (8) Inch by Four (4) Inch Cast Iron Tee, in place, 5 each at the unit price of Dollars and Cents 5 Each at $ per Each 43. Eight (8) Inch by Four (4) Inch Cast Iron Reducer, in place, 2 each at the unit price of Dollars and Cents 2 Each at $ per Each -19- Total for Item S PROPOSAL, continued Item Number Description 44. Six (6) Inch Cast Iron Tee, in place, 7 each at the unit price of Dollars and Cents 7 Each at $ per Each 45. Six (6) Inch Cast Iron Ninety Degree (90°) Ell, in place, 1 each at the unit price of Dollars and Cents 1 Each at $ per Each 46. Six (6) Inch Cast Iron Plug, in place, 6 each at the unit price of Dollars and Cents 6 Each at.$ per Each 47. Six (6) Inch Cast Iron Cate Valve and Valve Box, in place, 37 each at the unit price of Dollars and Cents 37 Each at $ per Each —20— Total for Item I A E PROPOSAL, continued Item Number Description 48. Six (b) Inch by Four (4) Inch Cast Iron Cross, in place, 4 each at the unit price of Dollars and Cents 4 Each at $ per Each 49. Six (6) Inch by Four (4) Inch Cast Iron Tee, in place, 3 each at the unit price of Dollars and Cents 3 Each at $ per Each 50. Six (6) Inch by Four (4) Inch Cast Iron Reducer, in place, 3 each at the unit price of Dollars and Cents 3 Each at $ per Each 51. Six (6) Inch by Two (2) Inch Cast Iron Reducer, in place, 1 each at the unit price of Dollars and Cents 1 Each at $ per Each —21, Total for Item PROPOSAL, continued ' Item Number Description 52. Six (6) Inch by Two (2) Inch Cast Iron ' Tee, in place, 1 each at the unit price of ' and ' 1 Each at • Total for Item Dollars Cents per Each $ and ' 19 Each at -22- Dollars Cents per Each 53. Four (4) Inch Cast Iron Tee, in place, ' I each at the unit price of Dollars ' and Cents ' 1 Each at $ per Each 54. Four (4) Inch Cast Iron Ninety Degree (900) Ell, in place, 2 each at the unit price of Dollars ' and Cents ' 2 Each at $ per Each 55. Four (4) Inch Cast Iron Gate Valve and ' Valve Box, in place, 19 each at the unit price of and ' 19 Each at -22- Dollars Cents per Each Total for Item ' PROPOSAL, continued ' Item Number Description 56. Four (4) Inch by Two (2) Inch Cast Iron Reducer, in place, 2 each at the unit ' price of Dollars ' and Cents 2 Each at $ per Each 57. Four (4) Inch Cast Iron Plug, in place, 1 each at the unit price of Dollars ' and Cents ' 1 Each at $ per Each 58. Two (2) Inch Cast Iron Gate Valve and ' Valve Box, in place, 5 each at the unit price of ' Dollars and Cents ' 5 Each at $ per Each ' 59. One and One-half (1-1/2) Inch Cast Iron Plug, in place, 1 each at the unit price of Dollars and Cents ' 1 Each at $ per Each ' -23- Total for Item PROPOSAL, continued Item Number Description 60. Connection to Existing Ten (10) Inch Diameter Water Main, complete, 8 each at the unit price of Dollars and Cents 8 Each at $ per Each 61. Connection to Existing Eight (8) Inch Diameter Water Main, complete, 10 each at the unit price of Dollars and Cents 10 Each at $ per Each 62. Connection to Existing Six (6) Inch Diameter Water Main, complete, 36 each at the unit price of Dollars and Cents 36 Each at $ per Each 63. Connection to Existing Four (4) Inch Diameter Water Main, complete, 24 each at the unit price of Dollars and Cents 24 Each at $ per Each -24- Total for Item A 1 PROPOSAL, continued Item Number Description 64. Connection to Existing Two (2) Inch Diameter Water Main, complete, 6 each at the unit price of and 6 Each at Dollars Cents per Each 65. Connection to Existing One and One-half (1-1/2) Inch Diameter Water Main, complete, 1 each at the unit price of Dollars and Cents 1 Each at $ per Each 66. Fire Hydrant with Five and One-fourth (5-1/4) Inch Valve Opening and Six (6) Inch Cast Iron Auxiliary Gate Valve and Valve Box, in place, 27 each at the unit price of 67. Dollars and Cents 27 Each at $ per Each Connection of Existing Fire Hydrant and Auxiliary Valve to New Main, complete, 15 each at the unit price of Dolla and Cents 15 Each at $ per E _25.. U Total for Item Fj PROPOSAL, continued Item Number Description 68. Three -Fourths (3/4) Inch Diameter Corporation Stop Valve, Four (4) Foot Section of Water Service Pipe, in place, 282 each at the unit price of Dollars and Cents 282 Each at $ per Each 69. One (1) Inch Diameter and Larger Corporation Stop Valve, Four (4) Foot Section of Water Service Pipe, in place, 7 each at the unit price of and 7 Each at 9 Total for Item Dollars Cents per Each S 70. Three -Fourths (3/4) Inch Diameter Water Service Pipe, in place, 2290 linear feet at the unit price of Dollars and Cents 2290 L.F. at $ per Linear Foot 71. One (1) Inch Diameter and Larger Water Service Pipe, in place, 150 linear feet at the unit price of Dollars and Cents 150 L.F. at $ per Linear Foot $ -26- 0 PROPOSAL, continued Item Number Description 72. Meter Vault, Frame and Cover, Three -Fourths (3/4) Inch Curb Stop and Meter Yoke, complete, 36 each at the unit price of Dollars and Cents 36 Each at $ per Each 73. Meter Vault, Frame and Cover, One (1) Inch Curb Stop and Meter Yoke, complete, 3 each at the unit price of Dollars and Cents 3 Each at $ per Each 74. Salvage Existing Water Main and Fittings, complete, 3000 linear feet at the unit price of Total for Item Dollars and Cents 3000 L.F. at $ per Linear Foot $ 75. Salvage Existing Gate Valve and Valve Box, complete, 6 each at the unit price of Dollars and Cents 6 Each at $ per Each $ -27- 0 PROPOSAL, continued Item Number Description 76. Highway Crossing No. 1 A. Move In and Set Up Costs for Tunneling or Jacking Equipment for the lump sum price of and 1 L.S. at Dollars Cents Complete B. Tunneling or Jacking the Casing Pipe and Including the Carrier Pipe, in place, 75 linear feet at the unit price of Dollars and Cents 75 L.F. at $ per Linear Foot 77. Highway Crossing No. 2 A. Move In and Set Up Costs for Tunneling or Jacking Equipment for the lump sum price of Dollars and Cents 1 L.S. at $ Complete B. Tunneling or Jacking the Casing Pipe and Including the Carrier Pipe, in place, 70 linear feet at the unit price of Dollars and Cents 70 L.F. at $ per Linear Foot -28- Total for Item PROPOSAL, continued Item' Number Description Total for Item 78. Highway Crossing No. 3 A. Move In and Set Up Costs for Tunneling or Jacking Equipment for the lump sum price of 79 and 1 L. S. at Dollars Cents Complete B. Tunneling or Jacking the Casing Pipe and Including the Carrier Pipe, in place, 43 linear feet at the unit price of Dollars and Cents 43 L.F. at $ per Linear Foot Highway Crossing Crossing No. 4 A. Move In and Set Up Costs for Tunneling or Jacking Equipment for the lump sum price of Dollars and Cents 1 L.S. at $ Complete B. Tunneling or Jacking the Casing Pipe and Including the Carrier Pipe, in place, 78 linear feet at the unit price of Dollars and Cents 78 L.F. at $ Per Linear Foot $ _Y9_ 0 PROPOSAL, continued Item Number Description Total for Item 80. Railroad Crossing, No. l A. Move In and Set Up Cost for Tunneling or Jacking Equipment for the lump sum price of Dollars and Cents 1 L.S. at $ Complete B. Tunneling or Jacking the Casing Pipe and Including the Carrier Pipe, in place, 65 linear feet at the unit price of Dollars and Cents 65 L.F. at $ per Linear Foot $ C. Open Cut, Including Casing and Carrier Pipe, in place, 10 linear feet at the unit price of Dollars and Cents 10 L.F. at $ per Linear Foot $ -30- PROPOSAL, continued Item Number 81. Description Railroad Crossing, No. 2 A. Move In and Set Up Costs for Tunneling or Jacking Equipment for the lump sum price of Dollars and Cents 1 L.S. at $ Complete B. Tunneling or Jacking the Casing Pipe and Including the Carrier Pipe, in place, 41 linear feet at the unit price of Dollars and Cents 41 L.F. at $ per Linear Foot $ C. Open Cut, Including Casing and Carrier Pipe, in place, 10 linear feet at the unit price of and 10 L.F. at Dollars Cents per Linear Foot $ 82. Surface Repair, Type A, in place 13,470 linear feet at the unit price of and 13,470 L.F. at -31- Dollars Cents per Linear Foot $ Total for Item 1A • PROPOSAL, continued Item Number Description 83. Surface Repair, Type B, in place 20,220 linear feet at the unit price of and 20,220 L.F. at 13 Dollars Cents per Linear Foot 84. Concrete Slab for Canal Crossing, complete, 82 linear feet at the unit price of Dollars and Cents 82 L.F. at $ per Linear Foot 85. Impervious Canal Lining, complete, 35 square yards at the unit price of Dollars and Cents 35 S.Y. at $ per Square Yard 86. Water for Dust Abatement, in place, 150,000 gallons at the unit price of Dollars and Cents 150,000 Gal. at $ per 1,000 Gallons —32— Total for Item S 11 PROPOSAL, continued Item Number Description 87. Furnish and install Select Bedding and Backfilling Material, in place, 1,000 linear feet at the unit price of and 1,000 L.F. at TOTAL BASE BID —33— Dollars Cents per Linear Foot Total for Item r PROPOSAL, continued Item Number S-1 Description SUPPLEMENTAL ITEMS AND BIDS Salvage Existing Fire Hydrant, complete, 15 each at the unit price of and 15 Each at —34— Dollars Cents per Each Total for Item n PROPOSAL, continued Deductible Alternates (The following deductible alternates, if exercised by the Owner, will be deducted from the quantities listed in the Proposal -Schedule of Items and Prices in the following sequence. Deductible alternates will be exercised in the order shown and only as may be required to assure a construction contract award within the limits of the project funds announced as available.) Item Number Description Total for Item Ded. 1 Deductible Alternate No. 1 shall consist of all work included in Bid Item No. 74, for the lump sum amount of Dollars and Cents 1 L.S. at $ Complete $ Total For Deductible Alternate No. 1 $ Ded. 2 Deductible Alternate No. 2 shall consist of all work included in Bid Item No. 75, for the lump sum amount of Dollars and Cents 1 L.S. at $ Complete $ Total For Deductible Alternate No. 2 $ Ded. 3 Deductible Alternate No. 3 shall provide for the deletion from the project of the following items included in providing new service connections: -35- 0 PROPOSAL, continued L Item Number Description Total for Item Ded. 3 a. Deduct 36, Three-fourths (3/4) Inch Diameter (cont.) Corporation Stop Valves and Four(4) foot sections of Water Service Pipe included in Item No. 68 at the unit price of Dollars and Cents 36 Each at $ per Each $ b. Deduct 3, One (1) inch Diameter Corporation Stop Valves and Four (4) Foot Sections of Water Service Pipe included in Item No. 69 at the unit price of Dollars and Cents 3 Each at $ per Each $ n. Deduct 200 linear feet of Three-fourths (3/4) Inch Diameter Water Service Pipe included in Item No. 70 at the unit price of Dollars and Cents 200 L.F. at $ per Linear Foot $ d. Deduct 75 linear feet of One (1) Inch Diameter Water Service Pipe included in Item No. 71 at the unit price of Dollars and Cents 75 L.F. at $ per Linear Foot $ -36- PROPOSAL, continued Item Number Description Total for Item Ded. 3 e. Deduct all work included in Bid Item No. 72 for the lump sum amount of Dollars and Cents 1 L.S. at $ Complete $ f. Deduct all work included in Bid Item No. 73 for the lump sum amount of Dollars and Cents 1 L.S. at $ Complete $ Total for Deductible Alternate No. 3 $ (Sum of Items (a) to (f).) —37— 0 PROPOSAL, continued Item Number Description Total for Item Ded. 4 Deductible Alternate No. 4 shall provide for the deletion from the project all work included in the installation of Line 1.5.2.1 as shown on Sheet 11 of the Plans and shall consist of the following items: a. Deduct 275 linear feet of Eight (8) Inch Diameter Water Main included in Bid Item No. 3 at the unit price of and 275 L.F. at $ Dollars Cents per Linear Foot $ b. Deduct 1, Eight (8) Inch by Six (6) Inch Cast Iron Tee included in Bid Item No. 39 at the unit price of Dollars and Cents 1 Each at $ per Each $ c. Deduct 1, Eight (8) Inch Cast Iron Gate Valve and Valve Box included in Bid Item No. 38 at the unit price of Dollars and Cents 1 Each at $ per Each —38— 0 PROPOSAL, continued Item Number Description • Total for Item Ded. 4 d. Deduct 1, Fire Hydrant with Five and (cont.) One-fourth (5-1/4) Inch Valve Opening and Six (6) Inch Cast Iron Auxiliary Cate Valve and Valve Box included in Bid Item No. 66 at the unit price of Dollars and Cents 1 Each at $ per Each $_ e. Deduct 245 linear feet of Surface Repair Type A included in Bid Item No. 82 at the unit price of Dollars and Cents 245 L.F. at $ per Linear Foot $ f. Deduct 55 linear feet of Surface Repair Type B included in Bid Item No. 83 at the unit price of Dollars and Cents 55 L.F. at $ per Linear Foot $ Total for Deductible Alternate No. 4 $ (Sum of Items (a) to (f).) -39- 0 PROPOSAL, continued Item Number Description Total for Item Ded. 5 Deductible Alternate No. 5 shall provide for the deletion from the project all work included in the installation of State Highway Crossing No. 4 shown on Sheet 14 and 18 of the. Plans and shall consist of the following items: a.. Deduct all work included in Bid Item No. 79 for the lump sum amount of Dollars and Cents 1 L.S. at $ Complete b. Deduct 13 linear feet of Ten (10) Inch Diameter Water Main included in Bid Item No. 2 at the unit price of Dollars and Cents 13 L.F. at $ per Linear Foot c. Deduct 1, Ten (10) Inch by Eight (8) Inch Cast Iron Cross included in Bid Item No. 25 at the unit price of Dollars and Cents 1 Each at $ per Each d. Deduct 1, Ten (10) Inch by Six (6) Inch Cast Iron Reducer included in Bid Item No. 30 at the unit price of Dollars and Cents 1 Each at $ per Each -40- I -A 0 PROPOSAL, continued Item Number Ded. 5 (cont.) Description e. Deduct 2, Eight (8) Inch Cast Iron Plugs included in Bid Item No. 37 at the unit price of Dollars and Cents 2 Each at $ per Each $ f. Deduct 10 linear feet of Six (6) Inch Diameter Water Main included in Bid Item No. 4 at the unit price of Dollars and Cents 10 L.F. at $ per Linear Foot $ g. Deduct 1, Fire Hydrant with Five and One-fourth (5-1/4) Inch Valve Opening and Six (6) Inch Cast Iron Auxiliary Gate Valve and Valve Box included in Bid Item No. 66 at the unit price of Dollars and Cents 1 Each at $ per Each $ h. Deduct 1, Ten (10) Inch Cast Iron Gate Valve and Valve Box in- cluded in Bid Item No. 24 at the unit price of Dollars and Cents 1 Each at $ per Each $ -41- Total for Item PROPOSAL, continued Item Number Description Ded. 5 i. Add 1, Ten (10) Inch Cast Iron (cont.) Plug at the unit price of Dollars and Cents 1 Each at $ per Each $ Total for Deductible Alternate No. 5 (Sum of Items (a) to (h) minus Item (i).) -42- Total for Item 0 1-1 L PROPOSAL, continued Item Number Description Ded. 6 Deductible Alternate No. 6 shall provide for the deletion from the project all work included in the installation of Line 1.3.2.1 as shown on Sheet 8 of the Plans and shall consist of the following items: a. Deduct 288 linear feet of Six (6) Inch Diameter Water Main included in Bid Item No. 4 at the unit price of Dollars and Cents 288 L.F. at $ per Linear Foot $ b. Deduct 3, Six (6) Inch Cast Iron Gate Valves and Valve Boxes included in Bid Item No. 47 at the unit price of Dollars and Cents 3 Each at $ per Each $, c. Deduct 1, Ten (10) Inch by Six (6) Inch Cast Iron Tee included in Bid Item No. 29 at the unit price of Dollars and Cents 1 Each at $ per Each $, d. Deduct 1, Six (6) Inch Cast Iron Tee included in Bid Item No. 44 at the unit price of Dollars and Cents 1 Each at $ per Each $ -43- Total for Item uA PROPOSAL, continued Item Number Description 0 Dad. 6 e. Deduct 1 Connection to an (cont.) existing Six (6) Inch Water Main included in Bid Item No. 62 at the unit price of Dollars and Cents 1 Each at $ per Each f. Deduct 288 linear feet of Surface Repair Type A included in Bid Item No. 82 at the unit price of Dollars and Cents 288 L.F. at $ per Linear Foot $ Total for Deductible Alternate No. 6 (Sum of Items (a) to (f).) -44 Total for Item L PROPOSAL, continued Item Number Description Ded. 7 Deductible Alternate No. 7 shall provide for the deletion from the project all work included in the installation of Line 1.4.1 as shown on Sheet 11 of the Plans and Shall consist of the following items: a. Deduct 665 linear feet of Six (6) Inch Diameter Water Main included in Bid Item No. 4 at the unit price of Dollars and Cents 665 L.F. at $ per Linear Foot b. Deduct 1, Ten (10) Inch by Six (6) Inch Cast Iron Tee included in Bid Item No. 24 at the unit price of Dollars and Cents 1 Each at $ per Each c. Deduct 2, Six (6) Inch Cast Iron Tees included in Bid Item No. 44 at the unit price of Dollars and Cents 2 Each at $ per Each d. Deduct 1, Six (6) Inch by Two (2) Inch Cast Iron Tee included in Bid Item No. 52 at the unit price of Dollars, and Cents 1 Each at $ per Each -45- i PROPOSAL, continued Item Number Description Total for Item Ded. 7 (cont.) e. Deduct 2 Six (6) Inch Cast Iron Gate Valves and Valve Boxes included in Bid Item No. 47 at the unit price of Dollars and Cents 2 Each at $ per Each $ f. Deduct 1 Two (2) Inch Cast Iron Gate Valve and Valve Box included in Bid Item No. 58 at the unit price of Dollars and Cents 1 Each at $ per Each $ g. Deduct 1, Fire Hydrant with Five and One-fourth (5-1/4) Inch Valve Opening and Six (6) Inch Cast Iron Auxiliary Gate Valve and Valve Box included in Bid Item No. 66 at the unit price of Dollars and Cents 1 Each at $ per Each $ h. Deduct 9, Three-fourths (3/4) Inch Diameter Corporation Stop Valves and Four (4) Foot Sections of Water Service Pipe included in Item No. 68 at the unit price of Dollars and Cents 9 Each at $ per Each $ -46- A .A PROPOSAL, continued Item Number Description Total for Item Ded. 7 i. Deduct 20 linear feet of Three-fourths (cont.) (3/4) Inch Diameter Water Service Pipe included in Bid Item No. 70 at the unit price of Dollars and Cents 20 L.F. at $ per Linear Foot J. Deduct 1, Connection to an existing Four (4) Inch Diameter Water Main included in Bid Item No. 63 at the unit price of Dollars and Cents 1 Each at $ per Each $ k. Deduct 1, Connection to an existing Two (2) Inch Water Main included in Bid Item No. 64 at the unit price of Dollars and Cents 1 Each at $ per Each $ 1. Deduct 665 linear feet of Surface Repair Type A included in Bid Item No. 82 at the unit price of Dollars and Cents 665 L.F. at $ per Linear Foot $ Total for Deductible Alternate No. 7 $ (Sum of Items (a) to (1).) -47- I' • PROPOSAL, continued Item Number Description Total for Item Ded. 8 Deductible Alternate No. 8 shall provide for the deletion from the project all work included in the installation of Line 1.3.1 as shown on Sheet 7 of the Plans and shall consist of the following items: a. Deduct 630 linear feet of Ten (10) Inch Diameter Water Main included in Bid Item No. 2 at the unit price of Dollars and Cents 630 L.F. at $ per Linear Foot $ b. Deduct 1, Ten (10) Inch Cast Iron Tee included in Bid Item No. 19 at the unit price of Dollars and Cents 1 Each at $ per Each $. c. Deduct 2, Ten (10) Inch by Eight (8) Inch Cast Iron Reducers included in Bid Item No. 27 at the unit price of Dollars and Cents 2 Each at $ per Each $ d. Deduct 1, Ten (10) Inch by Six (6) Inch Cast Iron Cross included in Bid Item No. 28 at the unit price of Dollars and Cents' 1 Each at $ per Each $ -48- D PROPOSAL, continued Item Number Description Ded. 8 e. Deduct 1, Ten (10) Inch by Six (6) (cont.) Inch Cast Iron Tee included in Bid Item No. 29 at the unit price of Dollars and Cents 1 Each at $ per Each f. Deduct 1, Ten (10) Inch Cast Iron Gate Valve and Valve Box included in Bid Item No. 24 at the unit price of Dollars and Cents 1 Each at $ per Each g. Deduct 2, eight (8) Inch Cast Iron Gate Valves and Valve Boxes included in Bid Item No. 38 at the unit price of Dollars and Cents 2 Each at $ per Each h. Deduct 3, Six (6) Inch Cast Iron Plugs included in Bid Item No. 46 at the unit price of and 3 Each at -49- Dollars Cents per Each 0 Total for Item • PROPOSAL, continued Item Number Description Ded. 8 1. Deduct 1, Connection to an existing (cont.) Eight (8) Inch Diameter Water Main included in Bid Item No. 61 at the unit price of Dollars and Cents 1 Each at $ per Each J. Deduct 1, Four (4) Inch Cast Iron Plug included in Bid Item No. 57 at the unit price of Dollars and Cents 1 Each at $ per Each k. Add 1, Ten (10) Inch by Four (4) Inch Cast Iron Tee at the unit price of Dollars and Cents 1 Each at $ per Each 1. Add 1, Four (4) Inch Cast Iron Gate Valve and Valve Box at the unit price of Dollars and Cents 1 Each at $ per each -50— 9 Total for Item w PROPOSAL, continued Item Number Description Ded. 8 m. Add 1, Connection to an existing Four (4) Inch Diameter Water Main at the unit price of 0 Total for Item Dollars and Cents 1 Each at $ per Each $ Total for Deductible Alternate No. 8 $ (Sum of Items (a) to (j) minus Items (k) to (m).) —51— A PROPOSAL, continued Item Number Description Ded. 9 Deductible Alternate No. 9 shall provide for the deletion from the project all work included in the installation of the portion of Line 1.4 lying between the existing Ten (10) Inch Diameter Water Mains as shown on Sheet 10 of the Plans and shall consist of the following items: a. Deduct 785 linear feet of Ten (10) Inch Diameter Water Main included in Bid Item No. 2 at the unit price of Dollars and Cents 785 L.F. at $ per Linear Foot b. Deduct 3, Ten (10) Inch by Six (6) Inch Cast Iron Tees included in Bid Item No. 29 at the unit price of Dollars and Cents 3 Each at $ per Each c. Deduct 1, Ten (10) Inch by Four (4) Inch Cast Iron Tee included in Bid Item No. 32 at the unit price of Dollars and Cents 1 Each at $ per Each d. Deduct 2, Ten (10) Inch Cast Iron Gate Valves and Valve Boxes included in Bid Item No. 24 at the unit price of Dollars and Cents 2 Each at $ per Each -52- C7 Total for Item S 0 PROPOSAL, continued Item Number 0 Description Ded. 9 e. Deduct 1 Connection to an existing (cont.) Fire Hydrant included in Bid Item No. 67 at the unit price of Dollars and Cents 1 Each at $ per Each $ f. Deduct 2 Connections to an exist- ing Ten (10) Inch Diameter Water Main included in Bid Item No. 60 at the unit price of Dollars and Cents 2 Each at $ per Each g. Deduct 2 Connections to an exist- ing Six (6) Inch Diameter Water Main included in Bid Item No. 62 at the unit price of Dollars and Cents 2 Each at $ per Each $ h. Deduct l Connection to an exist- ing Four (4) Inch Diameter Water Main included in Bid Item No. 63 at the unit price of Dollars and Cents 1 Each at $ per Each $ -53- Total for Item ' -54- ' PROPOSAL, continued ' Item Description Total for Item ---- -- Number Ded. 9 i. Deduct 750 linear feet of Surface (cont.) Repair Type A included in Bid Item No. 82 at the unit price of Dollars and Cents ' 750 L.F. at $ per Linear Foot $ ' j. Deduct 35 linear feet of Surface Repair 83 Type B included in Bid Item No. at the unit price of ' Dollars and Cents ' 35 L.F. at $ per Linear Foot $ ' Total for Deductible Alternate No. 9 $ (Sum of Items (a) to (j).) ' -54- (Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.) The Bidder understands that quantities listed are approximate and the Owner reserves the right to increase or decrease individual items as may be, in his sole judgment, to his best interest depending upon conditions encountered or observed during the execution of work on this contract. The above unit prices shall include all labor, materials, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bidder understands that the Owner reserves the right to reject any or all bids. The bidder agrees that this bid shall be good and may not be with- drawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of his bid, the bidder will execute the formal contract attached within ten (10) days and deliver a Surety Bond or Bonds as required by Section 2.29 of the General Conditions. The bid security attached in the sum of Dollars ($ ) is to become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and addi- tional expense to the Owner caused thereby. Respectfully submitted: By (Title) (Business Address) (SEAL - if bid is by a corporation) NOTICE The Bidder shall list on the following line the name and address of the Plumbing/Mechanical Subcontractor. 1 Form ED -118 (Rev. 6-73) 11 (Plumbing/Mechanical Subcontractor) -55- (Address) 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto the City of Meridian, Idaho, as Owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, ad- ministrators, successors and assigns. Signed this day of 1976. The Condition of the above obligation is such that whereas the Principal has submitted to the City of Meridian, Idaho, a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the construction of the 1976 Water Distribution System Improvement Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in force and ' effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipluates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension.. Form ED -121 (Rev. 4-72) -56- IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their cor- porate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal Surety Ey: IMPORTANT - Surety companies executing bonds must appear on the Treasury Depart- ment's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. Form ED -121 (Rev. 4-72) -57- 1 • ' 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO 1 ARCHITECT/ENGINEER'S CERTIFICATE ' Project Number 07-01-01600 I, Sumner M. Johnson, Engineer for the City of Meridian, Idaho, certify that ' the following plans and specifications Sheets Numbered ' ®Site Plan . . . . . . . . . . . . . . . . 1 through 18 QArchitectural.. . . . . . . . . . . . . . . . . QStructural QMechanical . ❑Electrical. ' QEquipment . QOther (specify) ' (a) Are adequate and suitable for, and are in conformity with, the project contem- plated in the approved application. ' (b) Comply with applicable State and Local laws, ordinances and regulations pertain- ing to standards of construction and safety, and have been approved by: ' AUTHORITY DATE OF APPROVAL Idaho Department of Health and Welfare Date Sumner M. Johrison,P.E. ' License Number 777 Address 212 Tenth. Avenue South APPROVED: Don M. Storey, Mayor ' Date Form ED -151 (Rev. 4-72) 0 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO CERTIFICATE OF GUARANTEE/BORROWER'S ATTORNEY I, the undersigned, John 0. Fitzgerald, the duly authorized and acting legal representative of the City of Meridian, Idaho, do hereby certify as follows: I have examined the attached contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. 1 Date: II 1 1 1 u n I -59- 1 Form ED -126 (Rev. 4-72) 1 John 0. Fitzgerald 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO NOTICE OF AWARD To: EDA Project No. 07-01-01600 PROJECT Description: 1976 Water Distribution System Improvement Project. The Owner has considered the Bid Submitted by you for the above described work in response to its Advertisement for Bids dated , 1976, and Information for Bidders. The following deductible alternates have been exercised by the Owner and are hereby deducted from the Total Boise Bid: You are hereby notified that your Bid has been accepted for items in the amount of Dollars 0 )• You are required by the Information for Bidders to execute the Agreement and furnish the required Contractor's Performance Bond and Payment Bond within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within ten (10) days from the date of this Notice, said Owner will be entitled to con- sider all your rights arising out of the Owner's acceptance of your Bid as aban- doned and as a forfeiture of your Bid Bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the Owner. Dated this day of , 1976 1 CITY OF MERIDIAN, IDAHO 1 By. Don M. Storey, Mayor 1 1 1 -60- ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by . this day of 1976. -61- Ey Title 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO ' CONTRACT ' THIS AGREEMENT, made this day of 1976, by and between (1) the City of Meridian, acting herein through the (2) Mayor, ' hereinafter called "Owner" and (3) , doing business as *(an individual), or (a partnership), or (a corporation) located in the City of County of and State of hereinafter called "Contractor". WITNESSETH: That for and in consideration of the payments and agree- ments hereinafter mentioned to be made and performed by the Owner, the Contractor ' hereby agrees with the Owner to commence and complete the construction described as follows: II ' hereinafter called the Project, for the sum of Dollars ($ ) and all extra work in connection therewith, under the terms as stated in the General and Sup- plemental General Conditions of the Contract; and at his (its or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said Project in accordance with the ' conditions and prices stated in the Proposal, the General Conditions, the EDA and Owner's Supplemental General Conditons and Technical Specifications of the Contract, the Plans, which includeallmaps, plats, blueprints, and ' other drawings and printed or written explanatory matter thereof, the Specifications and Contract Documents therefor as prepared by J -U -B ENGINEERS, Inc., herein entitled the Architect/Engineer, and as enumerated in Section 3.01 of ' the EDA Supplemental Conditions, all of which are made a part hereof and collec- tively evidenced and constitute the Contract. The Contractor hereby agrees to commence work under this Contract on or ' before a date to be specified in the written "Notice to Proceed" of the Owner to fully complete the project within two hundred seventy (270) consecutive calendar days thereafter. The Contractor further agrees to pay, as liquidated ' damages, the sum of One Hundred Fifty Dollars ($150.00) for each consecutive calendar day thereafter as hereinafter provided in Section 2.19 of the General Conditions. 1 -62- I ' *IMPORTANT: Strike out any inapplicable terms. Secretary of the Owner should attest. If the Contractor is a corporation, the Secretary should attest. Give proper title of each person executing contract. Form ED -122 (Rev. 3-72) -63- 1 The Owner agrees to pay the Contractor in current funds for the performance of the Contract, subject to additions and deductions, as provided in the General Conditions of the Contract, and to make payments on account thereof as provided ' in Section 2.25, "Payment to Contractor", of the General Conditions. ' IN WITNESS WHEREOF, the parties to these presents have executed tract in six (6) counterparts, each of which shall be deemed an original, this con- in the year and day first mentioned above. 1 (Owner) (SEAL) ATTEST: By (Secretary) ' (Witness) (Contractor) ' (SEAL) By (Secretary) (Witness) (Address) I ' *IMPORTANT: Strike out any inapplicable terms. Secretary of the Owner should attest. If the Contractor is a corporation, the Secretary should attest. Give proper title of each person executing contract. Form ED -122 (Rev. 3-72) -63- 1 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a , hereinafter called Prinicpal, (Individual, Partnership, or Corporation) and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto the City of Meridian, Idaho, 728 Meridian Street, Meridian, Idaho, 83642, hereinafter called the Owner, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the day of , 1976, a copy of which is hereto attached and made a part hereof for the construc- tion of: The 1976 Water Distribution System Improvement Project of the City of Meridian, Ada County, Idaho. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertaking, covenants, terms, conditions, and agreements of:said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully idemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Specifications -64- Form ED -124 (Rev. 4-72) accompanying the same shall in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Con- tractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed an original, this day of 1976. ATTEST: (Principal) Secretary By (SEAL) Witness as to Principal (Address) ATTEST: (Surety) Secretary (SEAL) Witness as to Surety (Address) -65- Form ED -124 (Rev. 4-72) Principal (Address) Surety By. Attorney -in -Fact (Address) NOTE: Date of Bond must not be prior to date of Contract. If the Contractor is a Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Depart- ment's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. Form ED -124 (Rev. 4-72) 0 • 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, (Corporation, Partnership or Individual) and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto the City of Meridian, Idaho, 728 Meridian Street, Meridian, Idaho, 83642, hereinafter called Owner, in the penal sum of Dollars ($ ) in lawful money of the United States for the payment of which sum well and truly to be made, we bind ourseves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas the Principal entered into a certain contract with the Owner, dated the day of , 1976, a copy of which is hereto attached and made apart hereof for the construc- tion of: The 1976 Water Distribution System Improvement Project of the City of Meridian, Ada County, Idaho. NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for such contract, and any author- ized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extention of time alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Specifications -67- Form ED -125 (Rev. 4-72) 1 0 • 1 accompanying the same shall in any wise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work or to the Specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed as original, this _ day of , 1976. ATTEST: (Principal) Secretary (SEAL) Witness as to Principal (Address) ATTEST: (Surety) Secretary (SEAL) tness as to Surety (Address) Form ED -125 (Rev. 4-72) —68— Principal (Address) Surety By Attorney -in -Fact (Address) NOTE: Date of Bond must not be prior to date of Contract. If the Contractor is a Partnership, all partners should execute bond. IMPORTANT: Surety companies executing bonds must appear on the Treasury Depart- ment's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. -69- Form ED -125 (Rev. 4-72) To: 1976 WATER DISTRIBUION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO NOTICE TO PROCEED Date: Project: EDA No. 07-01-01600 You are hereby notified to commence work in accordance with the Agree- ment dated , 1976, within ten (10) calendar days of the date of mailing by registered mail of this NOTICE TO PROCEED, and you are to complete the work within two hundred seventy (270) consecutive calendar days thereafter. The date of completion of all work is therefore 1976. CITY OF MERIDIAN, IDAHO BY Don M. Storey Title Mayor ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by, , this day of 1976. By _ Title -70- -A 0 0 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO CERTIFICATE OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY EDA Project Number 07-01-01600 GENERAL In accordance with Executive Order 11246 (30 F.R. 12319-25), the implementing rules and regulations thereof, and orders of the Secretary of Labor, a Certification regarding Equal Opportunity is required of Bidders or prospective Contractors and their proposed Subcontractors prior to the award of contracts or subcontracts. CERTIFICATION OF BIDDER Bidder's Name Address Internal Revenue Service Employer Identification Number 1. Participation in a previous contract or subcontract. a. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause ❑Yes ❑No b. Compliance reports were required to be filed in connection with such contract or subcontract . . . ❑Yes ❑No c. Bidder has filed all compliance reports required by Executive Orders 10925, 11114, 11246 or by regula- tions of the Equal Employment Opportunity Commission issued pursuant to Title VII of the Civil Rights Act of 1964 . . . . . . . . . . . . . . . . . . . . . . . ❑Yes ❑No d. If answer to Item c is "No", please explain in detail on reverse of this certification. 2. Dollar amount of bid $ 3. Anticipated performance period days. 4. Expected total number of employees who will perform the proposed construc- tion -71- Form ED -119 (Rev. 6-73) Nonsegregated Facilities a. Notice to Prospective Federally -Assisted Construction Contractors (1) A Certification of Nonsegregated Facilities, as required by the May 9, 1967, order (32 F.R. 7439, May 19, 1967) on Elimination of Seg- regated Facilities, by the Secretary of Labor, must be submitted to the recipient prior to the award of a federally -assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. ' (2) Contractors receiving federally -assisted construction contract awards exceeding $10,000 which are exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of ' the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause: ' b. Notice to Prospective Subcontractors of Requirement for Certification of Nonsegregated Facilities. (1) A Certification of Nonsegregated Facilities, as required by the May 9, 1967, order (32 F.R. 7439, May 19, 1967) on Elimination of Segre- gated Facilities, by the Secretary of Labor, must be submitted prior ' to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. (2) Contractors receiving subcontract awards exceeding $10,000 which are ' not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of this notice to prospec- tive,subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. c. Certification of Nonsegregated Facilities The federally -assisted construction contractor certifies that he does not maintain or provide for his employee any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facil- ities are maintained. The federally -assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under ' his control, where segregated facilities are maintained. The federally - assisted construction contractor agrees that a breach of this certifica- tion is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dress- ing areas, parking lots, ;drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which -72- Form ED -119 (Rev. 6-73) 1 • • are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local 1 custom, or otherwise. The federally -assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identi- cal certifications in duplicate from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain the 1 duplicate of such certifications in his files. The contractor will in- clude the original in his Bid Package. 6. Race or ethnic group designation of Bidder. Enter race or ethnic group in the ' appropriate box: ❑Negro ❑ Spanish American ❑ Oriental ❑ American Indian 1 ❑Eskimo ❑Aleut []White (other than Spanish American) 1 REMARKS• 1 Certification - The information above is true and complete to the best of my knowledge and belief. 1 Name and Title of Signer (Please Type) 1 Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U. S.C. 1001. 1 -73- 1 Form ED -119 (Rev. 6-73) II 1 11 • 0 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY Name of Prime Contractor GENERAL 07-01-01600 EDA Project Number In accordance with Executive Order 11246 (30 F.R. 12319-25), the implement- ing rules and regulations thereof, and orders of the Secretary of Labor, a Certi- fication regarding Equal Opportunity is required of Bidders or prospective Con- tractors and their proposed Subcontractors prior to the award of contracts or subcontracts. SUBCONTRACTOR'S CERTIFICATION Subcontractor's Name Internal Revenue Service Employer Identification Number_ 1. Participation in a previous contract or subcontract. a. Subcontractor has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. ❑Yes Q No b. Compliance reports were required to be filed in connection with such contract or subcontract. . . . . . OYes [INo C. Subcontractor has filed all compliance reports required by Executive Orders 10925, 11114, 11246 or by regula- tions of the Equal Employment Opportunity Commission issued pursuant to Title VII of the Civil Rights Act of 1964 . . . . . . . . . . . . . . . . . . . . . . . . []Yes E3No 2. Dollar amount of Proposed subcontract $ 3. Anticipated performance period days. 4. Expected total number of employees who will perform the proposed subcontract -74- Form ED -120 (Rev. 6-73) 5. Nonsegregated Facilities a. Notice to Prospective Subcontractors of Requirements for Certification of Nonsegregated Facilities (1) A Certification of Nonsegregated Facilities, as required by the May 9, 1967, order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted to the con- tractor prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. (2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of this notice to prospec- tive subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. b. Certification of Nonsegregated Facilities The federally -assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facili- ties are maintained. The federally -assisted construction contractor certi- fies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally -assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The fed- erally -assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications in duplicate from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain the duplicate of such certifications in his files. The subcontractor will include the original in his Bid Package. 6. Race or ethnic group designation of subcontractor. Enter race or ethnic group in the appropriate box: O Negro O Spanish American ❑ Oriental ❑ American Indian ❑ Eskimo ❑ Aleut ❑ White (other than Spanish American) Form ED -120 (Rev. 6-73) -75 REMARKS: Certification - The information above is true and complete to the best of my knowledge and belief. Name and Title of Signer (Please Type) Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U. S.C. 1001. Form ED -120 (Rev. 6-73) -76- 1976 WATER DISThYh:W-M, SYSiEhi CITY OF %1DA seeti�T 2 . 1 2UNCRICAL 10 ft 2.01 Contract and Contras s« 2.02 Definitions 2.03 Additional Instruct -014 Detail Drawings..: ' 2.04 Shop or Setting"Draw"Bi 2.05 Materials,: Services - and -Facilities 2.06 Contractor's Titin'Eo IM040041 „�!? 2.07 Inspection and Testing of Materials- �+ 2.08 "Or Equai" Clause 2.09 Patents 2.10 Surveys, Permits and ulaiolu►'. '.>3 2.11 Contractor's Obligations - 5+ 2.12, Wektber Conditions' 2.13 Protection of Work'43'FropertY*. `. Emergency -' 2.14 Inspection ' 2.15 Reports, Records sad Vak* 2.16 Superintendence by dootrotdr, " 2.17 Changes In Work aT 2.18 Extras 2 2.19 Time for Completion : aAd- LAVA - VA -dated dated Damages 2.20 Correction of Work - 2 2.21 Subsurface Conditions Different 2.22 Claims for Extra Costa" ' 2.23 Right of the Owner' tbersi4tka ' 2.24 Contract Construction Schodult Periodic Estimates; 2.25 Payment to Contractor cis 2.26 Acceptance of Final'PatitRa, as Release; "t 2.27 Payments by Contractai 2.28 Contractor's and.,SubeaatsimC'tbr44.''2 insurance 2.29 Contract Security. 2.30 Additional or Subat**ftw' rod 2.31 is Assignments Sub ect Acceptance of Final Payment. I as Release Additional or Substitute Bond Additional instructions and Detail Drawings "Anti -Kickback" Provisions Apprentices andTrainees Architect/Engineer Authority Assignments Change in Work Claims for Extra Costs Clean Air Act Compliance with Copeland Regulations Confilicting Conditions Construction Schedule and Periodic Estimates Contract and Contract Document Coatcact Security Contract Termination Contractor's and Subcontrac- tor's Insurance Contractor's Obligations Contractor's Title. to Material. Correction of Work Definitions Employment of Local Labor Equal Employment Opportunity Extras General Guaranty Inspection Inspection and Testing of. Materials, Interest of 'Federal, State or,.` Local Officials Land and Rights -of -Way Materials, Services and Facilities' Minimm Wages V ' '4 2 Mand 9 r R mted§i:Sft#« .A s Fn y r � save harmless the Owner of Ther by reason of the use of auoh„ pertsie+l tit e1AYl+s .> ' or any trademark or-copyrfght under this contract and &WILLfffy'� damage which it may be oisl tgtiitts sasy, tit during the prosecution of ther,work•*r 40jftw# " ' 2.10. SURVEYS, PERMITS Algb3ditS Unless otherwiseexpress famish to the Contractor s nes C a;. The Contractor sha11'procuft, asd and app gals necessary for the executi6n, of htd <`�t" : }sly rlth all laws, ordinances. rules, orsk sad lF, Lhe perforsance of the work, the protection of a 1dNM; aMaaaltaace of passage ways, guard fences or other ttoww p�' � ,',•�''� 2.11 CONTRACTOR'S OBLIGA7Ti$ ' Thet,Contractor shall- and mild�and-Perform all work and furnish 411103WI ter; k` � at Ars t1- ties and means, except s%:jm ala ,,' a $fi ''Alf proper to Perform and complete within the time herein specified, is a +1l pd? s ><act ' and said Specifications and in this Contract and any and all swap ,� � y a„ y . with the directions o£ the Axchtt4d� s the progress of the work' 9 s �_ h ' construction plant and such=tear �_+ Caniiacter shall observe, comply with, Aad`k amt tG �;f�1as raga#re- meuts, and limitations of the .s�+aitt do, oArrp on, and complete the entire werk theme �tet1 ineer and the Owner. 2.12 WEATHER CONDITION6 l J - In the event of temporary *A*P"-Msukoj�**ismeatC peml iter, ' or whenever the ArchiteeUtuglneer 4460'.J �} a"lr r tnt x111, And will - cause his Subcontractors-tp 'rotsct.� :add materials. against damage or injury fr9*1 the the Ate, it*6tl Engineer, any work or motorial, ahai hAvp by region of failure on the part of the0 1i3e '_ �t his work, such materials shalt lee Contractor.�� t "r s s - Y � j` vy b Y I I 11 11 11 2.13 PROTECTION OF WORK AND PROPERTX- The Contractor shall at all times pafely gugrd_' thgv.Ownerla"property from injury or loss in connection with this Contract. lie shall at all times safely guard and protect his own work, and that of adjacent property, from damage. ; The . Contractor shall replace or make good any; such damage, loss or injury unless such be caused directly by,errors contained in this Contract at by the Owner, or his duly authorized representative. In case of an emergency which threaten# loss or'iiijury of roperty and/or safety of life, the Contractor will he allowed to act, ta#thoati previous instruc- tions from the Architect/Engineer,'in a dilig8ut manner. He shall notify the Architect/Engineer immediately thereafter. Any claim for compensation by the Contractor due to such extramork'shall be prbaptly submitted to the Architect/ Engineer for approval. Where the Contractor has not taken action but has.aoti:fied the Architect/ Engineer of an emergency threatening injury to potao" cst.ds"ge to work or any adjoining property, he shall -act as instruccted,cr aesthox d %y the Architect/ Engineer. The amount of reimbursement cleimed'by,the Contractor on account of any emergency action shall be determined in the =manner%provided in Section 2.17 of the General Conditions. 2.14 INSPECTION The authorized representatives and agents of the Bt;ownie Development Administration shall be permitted to inspect all York, Materials, payrolls. records of personnel, invoices of materials, aadother'rolbvant'data and re- cords. 2.15 REPORTS, RECORDS AND DATA The Contractor shall submit to the Oaner:�ach'ssleie of,gasntities and costs, progress schedules, payrolls,. reports, estimates, reeorda and other data as the Owner may request concerning work performed or to be performed under this contract. 2.16 SUPERINTENDENCE BY CONTRACTOR 1 ro II r 2.17 CHANGES IN WORK No changes in the work covered by tha:a{�ttovrd- Cohttt Documents shall be made without having prior written approval of the -Owner: 'Charges or credits for the work covered by the approved change shall be deteraiaed by one or more, or a combination of the following methods.., a. Unit bid prices previously approved. ' b. An agreed lump sus. c. The actual cost of: (1) Labor, including foremen; (2) Materials entering permanently into 'the work; (3) The ownership or rental cost of construction 'plant and equipment during the time of use an >rhe extra work; (4) Power and consumable supplies for, OW tVOIC, aee`'of power equipment;- (5) Insurance; (6) Social Security and old age and uneopioynant contributions. To the cost under 2.17c, there shall be added a fixed fee to be agreed upon , but not to exceed fifteen percent (15Z) of the estimated goat of the work. The fee shall be compensation to cover the cost of'sup rvisiont overhead, bond, profit, and any other general expenses. 2.18 EXTRAS Without invalidating this Contract,.tha 0whi i may order extra workofthe kind bid upon or make changes by alterirmg% adittg;ta°os deducting from the Rror1c, the contract sum being adjusted accordi ,'and the cobseut-of the Surety being first obtained where necessary or desix4ols. All the workof-the kind bid upon shall be paid for at the price stipulated In iha<posal, and no claims for any extra work or materials shall be allowed unless the Vork,2s ordered i4 writing by the Owner or its Architect/Eagineer,'attiog oifigialjy for the Owner; and the price is stated in the order. 2.19 TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed, by amd-between the contractor and Owner, that the date of the begiinming-and the-ti4rtfferC eoWlation as specified in this Contract of the work to be done hereupdrr"t4nts: CONDITMS of this Contract; and it is further -mutually underatoodAirA aareett'-:that the work embraced in this Contract shall be commenced tla a t4ate #o:bs,:spseified in the Notice to Proceed. The Contractor agrees that said work shall be prosecuted regularly, diligently and uninterruptedly at such rate of progress ax.vtll insure full completion thereof within the time specified It is'eSpetstly understood and agreed, by and 44— I I1 I1 between the Contractor and the Owner, that the ttis work described herein is a reasonable time `for thO taking into consideration the average Climatie Van ompletion or the of the same, rl 3tdustriel -Condi-• tions prevailing in this locality. If the said Contractor shall neglect, fail or refuse to complete the sank' within the time herein specified, or any proper ea Owner, then the Contractor does hereby agree, as as awarding of this Contract, to pay. to the Owner the Contract, not as a penalty but as liquidatgd:das as hereinafter set forth, for each and every" -palsy shall be in default after the time stipulated"in 3 the work. The said amount is fixed ar44greed upas 'by' the Owner because of the Impracticability and exti ascertaining the actual damages the Owner siould-it amount is agreed to be the amount of -damages Vhicl said amount shall be retained from time to, time b periodical estimates It is further agreed that time;isaof the ea,=si of this Contract and of the Specification whereto of time is fixed for the performance of any act7W contract an additional time is allowed for the eco time limit fixed by such extension shall be --of tb Provided, that the Contractor shall not be.charg any excess cost when the Owuer'-determinep,tbatrb and the Contractor's reasons , for the, time *xt sii Provided further, that the Contractor shall nottb damages or any excess coat when the delay n,:ci a. To any preference, priority or al ocatici Government; b. To unforeseeable cause beyond thea" negligence of the Contractor, including but no. the public enemy, acts of the Owner, acts of e formance of a contract with the Owner, fires, restrictions, strikes, freight empargoes,`aud= c. To any delays of subcontractors or su causes specified in the subsections a and b tit that the Contractor shall, within ten (lo) day delay, unless the owner shall grant a further, of final settlement of the contract', notify tb of the delay, who shall ascertain the focta an the Contractor within a reasonable time of :Sts �HSr- such even the Owner :reef granted by the 4eratiou for the , :cified in this i breach of Contract tt w Contractor ,t` for completing the Contractor and, Aty of fixing and t sustain, and said would sustain and _ from current 6t **d :every portion .diet certain length any work, the new f this comtract. idated damages or r is without fault ptable to the Owner; itis liquidated ho !cork is &at y issued by the :fere occ "oped by any of the 11 0 2.20 CORRECTION OF WORK Ail works, all materials, whether iocoVporated yin tfw'? ork Vr not, all processes of manufacture, and. all methods of construction-*bt l �e:at all times and places subject to the inspection of the Architect/Enot"Pr xho shall t final judge of the quality and suitability of the`uoik,''materials,'processes manufacture, and methods of construction for the purposes for which they; are used. Should they fail to meet his-approual.they,shail be forthwith recon - 1 ced and/or corrected . as the case may be, by.the structed, made good, rep a : Contractor at his own expense. Rejected material alkfeli'tdiately be remove from the site. If, in the opinion of the Architect/ft a , it is'usdesirab e to replace any defective or damaged'materlale or tort'er correct any portion of the work injured or not performed in accordsote with these Contract Documents, the compensation to be paid to the Contractor'1Yere�dar shall bs reduced by such amount as in the judgment of tho4rchitect/Engineer shall,be equitable. 2.21 SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractorencounter subsurface and/or°-Utsat con site materially differing from those shown on the f'& a'or-indica Specifications, he shall immediately give notice to the'Architect h editions before they are disturbed. The Arohitset/ft9ifiee tions at the in the 6 gine -0 auc co promptly investigate the conditions, and If he fiada that they materially differ from those shown on the Plans or isdleatad in tha Spsci#itmtioas, be will at once make such changes in the Plana and/or Specifications as ha;may find neces- eery and any increase or decrease of, cost resulting: 000.Moc changes to be adjusted in the manner provided in,Section =2 17 of,'tbolimb eai� editions. 2.22 CLAIMS FOR EXTRA COSTS No claim for extra work or cost shall be allowed-oulems the same was done in pursuance of a written order of the Architedt/g+agineer spproved by the Owner, as aforesaid, and the claim presented. with the first estiaristes after the changed or extra work is done. When work is perfoimed -uDdei; tUle A.e s' of Section 2.l7c of the General Conditions, the Contractor shall furnisi:s'oi sfactory bills, payrolls, and vouchers covering all items of cost -and j`tequested by the Owner, give the Owner access to accounts reiati`mg thersi...` 2.23 RIGHT OF THE OWNER TO`TERMIMATE CONTRACT Im the event that a,q n of the provisions of this.Cotitttart are violated by the Contractor, or by any of his Subcontractors, the;Ovuor may serve written} notice upon the contractor and the Surety OCRs 10tim Contract, such notices to contain the reosorts.€C2^ such this Contract, and unless within tan (10) dopa aftat upon the Contractor, such violatigne or deloq shall arrangement or correction be made, tb*t,6dtroct shams; said ten (10) days, cease'and terminate. In tbe•svent the Owner shall immediately:serve notica thereof upon tractor, and the Surety shall have'tbe right to take a ' Contract. Provided, however, that if the Sur 'does- Vot,causence per- formance thereof within ten (lo) days from tha�te of the mailing to such ' Surety of notice of termination, :.the Owner may.4ik Ower the, work and prosecute the same to completion by contract or by force accougvTo ,the account-and at the expense of the Contractor and the CVntract*r- hie'Sarety shall be liable ' to the Owner for any excess cast occasioned by the r.:thereby , and in such event the owner may take possession of and utfi#e u eonpleting the work, such material,; appliances, and plant as may be the site of the work and necessary therefor. 2.24 CONSTRUCTION SCHED= AND PERIODIC ESTI Aj ' Immediately after execution and delivery -of d",,¢Saeitrait, and before the first partial payment is made, the C,ontractor;Yrlisll driver to, the Owner 'an' ' estimated construction progress schedule in forel sat�.afactory to the Owner, showing ,the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documeats and the anticipated amount of each monthly payment that will -become due tate contractor in accordance with the progress schedule. The Contractor shall.alaa furnish on form to be supplied by the Owner (1) a detailed estimate $#.4 tg -a Vo6plats breakdow;a of the contract price, and (2) periodic itemised estitsetts of aacrzk"dons for the purpose of making partial payments thereon. The cost imp ,`egking up.axiy,of theta schedules will be used only for determining tbe'tga4 of oarttal payment and will not be considered as fixing a basis for addit-10he to or deductions from the ' contract price. 2.25 PAYMENT TO CONTRACTOR No later than the tenth (10th) day of each-g", tcwth, the Owner shall make a progress payment to the Contractor :on Via basW'of-a" duly certified and approved estimate of the work performed durfng ihe"Pieft0jift calendar Month under this Contract. To insure proper performance ofi-ibla Contract, the Owner shall retain ten percent (10%) of the amount of each-estimate until final com- pletion and acceptance of all work covered by this=Coat-tact. In preparing estimates, the material .delivared-on tW eite and preparatory work done may be taken into consideration. All material and work covered by partial,pa[ymeats made''aball'thereupon become the sole property of the Owner, but tbis:provi 60 shall not be construed as relieving the Contractor from the sole reeponplbility for the care and pro- tection of materials and work upon which payments have been made or the restora- tion of any damaged work, or las a waiver of the right of-the owner to require fulfillment of all the terms ofthisContract, 7 The Contractor agrees that he will indswAfy_-andakstn from all claims growing out of the lawful'dema s`:cf; ilwiu workmen, mechanics, materialmeety enc fora ahera�- . taeieh equipment, power tools, and all supplies 3ncluditsgaie furtherance of the obligations of=.tf►e netui`e here�a -87- tha.owaer harmless- and armless and parts thereof, r, incurred in the .guated have to be 11 I I1 11 11 paid, discharged, or waived.. if the Contractor. fails ¢o;.;do so then the Owner may, after having served written notice on the said 06ntractor, either -pay unpaid bills, of which the owner has writtetk +t ,,4 ftoct�"nv withhold from the 'Contractor's unpaid compensation a sus of not did= eably sufficient to pay any and all lawful claims until satisfactory'eoidesece.is tarnished that " all liabilities have been fully discharged 'wherenpon ro the Contractor shall be resumed, in accordance with the tarns of' Contract, but in no eveot' shall the provisions of this sentence ba construed to impose any obligations upon the Owner to either the Coutracexr or his Surety. In paying any unpaid bills of,the Grntraetor,'tbi agent of the Contractor, and any payment so made bp't# as a payment made under the contract by the Osmer to i Owner shall not be liable to, the Contractor"for as faith. Shall-be.considered a" tractor, and the h'pt made in good 2.26 ACCEPTANCE OF FINAL PAYMENT AS RELEASE 4` The acceptance by the Contractor of final paparen's4i.be and shall operate as a release to the Owner of all claims, suil:&I liabfii 'to the Contractor for' all things done or furnished in connection=with this 4ork ° for every .act and neglect of the Owner and others relating to or arisiug..tuxt:of`thts.work. No payment, however, final or otherwise, .sball:'operate to ralarase the Contractor or his Sureties from any obligation under this'Contraet or the Performance and Payment Bond. 2.27 PAYMENTS BY CONTRACTOR The Contractor shall pay (1) for all: txatsfsportat#as1'. atilty services not later than the twentieth (2Oth), day of the that in which services are rendered, (2) for all materials, tools, srA other expendable equipment to the extent of ninety percent (90%).of.the cost thereof, not later than the twentieth (20th) day of the calendar month following -that in which such materials, tools and equipment are delivered aV the site; of the; project and the balance of the cost thereof not.later.than`tiu'thiitietli (30th).day following the completion of that part of the work In or.on -which such otteria3.s, tools, and equipment are incorporated or used, and-(3).te each.ot"has<subcoutraetors, not later than the fifth (5th) day following each t•:to-the Contractor, the respective amounts allowed the Contractor on account of"'the ierrlc perforidd by his subcontractors to the extent of each'subeontrsetnrs Interest therein. 2.25 CONTRACTOR'S AND SUBCONTRACTOR'S IWSW4iNCi The Contractor shall not commence work und* th" VoAtmu t ugtil he has obtained all the insurance required under this pRgr►� and --such Usaraitte has been approved by the, Owner, nor shall the; Contin t&io 3 anisubcontrat5tor to commence work on his subcontract until theasuraftaa of 'tile subcautraetor . has been so obtained and approved; a. Compensation Insurance. The Contractor shall preeute and shall main— tain during the life of this Contract Worlments Cot pesaatipn-lnsilrance as required by applicable State or territorial law for all of his employees to be engaged in work at the site of the Project under this totttract and,. in case of ' any such work sublet, the Contractor shall requite.thtr sabcontt6etor similarly to provide Workmen's Compensation Insurance for all -ef the litter's employees to be engaged in such work unless such employees aie ;c+a ist, the protection afforded by the Contractor's Workaen's CoapansationIA raiice.. In case any class of employees engaged in hazardous 0of ,on"the Proj.act.under'this Contract is not protected under the the Contractor shall provide and shall cause each subeontraetor to grnvlde_a4eguste employer's liability insurance for the protection of such of .his employees &w are not otherwise protected. tractor's Property Damage Insurance and Vehicle amounts specified in Section 3.03 of the.EDA ft ano venicie Liaoi.u.ty insurance. xne-wntractot his Subcontractors to procure and to maintain do tract, Subcontractors Public Liability and Props Liability Insurance of the type and in the amain the EDA Supplemental General Conations specifte (2) insure the activities of his Subcontractors' t jew4nce and e>;And shall maintain Mi.Cy- Insurance, can— Immurance in the general' Conditions. C-.a_.1'Ti{Si[ -her (1) require each of Like of his subcon-� t Aasprance and vehicle: [ed in Section 3.03 of Wegraph b hereof, or, LUy, specified in subparagraph b hereof. d. Scope of Insurance and Special Hazards. The insa ante required under subparagraph b and c hereof shall provide adsquatif protection for the Contractor and his Subcontractors, respectieelg;.against may arise frog - operations under this Contract, whether such opets Aoas."his iW the insured or by any one directly or indirectly employed by, his mods% alitYr 7 moat say of the special hazards which may be encountered in tTe.p+sforssmce of this Contract as enumerated in Section 3.03 of the EDA-Supplmental:Oenete; e. Builder's Risk Insurance (Fire and Rmteaded Caret shall procure and shall maintain during the life Insurance (Fire and Extended -Coverage) -on a 100;1 basis on the insurable portion of the Project. 9 Subcontractors (as their interests, may spvear) s f: Proof of Carriage of insnran o., The Cos with certificates showing the type, amount,_ clan Live dates and dates of expiration of policies.: contain substantially the following statmentap certificate will not be cancelled or materially;_s days written notice has been received -by the Owm I Y. The Contractor ract'Builder's Risk ;) completed value e Contractor and as ;the Insured. 1 furnish the Owner no covered,=effec- cates shall also ce covered by this pt after ten (10) . ' shall keep informed of the ,progress and"the detial me i='t#thar'C 1iSractora and shall notify the Architect/ Engineer immediately of laa,ef progress or Aefecti've workmanship on the part of other Contractors. 3+ailure Q£ a Contractor to keep informed of the work progressing on the"aite a"'.failure °to give notice of lack of progress or defective workmanship by orhmr-Joball he,caustruad as acceptance by him of the status of "the work beteg aatiaEaetotpsg"prT coordination with his own work. A. 2.34 SUBCONTRACTING The Contractor, may utilize the services"o£ specialty Subcontractors on ' those parts of the work which, under normei zontMactiag practices, are performed by specialty Subcontractors. The Contractor shall..not award any Work to =y�Swwaifttractor without prior written approval of the owner, rich apprpval. l] not,be.given until the Con- tractor submits to the owner a writtau ste codi00*4 the prop el'award to the Subcontractor, which statement will co�n.auc 1jiforkation as the Owner may require. The Contractor shall be as fully responsible to file Owner, for the acts and omissions of his Subcontractors; ani of persoaas.eitbar directly or indirectly ' employed by them, as he is for the arts and a Paratana directly employed by him. The Contractor shall cause appropriate pToeistia>!is Es be faserted is all sub- contracts relative to the work W bind SabeonErasttn"t to tbe"Contracter by the terms of the General Conditions and ethar Contract Docuts'insafar as applicable ' to the work of Subcontractors and"to giate;the Contrsator the same power as regards terminating any subcontract that the Owner, may"esdrefae avier the Contractor under any provision of the Contract Documents. Nothing contained in this Contract "shall cL'Elts a _,actual relation- between elation between any Subcontractor and the Owner. 2.35 ARCHITECT/ENGINEER QTY The Architect/Engineer shall: give all orders:snd-directions contemplated under this Contract and Specifications relative'to the,ewutiou of the work. The Architect/Engineer shall determine the"nt quirlfty, acceptability, and fitness of the several kinds of work and iso#ads ti-#Ta to be paid'for wader ' this Contract and shall decide all questions whit R"Mee in relation to said work and the construction thereof. The Archit_eotJkag4jiaextu estimates and de- cisions shall be final and conclusive, except as"haraiat otherwise expressly ' provided. In case any question "small arise between the parties hereto relative to said Contract or Specifications, the dmteralhatiower decision of the Architect/ Engineer shall be a condition precedent to the"right of:tht Contractor to receive ' any money or payment for work under this Gentrect,affetted.is any manner or to . any extent by .such question. �gl� The Architect/Engineer-shall decide the meaning asd`In ent,of any portion of the Specifications and of -any Plan or Draviugs where,the same may be found ob— scure or be in dispute. Any difference;Svc soaflicts in`:eregarel to -their work which MY arise between the Contractor under this Contrani aYd sthas restore performing work for the Owner shall be adjusted and de: r .Aarahit #3CNstraetore pe er. 2.36 STATED ALLOWANCES The Contractor shall include in his proposal the-oaeh allowances stated in Section 3.02 of the EDA Supplemental General C+sndit"jxm,,; Tjij, Contractor shall purchase the "Allowed Materials" as directed ky the,Oomor"oft the -basis of the lowest and beat bid of at least three competitive olds,' If -;the actual•price for purchasing the "Allowed Materials" is more or�ldsa than tba "Cash Allowance," the contract price shall be adjusted accordinglyi The 4justment in contract price shall be made on the basis of the purcfsmie,-Price abut additional charges ' for overhead, profit, insurance or any other ivicidental-espenset.The cost of installation of the "Allowed Materials" shall'b0 imcluded in the 'applicable sections of the contract specifications coveriat this work, ' 2.37 USE OF PREMISES AND RE NAL OF DEWS` ' The Contractor expressly undertakes at his`eran "t a. To take every precaution against injuries to, persaft or damage to pro— perty. ro-Pe ty. b. To store his apparatus, materials. -su,"l es emd• eqolpmibut in such orderly ' fashion at the site of the work. as will not. unduly,iyejvtfmft,wiCl►sthe Programs of his work or the work of any other Contractors; C. To place upon the work or any part therreofo'4' ,*uuh loads as ares coa- sistent with the safety of that portion of the tpaft, d. To clean up frequently all refuse,-snbbteh, sc€ep'saterials and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly and workmanlike oppeateneo; ' e. Before final payment to remove ail-surplas +� falsework, tem— porary structures, including foundations tbereq€, piem+t'4t Airy description and debris of every nature resulting from his .operatibm*9 *sed"tb pitt the site is a neat, orderly condition; f. To effect all cutting, fitting or patching of his work.required to make the same to conform to the Plans and Specifications and,'et with the consent of the Architect/Engineer, not to cat or otherwise, altor.,,tbe.work of any other Contractor. 2.38 QUANTITIES OF ESTIMATE Wherever the estimated quantities of work to be :dome Brad materials to be ' furnished on a unit price basis under thinetxaet etre sCuwwe in any of the Documents including the Proposal, they are given=-fot roes1a eemparing Bids; and the right is expressly reserved, except as hereih'ot spacfically limited, to increase or diminish them as may be deemed" 1y`aeceasary or desirable by the owner to complete the work contemplated by this 0patract, and such increase ' or diminution shall in no vitiate thfi Contract,"nor shall any such increase or diminution give cause for claims or liability for dsdmeges. 2.39 LAND AND RIGHTS-OF-VAY Prior to the start of construction„ the Owner sbitt-sbtaln,all land rights- of-way ights-ofway necessary for the carrying out and-.completim 4f�V"k'ia be performed ' under this Contract. 2.40 GENERAL GUARANTY Neither the final certificate of in the Contract ' Documents nor partial or entire occupancy of the lue tay.the owner shall constitute an acceptance of work not done>in'accordatt ''r t the Contract Documents or relieve the Contractor of liability in respser to",ssy;:+axpresa warranties or responsibility for faulty materiels or workminihip', !rhe Contractor shall remedy any defects in the work and pay for any damage'to,other work resulting therefrom which shall appear within a period of one '(1) year ftow the date of final acceptance of work unless a longer period Is specified. The Owner will give notice of observed defects with reasonable promptbess. 2.41 CONFLICTING CONDITIONS Any provision in any of the Contract`Doca isits 61ah msy be in conflict or inconsistent with any of the paragraphIa is thess;Gesreal Conditions shall be void to the extent of such conflict or inconsuteney. 2.42 NOTICE AND SERVICE THEREOF Any notice to any Contractor from the r"'rq, e,t ► my part of this Contract shall be in writing and considered dAt'Ve' rs4i a0A,they service thereof completed, when said notice is posted,-by txrtified riglstered mail, to the said Contractor at his last given address, or "delivered.>:ia person to said Con- tractor or his authorized representative ow the Vprk. ' 2.43 REQUIRED PROVISIONS DEEMM INSERTED ' Each and every provision of .law and _elausa regml,b'►'lar to be inserted in this Contract shall be deemed to be Iusertod,heiatii<aad..,this Contract shall be read and enforced as though it were inclAmW beretne4 sd if through"mistake ' or otherwise any such provision is not inserted, or Is not correctly inserted,. then upon the application of aither party this.Comtract:,shall forthwith be physically amended to make such insertion or cotr%" Haat.' . L.44 AAi Bea su+« ..+..•--�__ _____ - - _ 1i 11 a In order to protect the livssand health of his tract, the Contractor shall comply-with'all Petters Work Hours and Safety Standards Act, as esiended, comwd¢ tion Safety Act as pertains to,health aad's safety stat►da an accurate record of all ;eases of dsath,_oeeuPation*l; requiring medical attention or causing loss of 'time fsa and in the course of employment on work ower Che;contr The Contractor alone shall be responsible for Chis`' adequacy of his plant, applianesa and matbads, snd I their imgroper c*tWtrpetld tees under this Con- usia" of,the Contract 6WM as tho Construe- ; and .shall maintain ease,:and injury irk, arising cut of sty, efficiency and may result from their fai re or pajnt +mm�ce or operation. 2.45 MIND= WAGES All mechanics and laborers employed or vorting upon .the site of the work, or under the United States Housing Act of,031, or uitder the Housing Act of 1949 In the construction or development : of Baia& frDa t, wtil 'be..paid"'uncanditia�aally and not less often than once a week, and v thous .60VAtd;6'ft dedaaetion or rebate on any account (except such payroll deductions as Aft -49 -by regulations issued by the Secretary of Labor -under the-, 1 SAf-° '*art 5))o the full amounts due at time of payment oompaated at wage rites not less than those contained in the wage determination decisiom of the Secretary of Labor which is attached hereto and made a part hers£, ragardlsss of OW contractual relation- ship which may be alleged to exist between t#e Contractor and Subcontractor and such laborers and mechanics and the W&S-6 dOsetm#uwstitan derision shall be posted by the Contractor at the site of the work.in ap ,where it can be easily seen by the workers. For the porpoise of t contributions made or costs reasonably anticipated under Section,l,(b) { 81` the Davis+Bacoaa Act .on behalf of laborers or mechanics are considered ++ages 141d 'to such laborers or mechanics, subject to the provisions of 2,9 CM $.5 (4)..(1) (iv). Also for the purpose of this elause,;regular coneributious made or costs incurred for more than a weekly period under plans, fends+ or programs, but covering the particular weekly period, art deessd, to * constructively made or Incurred during such weekly period. The owner shall require that any plass"of laboreas or mahanics, including apprentices and trainees, which is not listed.io-the tnga`datermination and which is to be employed under the contract, shall be classified or reclassified conformably to the wage determination and a report of.tbe action taken shall be sent by the Federal agency to the -Secretary of labor, In the event the interested parties cannot agree on the proper classification or reclassification of a parti- cular class of laborers and mechanics, iacbs"Ug'aspps?aRticea afsd train es to be used, the question accompanied by the ti�+ii-af.lhe contrattiug;:rs#facer shall be referred to the=Secretaaey for ansl'da + The owner shall require wherever the oftiam o rate' pre:tcribed 'in 'this Contract for a class of laborers or mebagies iaeludes's fringe benefit which is not expressed as an hourly wage rate'and..the contract is obligated to pay a cash equivalent of such a, fringe l+saafit, stn hoerly cash equivalent thereof to be 11 I1 established. In the event the interested parities attriet a 3 ►gsotY a cash equiva- lent of the fringe benefit, the question, aeo014panie8 by the recommendation of the Owner, shall be referred to the Secretary.of,Labor:for determination. If the Contractor does not make payments to'a:trustee or other third person, he ' may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan,Or-program of a type,.. expressly listed in the wage determination decision of ,#*'$ecrat8ry of Labor which is a part of this contract; provided, however, the &e iEtatsp of UboY has:found> upon the written request of the contraotor, that ths-apcable standards of the Davis -Bacon Act have been met. The Secretary of'Labor`mag require the Contractor to set aside in a separate account assets for the meating of obligations ander the pian or program. The Contractor agrees to comply with Executive Order"11388, issued March 29,: 1971, and any other Executive Order, statute, or teguletun regarding the :stabil- ization of wages and prices in. the 'construction- isdusiryt, 2.46 WITHHOLDING OF PAYMENTS The Economic Development Administration may witii9i'" or cause to be withheld from the Contractor so much of the -accrued -payments or may, may be: considered necessary to pay laborers and mechanics, including appreptioes and trainees, employed by the Contractor or any Subcontractor an the wo;krthtv'�1"amount of wages requireed by the contract. In the event of failure to,' arty 3 or mechanic, including any apprentice or trainee employed ortrking ort the sus of .the work or under the United States Housing Act of 1937 or under tiwe lkiueing Acct •of 3.949 in the construe - tion or.development of this'Project all or part of.ths Rgas required by this Contract, the Economic Development Administration'may'I after written notice to the Contractor, sponsor, applicant or Owner, take such action as may be necessary to cause the suspension of any further paymeat,,sdV**Ce, or guarantee of funds until such violations have ceased. 2.47 PAYROLLS AND BASIC RECORDS Payrolls and basic records relatiu&;tbeteto will; course of the work and preserved for a period of 'thrai all laborers and mechanics working at the site of the States Housing Act of 1937 or under the Houafu* Act of or development of the project. Such reeorde.will,'coul each employee, his correct classification, rstess'of pi butions or costs anticipated of the types deacr3bed,'i, Davis -Bacon Act), daily and weekly number of hunts von actual wages paid. Whenever the Secretary of tabs' v (a) (1) (iv) that the wages of any laborer or;stti+ costs reasonably anticipated in providini hasef to situ in Section 1 (b) (2) (B) of the Davis -Bacon Atte tha i records, which show that the commitment to -:provide su4 that the plan or program is financially reiposisibls.-a has been communicated in writing to the leborexn>dti' records Which show the costs -anticipated or the aeras" ing such benefits. Amintained during the 3) yearsthereafter` for rk, or -under the United 949, in the construction CIO* name and address of fi 1u4ing rate of contr - ettion 1 (b) (2) of the i, deduetlons made and . round under 29 GFR 5.5 pclude tha amount of any a plan program described tractor shall maintain benefits is enforceable, .-that rho -plan or program antro affected, and 6a8 incurred in provSd- The Contractor will submit weekly a copy, of 911'pk+er+21s tv the i{cott8nic ' Development Administration if the agency is' -a partyT'cs£ this','Contractt but 1£ the agency is not such a party, the Contractor will submit the.payrothe to 'the appli cant, sponsor or Owner, as the case may be. €or�tranamission to the Economic Devel- ll be accompanied by a st9tement signed by the a opment Administration. The Copy ha ll$ -eve correct and complete, that employer or his agent indicating that the paYro_ �ined by the Secretary the wage rates contained therein are not lesn'than ttoea': ox mechanic coafOra of Labor and that the classificatiaus sat £ort6 for, eacit-laD of Complia:wce' with the work he performed. A submission Ofa "4jeaiclX or&of the. Secretary which is required under this Contract and the oil or any subsequent ' of'Labor (29 CFR Part 3) and the filing payroll of a copy of any findings by the Secretary of Tabor vender 29 CFR 5.5 (a(1) Uv) shall satisfy this requirement. The Contractor shall -be responsible for the sub- mission of: copies of payrolls ,o£ all Snbco=S0tRre+ Contractor will make the le for records required under the labor standard'S'clause -d£ this 06"t a At$tratioain spection by authorized representatives Of. the' . and the Department of Labor, and will -permit. w fives to interview employees during working hours on the job, 2.48 APPRENTICES AND hen they TRAINEES' N"3 are registered, Apprentices will be permitted to work At, such 3� registered with a State individually, under a bona fide app€enticG*d pt 7 4 of and ' apprenticeship agency which is recognized by the Bureiu.oftleeshtp Training, U. S. Department of Labor;.or if rte 6tbCh' sed agency, exists in A State, under a program registered, with tha;Huaaiilt:-'of 147€�nP a'Trairsia$3 .' tcSa , 0 journeymen fist any D.S. Department of Labor. The allowable ratio at amt the Contrac- tor classification shall L6"not be greater than t'"iatla Perm fitted tothe for as to his entire work furca under the registered program. And to employee listed on a payroll at an apprentice wage sate, who is nota trainee es defined in section 2e or is not registered as above, shall be, gaid,the Arate determined termined by therformed. The Con - Secretary of Labor for the classification of woigC- 4e written evidence tractor or Subcontractor will be required to fUrnish te"V of the registration of his program: and apprea"wti.airei " of t apprentices, rte ratios and wage rates, for the area of eoastructi,ow4 `ior' t6.40ipg any on the contract work. ' Trainees will be permitted to work as S"h when tUW' are bona fide trainees Man - employed pursuant'ta the program approved by U $. Department of Labor, Man- power Administration, Bureau of Apprenticeship -and '1'ralnfq$, and'wTiere;the sub- paragraph below is applicable in accordance via rhe provisions of Part 5a, Sub- -title A,sTitle 29, Code of Federa)..Regulati0w- On contracts in excess of ten Choatund. duiLxfr9 {"0'000 the-etployyseut at as defined in all laborers and mechanics, includingapprent cas sad `trainees, Section 2.2 shall also be subject to,tha;provLalbas of 'Palet 5a, Subtitle A. Title 29, Code of Federal Regulations.. Apprentices and trgi teens shall be hived in ' accordance with the requirement of Part 5a. The provisions of Sections 2:459 2.46 and.2.d3�rti1 be applicable to every invitation for bids, and to every aegotfiatid1.. proposals, of request for quotations for an assisted oonstruction•ebttttaetr :a#tsr'3anuary 30. 19i2; I v ri and to every such contract entered into on the=baels�of eech invitations or nego- tiation. Part 5a.3, Subtitle A, Title 29, fde.af:'Tederal Regulations shall con- stitute the conditions of each assisted contras=t in excess of ten thousand dollars ($10,000) and each Owner concerned shall .fatC.lade-.tifese'itions",or'provide for their inclusion, in each such contract. Parts_UA Sa�_'- Sa.b aied 5x.7 &hall also be included in each such contract for the in£orap�t nn-oi E%a'Contrector. 2.49 COMPLIANCE WITH COPELAND REGULATIONS' The Contractor shall comply with the. Copelajmd Reguiaflons (29 CFR Part 3) of the Secretary of Labor which are herein incorpoi'ated'by tet*renee. 2.50 SUBCONTRACTORS The Contractor will insert in --any subcontra!ete the.> s.cootained in 29 CPR 5.5 (a)(1) through (5) and (7) and such other`clausos as,the 8eonavide Development Administration may by appropriate instructions r"equire,'ind also a clause requiring the Subcontractors to include these clauses,.in any lower 11ar subcontracts which they may enter into, together with a clause requiring tbis'insertion.in any further sub- contracts that may in turn be made. 2.51 CONTRACT TERMINATION A breach of Sections 2.44 through 2.50 may be gronndm'for termination of this Contract, and for debarment as provided in 29 CPR: -5.B. 2.52 OVERTIME REQUIREMENTS No Contractor or Subcontractor contracting 'fvt an* pact, of this, Contract work which msy require or involve the employment or permit any laborer or mechanic in any wot work to work in excess of 'eight (8) -hours is (40) hours in such workweek unless such labc at a rate not less than one and one. -half (1 all hours in excess of eight (8) hours in at (40) hours in such workweek, as the case may In the event of any violation of<thi ca the Contractor and any Subcontractor respona affected employee for his unpaid wages.. in tractor shall be liable to the United Staten contract for the District. of Columbia or a t territory), for liquidated damages.' Such ii with respect to each individual laborer or a clause set forth in the above subsection in each calendar day on which such employee wax excess of eight (8) hours or in eftessi of tb hours without payment•of the overtime wages subsection above. iaborarxi•or macl►ies shall require sk in vIA 'is employtsd;;on such y calendaet'`day or in excess of forty or mechanic receives compensation times his basic. rate of pay for alendar day or in excess of forty s" set £Rttit' is tsar sCtion above, s therefor ; --*ball. be liable to -any Ltion;, s1icb-ODutractor and Subcon- a the case-ef work "done ander itoty, to'vu h District or to such dated dawssges-xball be computed anic employed in violation:of the um of Ott' dollars ($10.00) for quixisd: or,,jreraiittad to cork is in r The Economic DevelopmentAdministration smY,"itbi�l 'b canon to be withheld from any moneys payable on account xtf work parformed by" the'- Contractor or Subcon- tractor, such sums as may administratively he detskoiued to be'necessary to satisfy ' any liabilities of such Contractor or. Subeoatractor'for unpaid wages and liquidated damages as provided in the clause set forth above:. The Contractor shall insert in all subcontracts the clause set forth in the above subsections of this section aid also aclsusB>iF+3gt6�17Cin$ the Subcontractors to include these clauses in any lower tier sabcOOtroo,t* whiff they �y enter ,into, together with a clause requiring this insertion'iii'sny='i°aitr`subcontracts that may in turn be made. ' 2.53 EQUAL EMOYMENT OPPORTUNITY No person in the United'States:sball, on the Sr04MU.of T*ce,,color, national ' origin, or sex, be excluded from'participation in, benefits Of,.or be subject to discrimination under a4 program-or alct%er detal financ3sl assistance. Reference Title Vi of the Civil a Act of :IM (42 &4C 2000d) and Section 112 of Public Law 9265. Form EDA-503. The Recipient and all Contractors,-36beoutractors, suppliers, lessees and other par-ties directly participating :W the 'Recipient's project agree ' that during and in connection with the associate agre t: relating to the Federally assisted program, (1) they will comply, to; hWSWA e, as Contrae-torsf Subcontractors, lessees, suppliers or in any otlrek 'oapett:ityy<eaith the applicable ' provisions of the Regulations of the United`*3tates.: t of Commerce' (Part 8 of Schedule A of Title 15 of the Code of FedeXal Rena t%oo r) :t6*94d Pursuant to Title VI of Civil Rights Act of 1964•(P.L 88352)* and grill: not tkereby discriminate against any person on the grounds of race,'cislor;;Or national origin in their employ, ment practices, in any of their own contractual arrangeaents, is all services or accommodations which they offer to tha,public,,snd In any of their other business operations, (2) they will provide information required"by or pursuant to ,said Regu- lations to ascertain compliance with the Re.$ulat*0 tb_aswassurances, and(3) their noncompliance with the nondiscrimination regal' saeift -with the Recipient whereby said agreements may, be cancelled, terminated op shed in whole: or in part or maybe subject to enforcement otherwisa by• lAte,legal proceedings.. Executive Order 11246s 30 Fed• ReB. x2129 {1965) (Igaal Opportunity Clause). ' During the performance of this contract, the Contractor agrees as follows: a. The Contractor will not d scrimiaate,aSsInst a%,W employee or applicant for employment because of race, color, religion, sea[,, or #iaiotril'Drigin. The Contrae- for will take affirmative action to ensure .the"appliAsntd *re employed, and that employees are treated during employment, without^AIS614 -*9 their race, color, roll- gion, sex, or national origin. Such action ehs.'kY.'3amslaaa�.; but not 'be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination;, rate* of pay or.othet'.%+ s of compensation; and selection for training, including apprartic;eship. ' b. The Contractor agrees to poet is aaAsglenoua placas available to employees and applicants for employment, notic", to be pr#vit d by Lit! centracting- offleer setting forth the provisions -of this-,wa�ta crll t*: , 1.�Y. bsem..:: -.. .__� r...____....v_.,........ ...... W ....a" =+kms-.<M--. —.. s• E c. The Contractor will, in all solicitit placed by or on behalf of.the Contractor, st t receive consideration for employment without t or national origin. d. The Contractor will send to each'labo with which he has a collective bargaining''agre ing, a notice to be provided by the ageacy,con union or workers' representative of the Contra of Executive Order No. 11246 of September -U.' notice in conspicuous places available to-emA e. The Contractor will comply with all;p 11246 of September 24, 1965, and of rules, reg Secretary of Labor. f. The contractor will furnish all infor tive Order No. 11246 of September 24, 1965, an of the Secretary of Labor, or pursuant thereto books, records and accounts by the contracting for purposes of investigation to ascertain a and orders. Each Contractor and Subcontractor work is required to file an Equal Opportunity - or Standard Form 100) annually on March 31.Forms, and im the EDA Regional Office.- g. In the event of the Contractor's-noncompl clauses of this Contract or with any such.-rules,,t tract may be cancelled, terminated or suspcuded in tractor may be declared ineligible for fustber Zov with procedures authorized in Executive Oider:W." by rule, regulation or order of the Secretary of T, law. h. The Contractor will include the provis every subcontract or purchase order unless 11246 of September 24, 1965, so that such pr" Subcontractor and vendor. The contractor "will Subcontractor or purchase order as the contracting enforcing such provisions including sanctions -for that in the event the Contractor becomes invol*,44 gation with a Subcontractor or vendor as a result ing agency, the Contractor say request the United gation to protect the interests of the United Stat hrertisements for employees t qpalified applicants will color, religion, sex, -representative of workers Mtber contract or understand- ifficer, advising the labor mitment under Section: 202 scall post copies of the Applicants for employment. of,Fmcutive Order No. and relevant orders of the C_reports required by Execu- and regulations and orders permit access to his i;,ihe Secretary of Labor '"amcky'rules, regulations aly-isaisted construction U70inattion Report (EE01 on ;ructions are available at with the nondiscrimination °sons and orders this Coa- r*or A* part and the C(n- rt.-COnLraCta in'aCcerdanCe df 'Septeatber 249 1065, or. oat as otherwise provided by ons of.pazagraphs a through h in ad by rules, regulations or No. #ons will,°be binding upon each Fake aurSt'Actlon with respect: to any ago y• -*" direct as a memo of t�anComglianee,'Provfded, however, f $i , br-�U threatened with l ti - of iftch,direction by the contract - States -to enter into such liti- as. 1. Exemptions to Above Equal Opportunity;Ci#--(41`NFB Chtvter 6.0)s (2) Except in the case of Subcontractorw.ffor the pwforeance of con- struction work at the -site of"cbasatru�r*oa, � the cla%e shall not be required to be inserted 'in :subcouttraet:a,- 3ow theseebad ,tier. (3) Contracts and subcontracts not.* diing one hundred thousand dollars ($100,-000) for standard eomaiereial.aupplies or raw mater- ials are exempt. 2.54 Deleted 2.55 OTHER PROHIBITED INTERESTS No official of the Owner who is authorited in such capacity and on behalf of the Owner to negotiate, make, acceptor approve,-:.or to take part in negotiating, making, accepting or approving any architectural„'itrng, Impaction, construe- tion or material supply contract or any subcootract;in motion with the construe- tion of the project, shall become dfrectly'or 1n� by #nperested personally in: this contract or in any part hereof. No officer, elok atect, attorneq, „ engineer or inspector of or for the Owner who la'aathot3xed, A aath,,capacity and on behalf of the Owner to exercise any legislattve,,ezecutira, oupstvisory'or other similar functions in connection,with the construot'ion of-thio Project, shall become directly or indirectly interested personally in-thts Contract or.in any part thereof, any material supply contract, subcontract, fnserance coatradt,.or any other contract pertaining to this Project. 2.56 SIGNS The General Contractor will erect and vaiintain in V66it,condition, a project sign furnished by the EDA identifying this Project and 6ii-csting=that the Govern- ment is participating in the development of thin Project. Tho-dimensions of the sign will be four (4) feet by eight (8) feet. 2.57 USE AND OCCUPANCY PRIOR TO AC.CBPTAM-$Y b The Contractor agrees to the use and otcupawy-o# a portboa or unit of the Project before formal acceptance by the Owner, prov aed tbaa`Q�tar; a. Secures written consent of the Contractor except ih the event, in the opinion of the Architect/Engineer, the Contractor fs.chatable-with unwarranted delay in completing the contract requirements; b. Secures consent of the Surety; c. Secures endorsement frau the iamrance raiitfe jj i fitting ol�cupaney of the building or use of the project luridg the r p 3sd of construction; or d. When the project consists of more,thaiz= s-building, and ane a# the buildings is occupied, secures permanent firs and sxtended.apvarsgerinsuranca, including a permit from the insurance carrier :to>eomplet,* c ructirn.' 2.58 SUSPENSION OF WORK ' Should the Owner be prevented or enjoixed frooat proeWing with work or from authorizing its prosecution either.befora or after its'prosecution, by reason of any litigation, the Contractor shall not be entitled tq mako-.or assert claim or damage by reason of said delay, but time for completion p> the.Fork stili be extended to ' such reasonable time as the Owner ,may determine.-v$11--ct 'eiailste for time lost by such delay with such determination to be set fottfillp W O Ag. 2.59 EMPLOYMENT OF LOCAL LAWR ' The maximum feasible employment, of local ]alter shail'be made in the construc- tion of public works and development facility projects receiving direct Federal grants. Accordingly, every Contractor and Subeoatr'atctot-undertaking to do work on any such project which is or reasonably may, be doth ag:omYtite'work, shall employ, ' in carrying out such contract work, qualified perso tett seplarly reside in the designated area where such project is to be l.Oeatlda.or, in,°the',esse of Economic Development Centers, qualified persons who regrly•,resitte inthe-center or in the ' adjacent or nearby redevelopment areas within thb Icono&U'Developset�t District, except: a. To the extent that qualified persons, regularly reaiding is the designated area or Economic Development District are mot ava3labliT` b. For the reasonable needs of any much amstrackigt, utractor, to employ ' supervisory or specially experienced individuals ieeseiBiry to•aseure an efficient execution of this Contracts ' c. For the obligation of any such Contractor or Subcontractor to offer employ- ment to present or former employees as the;reault of 'i lawful collective bargaining contract, provided that in ito event"shall thebear pi; rnresident persons employed under this subparagraph exceed twenty percent (2l , itktal iltimier of employees employed by such Contractor and his Subcontract6r'8-<on aasei+ piroject; Every such Contractor and subcontractor xhil furii bi the United States Employ ' .ment Service Office in the area in which public lwnirks or development facility pro- ject is located with a list of all.positioas for v tioh;m4y.from time to time require laborers, mechanics, and other employsms,.tbe emtltated_numbers of employees ' required in each classification, and the eatimated dates on which such employees will be required; ' The Contractor shall give full conriid�txati ,' °gtitaiii`ied' job stpp�uants referred by the local employment service, hitt ist to employ ansy'job applicants referred whom the Contractor dons slot"e0t►siadez:. ualifted to perform the classification of work required; ' The payrolls maintained by the Contractor shall contain the following information: The employee's full name, address and social security mn"r.and a notation indicating ' whether the employee does, or does not, nprtaally res t in the area in'.which the project is located or, in the case :of sn• .lteaela tt center, in 'ouch center or in'an adjacent or nearby ?redevelopmaat arae wiax the;anomic Development.: District as well as an indication of the Rihni �`.>of:�eacir worker. Wlfil- , ' similar payments for the benefit of the emplpy6eajthrtdr.fiaias and dependents: Provided, however, that the following staod'ards-aare mietz"''(i), 131* 4eduet3nn is not otherwise prohibited by law; (2) it is either: (i) volmotirtly consented to by the employee in writing and in advance of the i period, In which ,the .work is to be done and such consent is not condition either for :the 6btAlniag,of.or for the continuation of employment, or (ii) provided for in a bona fide collective bargaining agreement 1 between the Contractor or SubcontrAtctor and representatives of Its employees; (3) no profit or other benefit is otherwise obtained; directlP ar°indirectly, by the Con- tractor or Subcontractor or any affiliated .persantsin #5 a fttrtt of commission, divi- dend, or otherwise; and (4) the deduettosa siisi3 aaive'the"'hvaateoce and interest of the employee. ' e. Any deduction contributing toward the purchase.of United States Defense Stamps and Bonds when voluntarily authorized by the employee. f. Any deduction requested by the esployes-to.suz hits to repay loans or, purchase shares in credit unions; organized=end *Perat+d itc with Federal and State credit union statutes g. Any deduction voluutarily.antboaised by aha ea(p1o+3as for making of cone tributions of governmental or quasigovernmental sgezteies» h. Any deduction voluntarily -authorized by the esiployee for making of con- tributions to Community Chests, united Givers Funds, and similar charitable organi- zations. ' I. Any deductions to Fay regular unioa iaitiatior t'::membership dues; not including fines or special assessments: Przrv#dad.' +3 r that a collective bargaining agreement between the Contractor os suaao*traetor and representatives of ' its employees provided for such deductions and tAna deda bona are not otherwise prohibited by law. J. Any deduction not more than for the "reasonable cost" of board, lodging, or other facilities meeting the requirements of Setstiett 3 (tit) of"'the<Uir Labor Standards Act of 1938, as amended, and, Par t 531 of this title i roach ardsduction is made, the additional records required under 5516:25(#) ,ttii`"this-=tftle shall be keit. ' 2.61 NATIONAL HISTORICPRESERVATION ACT OF 2966 ' The Contractor agrees to contribute to. ths preservation and enhancement of structures and objects of historical, amcbitector*l or orchoeologieaI significance when such items are found and/or unearthed durtatg toe twaOwe ttf project constraction and to consult with the State Historic Preveivstioa flff3Cd:"for recovery of the items. (Reference: National Historic Preservation `dt i966 (80 Staff, 915, lb D.S.C. 470) and Executive Order No. W93ofSlay 3I, 1971) 2.62 CLEAN AIR ACT The Contractor shall comply and, shallve em- ployed In the completion of: this Ytoject• to b y s#kTt ` ' ap iicable,-pravia3 +ttie of the Clean Air Act as amended by Public Law 91-6t�lix: 403 r _. 9 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT ' CITY OF MERIDIAN, ADA COUNTY, IDAHO ' Section 3 ECONOMIC DEVELOPMENT ADMINISTRATION ' SUPPLEMENTAL GENERAL CONDITIONS ' 3.01 ENUMERATION OF PLANS, SPECIFICATIONS AND ADDENDA ' Following are the Plans, Specifications and Addenda which form a part of this Contract,.as set forth in Section 2.01 of the General Conditions, "Contract and Contract Documents": ' DRAWINGS 1 General Construction: SPECIFICATIONS General Construction: ADDENDA No. Dated No. Dated 3.02 STATED ALLOWANCES Nos. 1 to 18 Page 1 to 170 , inclusive No. Dated No. Dated There are no stated allowances for this Project. 3.03 SPECIAL HAZARDS The Contractor and his Subcontractor's Public Liability and Property Damage Insurance shall provide adequate protection against Public Liability, Property Damage, and Vehicular Liability. As required under Section 2.28 of the General Conditions, the Contractor's Public Liability Insurance shall be in an amount not less than two hundred thou- sand dollars ($200,000) for Bodily Injury, including accidental death, to any one person and an amount not less than five hundred thousand dollars ($500,000) on account of any one occurence. Property Damage Insurance in an amount not -106- less than one hundred thousand dollars ($100,000) per occurrence and two hundred ' thousand dollars ($200,000) aggregate. Vehicular Liability of one hundred thou- sand dollars ($100,000) for any one person or two hundred thousand dollars ($200,000) for each occurrence. ' The Contractor shall either (1) require each of his Subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Public Liability and Property Damage and Vehicular Liability of the type and in the same amounts as specified in the preceding paragraph,.or (2) insure the activities of his Subcontractors in his own policy. ' 3.04 CERTIFICATION OF NONSEGREGATED FACILITIES Notice to Prospective Federally -Assisted Construction Contractors ' a. A Certification of Nonsegregated Facilities, as required by the May 1, 1967, order {32 F.R. 7439, May 19, 1967) on elimination of segregated -facilities, by the Secretary of Labor, must be submitted prior to the award of Federally - assisted construction contracts exceeding ten thousand dollars ($10,000) which are not exempt from the provisions of the Equal Opportunity clause. �1 U U H b. Contractors receiving Federally -assisted construction contract awards exceeding ten thousand dollars ($10,000) which are not exempt from the provi- sions of the Equal Opportunity clause will be required to provide for the for- warding of the following notice to prospective Subcontractors for supplies and construction contracts where the subcontracts exceed ten thousand dollars ($10,000) and are not exempt from the provisions of the Equal Opportunity clause. to a. A Certification of Nonsegregated Facilities as required by the May 9, 1967, order (32 F.R. 7439, May 19, 1967) on elimination of segregated facilities by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding ten thousand dollars ($10,000) which is not exempt from the provisions of the Equal Opportunity clause. b. Contractors receiving subcontract awards exceeding ten thousand dollars ($10,000) which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of this notice to prospective Subcontractors for supplies and construction contracts where the subcontracts exceed ten thousand dollars ($10,000) and are not exempt from the provisions of the Equal Opportunity clause. 3.05 MANPOWER UTILIZATION REPORT If the work under this Contract is to be performed in a geographical area covered by bid conditions issued by the Office of Federal Contract -105- Compliance, the Contractor shall submit to the Office of Civil Rights, EDA, in Washington, D.C., and to the appropriate Regional Office by the fifth (5th) day of each month, A Manpower Utilization. Report, using Optional From 66. 3.06 SCHEDULE OF OCCUPATIONAL CLASSIFICATIONS AND MINIMUM HOURLY WAGE RATES AS REQUIRED UNDER SECTION 2.45 OF THE GENERAL CONDITIONS Wage rates have been shown on the following pages. -106- ' NOTICE$ Y L p« OP Y O. yGwW u 0 • i YA 9Y +A >O • .. L y 5•tl. -0 G Q- .x,V►O. p C. CY 6�Ye• .i Vr = n Y P•i � .Yw., y C CO O O i u � rii w • M w VO ` � - • . C 8 a V Y i O L Y Y Y O C +• Ypp a tl O w w LI Q Q O p f• O 2 Q . 1 . Y � M~ � � i 0 0 Y •• Y V x r • M .. • w - yyyy O1YY V.,: F YV� n y p V Y � F r C1 � 6 C .w• V B G • r Y C ,O, i0 ��. 0� •F, O r a Y �« Y -J S ••wi .. Y 9 w tl Y 3 - ' � ON Oy Y�Y L:s70Yr AV_O Y6F Y'M OO yyY.r Y•••yyQ 3 _� -'. MYv>V•Y•A�V OyOD eyJ .. Y� N S �..1xS•Y, .S YwN M ` Y r ` ,• F < {O W 9 T q C O y V� 1 Y 0, • O C r •wi G O V C i O eC M C e .yam ,^ _�Gq M1 Ci Mr+•Y ]1�71i1 YYOVWliY]YY� .2• N Oy w 1 O D •• 6 V V Y O i F Y'i ttt,,, A q y- g�V<'ti O Oy w S �sV V•w.pi•{V S$o, e• GV.i _J q�EgC raa'ars w -M1 1 O Y; C •P• -G•N •YO• Zp pW C p•9 O ' M YC O'JVQ v a •tl YO . 200 Sw -ZO Qb aM9YY 9. Oy1 M. pi .Oi w ' ,�•O•N S„Hs�O9Iu�O VO V 0 Ol• YV� » OY N�:y y1•i+2�� V^y �vv AVO • 6pZCQ �Y 0 o QSY�pOSy0i S Of:.iuO C1� Yll 9`•V�y.00•w O e. r�.Srp O 9C a OYYa f. •Yi Y•• . C 2 y rV Ci Y[ Y • iw11•V ��tl� Yyni i,! ivOOV 'J'''JJJii • OO•w•�j H !• V.lY�•gi wS Ywi C OC• l06 • i : Ort$ Y = -w N�. ••wi00 +r> ywYO-�<iY n_wY, •• a Y •1.• roof•$ mr s �yy•eo y G� Q CLOii v -1 GFV� �Oy yye 1OVp r C y O N N w Y V] tl` L D p O � C jO_ Y C • •Vi r C O •2, Z S O M C ,G• w O tl� Y Y � V w:� w y iY Q O •y qL 44 O�OLN •O pY yy.)yYy Or ..,O�y 6N SJ�•N V6 ViY � •.. !•Fw•2 Y=A yIYVwnV•gi •�E e0 Vy J Y V C,..uy � : Y rN Y J Y CO 0+� yy YF.YO y NL 09 �Y _••pJ YO.V LYY^7�•r •y A9.w YYV OI)V: �. O�O•Y�. �[ ,O•IZ p��,y[ /p' i �Kp•.6 Fp rY IG�IOO6�VY L,YYgY >WYQ••AYI♦•Y r2 nY OW YY iYe �rYr� !"•NyyYvw�Y,rVNyO9A 1rNY•i2 Y Y: G••O OJl YY] C pp V C6}CrF: Yi NV jr' i d Y 9 3 3 4NiWiV.. pq't�-YO`Y>wZSYYY • R R • u y - 1 �� n n n i i w n PS • 6 i _ g exs �wY s m i � w • e . - �� .. - . 200 Sw -ZO Qb aM9YY 9. Oy1 M. pi .Oi w ' ,�•O•N S„Hs�O9Iu�O VO V 0 Ol• YV� » OY N�:y y1•i+2�� V^y �vv AVO • 6pZCQ �Y 0 o QSY�pOSy0i S Of:.iuO C1� Yll 9`•V�y.00•w O e. r�.Srp O 9C a OYYa f. •Yi Y•• . C 2 y rV Ci Y[ Y • iw11•V ��tl� Yyni i,! ivOOV 'J'''JJJii • OO•w•�j H !• V.lY�•gi wS Ywi C OC• l06 • i : Ort$ Y = -w N�. ••wi00 +r> ywYO-�<iY n_wY, •• a Y •1.• roof•$ mr s �yy•eo y G� Q CLOii v -1 GFV� �Oy yye 1OVp r C y O N N w Y V] tl` L D p O � C jO_ Y C • •Vi r C O •2, Z S O M C ,G• w O tl� Y Y � V w:� w y iY Q O •y qL 44 O�OLN •O pY yy.)yYy Or ..,O�y 6N SJ�•N V6 ViY � •.. !•Fw•2 Y=A yIYVwnV•gi •�E e0 Vy J Y V C,..uy � : Y rN Y J Y CO 0+� yy YF.YO y NL 09 �Y _••pJ YO.V LYY^7�•r •y A9.w YYV OI)V: �. O�O•Y�. �[ ,O•IZ p��,y[ /p' i �Kp•.6 Fp rY IG�IOO6�VY L,YYgY >WYQ••AYI♦•Y r2 nY OW YY iYe �rYr� !"•NyyYvw�Y,rVNyO9A 1rNY•i2 Y Y: G••O OJl YY] C pp V C6}CrF: Yi NV jr' i NOy«2'we Yur 3� 4NiWiV.. pq't�-YO`Y>wZSYYY • -. 1 g RR R R St -. Y •.w 8• w . w wa' a j •�• .. iet n a w.. OZY N O• O O 1 P• Oq q f • - 200 Sw -ZO Qb aM9YY 9. Oy1 M. pi .Oi w ' ,�•O•N S„Hs�O9Iu�O VO V 0 Ol• YV� » OY N�:y y1•i+2�� V^y �vv AVO • 6pZCQ �Y 0 o QSY�pOSy0i S Of:.iuO C1� Yll 9`•V�y.00•w O e. r�.Srp O 9C a OYYa f. •Yi Y•• . C 2 y rV Ci Y[ Y • iw11•V ��tl� Yyni i,! ivOOV 'J'''JJJii • OO•w•�j H !• V.lY�•gi wS Ywi C OC• l06 • i : Ort$ Y = -w N�. ••wi00 +r> ywYO-�<iY n_wY, •• a Y •1.• roof•$ mr s �yy•eo y G� Q CLOii v -1 GFV� �Oy yye 1OVp r C y O N N w Y V] tl` L D p O � C jO_ Y C • •Vi r C O •2, Z S O M C ,G• w O tl� Y Y � V w:� w y iY Q O •y qL 44 O�OLN •O pY yy.)yYy Or ..,O�y 6N SJ�•N V6 ViY � •.. !•Fw•2 Y=A yIYVwnV•gi •�E e0 Vy J Y V C,..uy � : Y rN Y J Y CO 0+� yy YF.YO y NL 09 �Y _••pJ YO.V LYY^7�•r •y A9.w YYV OI)V: �. O�O•Y�. �[ ,O•IZ p��,y[ /p' i �Kp•.6 Fp rY IG�IOO6�VY L,YYgY >WYQ••AYI♦•Y r2 nY OW YY iYe �rYr� !"•NyyYvw�Y,rVNyO9A 1rNY•i2 Y Y: G••O OJl YY] C pp V C6}CrF: Yi NV jr' i NOy«2'we Yur 3� 4NiWiV.. pq't�-YO`Y>wZSYYY • -. ' 68ocie NoncEs r r` • � r t y • tl� F E p • " M • ae i� a o tl•q a u 9 Q� �y> � ' 3� ' ti " ' � m_ SJ • J W 1.69V • SV �y r Z 9 C, Y F Ftl Op p Y M• C I C O •' t ris �V r.O ' 1 • /C .r.•V C`O. •LiYl'O O F•A• • • K• • 1Y - p [p L i A6 � •C1 Y V • � •f • V M OO O < � e � ' � r t y • tl� F E p • " ' • ae i� a o tl•q a u 9 Q� �y> � ' 3� p ' � m_ SJ • J W 1.69V • SV �y r Z 9 C, Y F Ftl Op p Y M• C I C O •' t ris �V r.O ' •• _•• • tl O O •• O i • /C .r.•V C`O. •LiYl'O O F•A• • • K• • 1Y - p [p L i A6 � •C1 Y V • � •f • V M OO O < � e � ' O pL a•i •Li c •A• •ri C S O r V S�• r f�•` G .Gi u .G. n 3 r C •q• • � � y e•O• Y. G •~ii ? ••• 9 C w .•i O .Gi n y L Y tl fCy i Y yC OOJO YOJL JZC vO��V �`aCV O P �V ru � N iV Off. S S ••C•• wu •O• 8 OGY u •OiO M I• � y •CJ rSwO C C 6 Z y N V• C f•. _ Or • p _ �av•��OO Y•• • rCCd ya^NH p �•• Cr4MpYp,, yNy••M6 _ .. .. ^ O O O r Y r r y Y r • V O O• 6� p W O O �Naen "� R� g� s YI' r •Y �xsY� ea•G.<-.• � � .z � y y h a y y 1y a• - Y K V r EVS��Oyy OLLL'''1.• J{ ' •Y�wYOL • � Y � Y> �+ •i F � Z� L Yx i C Y y_ C e C Y C O O Y �•j ' SCS ACCL,FSp YC Lax -.a. V� JO NKYV•%•••L �a t%N���•',• . aAC EA Oar f• O�Cyay • YY•i•C.$ • r••C.V 16 VO.H YV 5�Y33Y iw Q• w p r • ••6 _49 _6 V • `•[ YA.G•V V nL.•V )y Y_.L• �� Y • w 1K .A. .Y.e Y� y y•�r Y<ta�•A• O••••L� jy VYYW1yV Cy yy V •YY®6 1• YY {OH YV�oV•t IV SYMY SWLY • • H66 VF•�.J KYVS ' •7N iie W Y V _ S w N p NN •NE • - v r e +♦ +� P V • N All; H N. R � r t y • tl� F E p • " ' • ae i� a o tl•q a u 9 Q� �y> � ' 3� p ' � m_ SJ • J W 1.69V • SV �y r Z 9 C, Y F Ftl Op p Y M• C I C O •' t ris �V r.O ' •• _•• • tl O O •• O i • /C .r.•V C`O. •LiYl'O O F•A• • • K• • 1Y - p [p L i A6 � •C1 Y V • � •f • V M OO O < � e � ' O pL a•i •Li c •A• •ri C S O r V S�• r f�•` G .Gi u .G. n 3 r C •q• • � � y e•O• Y. G •~ii ? ••• 9 C w .•i O .Gi n y L Y tl fCy i Y yC OOJO YOJL JZC vO��V �`aCV O P �V ru � N iV Off. S S ••C•• wu •O• 8 OGY u •OiO M I• � y •CJ rSwO C C 6 Z y N V• C f•. _ Or • p _ �av•��OO Y•• • rCCd ya^NH p �•• Cr4MpYp,, yNy••M6 _ .. .. ^ O O O r Y r r y Y r • V O O• 6� p W O O �Naen "� R� g� s YI' r •Y �xsY� ea•G.<-.• � � .z � y y h a y y 1y a• - Y K V r EVS��Oyy OLLL'''1.• J{ ' •Y�wYOL • � Y � Y> �+ •i F � Z� L Yx i C Y y_ C e C Y C O O Y �•j ' SCS ACCL,FSp YC Lax -.a. V� JO NKYV•%•••L �a t%N���•',• . aAC EA Oar f• O�Cyay • YY•i•C.$ V Y a Y Y y �':aY>�:ry ._15°a��is •a$ i-�� Sa `•il> r••C.V 16 VO.H YV 5�Y33Y iw Q• ���� G �• ye•AAiW O� O''OJJ 6 CY y �1.CJW r ��.• VSi Y>VL 4Y •?)u.S L �GwN L••Y •i m.i .. . •N ' M ••6 _49 _6 V • `•[ YA.G•V V nL.•V )y Y_.L• �� Y • w 1K .A. .Y.e Y� y y•�r Y<ta�•A• O••••L� jy VYYW1yV Cy yy V •YY®6 1• YY {OH YV�oV•t IV SYMY SWLY • • H66 VF•�.J KYVS ' •7N iie W Y • C e " e . •Y• u 5 • •1 yVYy • Y 6 t ris �V r.O ' • C e •Y• u 5 • •1 yVYy • Y t ris �V r.O ' O• • /C .r.•V C`O. •LiYl'O O F•A• • • K• • 1Y - p [p L i A6 � •C1 Y V • � •f • V M OO O < � e � C •q• • � � y e•O• •Yi •Ki •~ii .Q �V ru � N iV Off. S S ••C•• wu •O• 8 OGY u •OiO M I• � •C••�V c 7 r � n r• � � � .. - �� F .. Y .: S w w • U � C • � R� g� s YI' r •Y �xsY� ea•G.<-.• � � .z � y y h a y y 5522'. .Y. : a � e Cp �y � 1 _ y tib ey ye C r .Y -• a.•Y• ear C E��� O C V A C • i a S v v OJ y�• Y V N � r� V Y a Y Y y �':aY>�:ry ._15°a��is •a$ i-�� Sa `•il> $ _r YrY.`yn e ur •+e:ar�fi w N V Y J Y r w` Y O• S L > •N ' M ••6 _49 _6 V • `•[ YA.G•V V nL.•V )y Y_.L• �� Y • w 1K .A. .Y.e Y� y y•�r Y<ta�•A• O••••L� jy VYYW1yV Cy yy V •YY®6 1• YY {OH YV�oV•t IV SYMY SWLY • • H66 VF•�.J KYVS ' •7N iie W Y p NN • - v r e +♦ +� P P N •± H N. R H s•Ni ei - 3 }� 3 h � Y\ Y. an epiw r � o � � i •« w 1 . •• »y P� O I• p 1. N • O • C e •Y• u 5 • •1 yVYy • Y t ris �V r.O ' • /C .r.•V C`O. •LiYl'O O F•A• • • K• • 1Y - p [p L i A6 � •C1 Y V • � •f • V M OO O < � e � C •q• • � � y e•O• �V ru � N iV Off. S S ••C•• wu •O• 8 OGY u •OiO M I• � •C••�V c 7 r � n r• � � � .. - �� F .. Y .: S w w • U � C • � R� g� s YI' r •Y �xsY� ea•G.<-.• � � .z � y y h a y y 5522'. .Y. : a � e Cp �y � 1 _ y tib ey ye C r .Y -• a.•Y• ear C E��� O C V A C • i a S v v OJ y�• Y V N � r� V Y a Y Y y �':aY>�:ry ._15°a��is •a$ i-�� Sa `•il> $ _r YrY.`yn e ur •+e:ar�fi w N V Y J Y r w` Y O• S i O M C y �= y y y O E y Oy r C CC Y O • ^ O Y`� Y r Y 6 C F 6 � O•• V • pN • O A w V Y {) �• 4� y r ' �= •N ' M ••6 _49 _6 V • `•[ YA.G•V V nL.•V )y Y_.L• �� Y • w 1K .A. .Y.e Y� y y•�r Y<ta�•A• O••••L� jy VYYW1yV Cy yy V •YY®6 1• YY {OH YV�oV•t IV SYMY SWLY • • H66 VF•�.J KYVS ' •7N iie W Y -..��•.... ,,. _ ..... ♦ -aux.•..' T ,.r:. - NOTICES ' , ! 66041 � .S •ems r ww I O w N ` y �i va Z•5�� u� R �awSwr�e�' i i �i00 �• _ EwsiY C •J N „ r w p ,O, w w 6 V y 6 Yq O Y •.• 29..q QV•`�OG y'w»S<MUY».Y00 C\ Y PN O[4y� r O Y[ O •, •ri rr:� W •{ .. Y �gVpOf ,u •Yr»Z.5O < •Y µ O J>9rp CCCYM .•vr •••• ,Y•yi �>•gy•• •8w Yr O ~ Y O YC�•. y>C• • , N)•� q �c$Y i K\•['a is rn»u.e.'a.$�i •�i3 Y"w + r�.� 3 •_ .88 a$iaY w,i>.ly� I w •`a, o_ ei YS Seg Y » :.'Y•e u�e�ug. rei`r r� oe•�`��Veep9$:<:pp��C�5vc <aT pc R• o.�pi••rYa •ECJ •o uY ,0.Z N Oi. y nn n n S Y S <Sq ». �Fui3E[ S MIA »w O•• Pn • w O n ej O •- p p o a% op uair • YY• � � cyc:��_pC.g - -- •• n n ea Fac�• ,w -O�i OO •a !v^6 �� q0•+.Y w O =•i'E,gY ,•�, OY�Yg9 •.. ii •• •4 wx•, L C YSVY 1 µ u •J S� Q O S• • .0 �I n _ 9 L y u MO F Y Y Y Y^rL �r 0 O_ I • O r Y.Y • Y ; 9 M �2 f;r 1 V a•• C . r r COC N ••Yp 'IYJ Z I^ q .• 02•�• o e.•r rbL Or9,0 ' ti .ea qr �� J. iYo r w�u'c`.e=tY• �- '. •' . O p '1• w9 2.2 ly tiu q°�4ssN a^eY w •[i'� s g.a��®.Y.� .aa .> Ic pN• JVN `� Y•O NFMa p O-O-�•e+Lnr,• .. _.Y•$o Yj 3 ••p pC9y`_ wY 4.`O ^Y^Y 4•gVV y pu•V•O •rYY• O� H S' u i �v °ap+i ~ •'0�fi .°.�: F.>, Y•O � gg • 4 C Y O E�,a�ebe ec�.Y.Y�o�F•Y+eYy"eeiS`o o�tt4ew Cr g t E Yu.Jw C S C <4 O C C. w• i• C }. a C O• V O p ioY.. `C ilLG Y v0 , .:s 4 C J 4 "� �» gc�au Y.+weai 4w OSC ri �• 8<•so- $u•aP u•r•w.aa`i ii .. _$. e. �e Nr �i va Z•5�� u� R �awSwr�e�' i i �i00 �• _ EwsiY C •J N „ r w p ,O, w w 6 V y 6 Yq O Y •.• 29..q QV•`�OG y'w»S<MUY».Y00 C\ Y PN O[4y� r O Y[ O •, •ri rr:� W •{ .. Y �gVpOf ,u •Yr»Z.5O < •Y µ O J>9rp CCCYM .•vr •••• ,Y•yi �>•gy•• •8w Yr O ~ Y O YC�•. y>C• • , N)•� q �c$Y i K\•['a is rn»u.e.'a.$�i •�i3 Y"w + r�.� 3 •_ .88 a$iaY w,i>.ly� • w •`a, o_ ei YS Seg Y » :.'Y•e u�e�ug. rei`r r� oe•�`��Veep9$:<:pp��C�5vc <aT pc R• o.�pi••rYa •ECJ •o uY ,0.Z — b uua•, .+8r g.oS3d�,.> C � <Sq ». �Fui3E[ p p •' - n e»i• w n n - n n n n 4sE.- n w b a w a o•w. 02•�• O -- .� � O •� Ic O O O I• .. �i va Z•5�� u� R �awSwr�e�' i i �i00 �• _ EwsiY C •J N „ r w p ,O, w w 6 V y 6 Yq O Y •.• 29..q QV•`�OG y'w»S<MUY».Y00 C\ Y PN O[4y� r O Y[ O •, •ri rr:� Y N O Y �gVpOf ,u •Yr»Z.5O < •Y µ O J>9rp CCCYM .•vr •••• ,Y•yi �>•gy•• •8w Yr O ~ Y O YC�•. y>C• V O r 4 ` N 1 O V • 9 •• r O -'J •�• r • O • N)•� q �c$Y i K\•['a is rn»u.e.'a.$�i •�i3 Y"w + r�.� 3 •_ .88 a$iaY w,i>.ly� • w •`a, o_ ei YS Seg Y » :.'Y•e u�e�ug. rei`r r� oe•�`��Veep9$:<:pp��C�5vc <aT pc R• o.�pi••rYa •ECJ •o uY ,0.Z — b uua•, .+8r g.oS3d�,.> . � <Sq ». �Fui3E[ • wl • • o^ rim Ei NOUCEf yN. P .•. i d S iE Y e� L Y sr . 3 A. rOy + .. YG6wo c�A6 000 •P�xl 0L04 • J O YyY �r� •�•l{ yq V.YiPPf fy YYY 4. Y S •yS Afy6 ia•V4 _ . N FUL=YYY yO �+ iAN<Yq qO0 r0 Y•Yi 4ru1 +S -• .233. .:z�:. :.EY Li• Yb .. },Y. . WyiJy.9.• Y •..[[ Y9 p ��OC . �Y s _ _ - WWW_ Wq ZL• �2VO�Yl CY 1'JC _Yy9_ � - OiQ y. l" ' • �pC -E 1 OY4 CY•ypY• Yi3• Y•• ���YxM rpY •1,� YMw •VV.�Y f•Sw - E VY.�C� Y•a 6VY iq.MwO rt�J 03 YVa Ve. 6C - $$ N O 9 Y n � q-• Y r u A C tl i p x L i . §• O F L S • y C�• Y - 'O' Y ••xp JV�KYY Y �OeFNN Mir NMw YN Oa CCS C` NW 3Y�MY •Cp�YL •Y WOrr AY•1 �Va q pr •y -•COYOY O•• 9< Y OYiwW i ttYq YTJ[ a0 O �K K G Y C O Y Y C Cy 6y C r L f O 'o C >M V r Q_ _ O wiY•<Y>m..Y•3a a^Yf V3r ��_ Y� aE� Y�> 4A' •. 0a \ _ W •K • wl • • o^ Ei yN. P r OZCi M Vlw �• .n r - ` .. ��g �v ara. rQ-a e.Y•. YyY .••. a co ar fig �CYae �� uy •i e. K` f•'„ i u C•Y+p Ar �r Y,Cy v C •O T� C s .�y> r - Y y r r� � P 6 C F - i O i •Oi r � i V� 0 Y C fj r i 3 � � _ $ w rq':s. �= ri�r�` .:�re �3rS,.. e•. qai VLlaiygw•w ry. ••O••C •• CO • aOr ••r'•�r•�Y •pq0 O ► . 0 - q q • V r 4. = C Y Y O O q= M � O Y C 1Y' Y O y Y•_ a - Y •O V yr • V O +r �'�. •r L•I a: Y •p -w •.9x Y• •2i • w V Y y3 Y O J T x Y• v J ••• Y N r a •C•V C C 9 v� 6p V .( Y Y .• pp Y •• Y✓ Q a O Y f•• C •/ V M • C O r O Y r S aC •r YCr Yg lY: •Y •.q6fvuj�Y•VY OYY6 •-Oq YC�Y ou-i 5 33 Y'&aaSru Y•Sr a oYiu .�._y:5'd ' JSYV Nq L q Y� V CK •Oq�Y. OCrOw r K r2� • Y OO�u rKr OUB± JXC JVE Or ..a y Y -a •Yy -•: tl•L Y O• Y CivO SX � � u CJO OV � C�Xf+ rM•'�'• S2� i•Pis wy ��rO.cL O •U� O�• �cCY• e o - Q r v va r va ie eY .Yy o•Z':o 2 a Qr y •. ZgUJY^gV4�V�Y Yr+ •q �V.••. �LF�V•SYe+•YY3�Y� ,.. � • Y f 11 11 NOTICES _ » �.ff .•.• � VVOv O�LI r w.�••�i .�iw nwAn nnA r S sora Y'a mmPw.. a$go mm;nmo - nna - :'• 00000 1 . ..... - rer - •. ' .....99 ... .. . ... ` s � - - ..L•O• 1 SY M •. 222 32 - «NMHMMM AMN t O•O.+V 4 � - OLT S i O{ Y�hO «Sag° C � - nl O 2 e • {_ � N n a Ms a w P Ms' • wnae••eww n000 nnnnnnn nnn - IIS nnnn M C L C O>>>.O •e. .e. I. w!• nlnnnnnw nnn O9d Oi_Y• V Y •U• 2,ZOiM O.•. OM. O Od•O. O•. 2O S V.6.MtL•�•/. 3•. S O'J 3 y' . ;0 VVVVVVVV 0 VVV Q3W V VO9�V I$ RRRRRRRSt RRRR RRSRRRR n« awRn .iO.«o '• T . M. Y9yy• • - _n ewo�• RRR m .•.... ...• ....... ... _ » �.ff .•.• � VVOv O�LI r w.�••�i .�iw nwAn nnA r S sora _ » �.ff .•.• � VVOv O�LI r w.�••�i .�iw nwAn nnA r S Y'a mmPw.. a$go mm;nmo - nna - !� • es•e pwwwwwwi •:wee re.i ••.e •uw - rer - •. ' ` s - - ..L•O• 1 SY r 222 32 - I O O•O.+V 4 � - OLT S i O{ Y�hO «Sag° YOB � - nl 2 e � O J N n P n'b F O P S V e {_ � N n a Ms a w P Ms' ♦ n w V Y O V a: dOdO �O' g.e - IIS nnnn M C L C O>>>.O • VS rw � O9d Oi_Y• V Y •U• 2,ZOiM O.•. OM. O Od•O. O•. 2O S V.6.MtL•�•/. 3•. S O'J 3 y' . ;0 VVVVVVVV 0 VVV Q3W V VO9�V I$ - 1w ;.. n« awRn .iO.«o '• T . M. Y9yy• • - _n ewo�• :. 'OJ n w Y Ny G�• C •• Of E O eC m Y Yi r C O •• P Yi Q V 6 LY . w 6 O h♦♦♦ � O - - ..L•O• 1 SY r 222 32 - I wow• 6 OO I S N O{ Y�hO YOB - 2 nl vo y6^ L� O . n y� n•'. •il - IIS nnnn ♦�nRll• ., • c rw � n0. v• �•. 3 y' $oa O - 1w ;.. = n« awRn .iO.«o '• E�E eie ww ewo�• •ewe" - - ..L•O• 1 SY r �•piiy�>•r• - I wow• 6 OO I S N O{ Y�hO YOB - ..L•O• O �•d SY r �•piiy�>•r• wS:�� .. / �. wow• 6 OO ••� S N O{ Y�hO YOB - m nl vo y6^ L� O Y90K '•C O gy�:.�' •• • c rw � v• �•. 3 y' O oC Y 1w ;.. = yS O e� w y� � i C•»•w Y C yCp p� 'OJ n w Y Ny G�• C •• Of E O eC m Y Yi r C O •• P Yi Q V 6 LY . w 6 O h♦♦♦ � O ) O 00 6 y t_ Vc••••.O yV'YV� Y V6 : y V •Yr j` i••9 ••VV G Y.09� y O Y O G E.V Y Y u 9 r y WJ Y O: O 1 O• i Y Y O90< _ yp � L V(O • P r V Y C O J Y �G M _:�~ H ' •; 4�S m J F� S V S •L•V O). O 9� . • . •. .. _ r ... /n L..wk%ul.•w'3.'.ALLr..Raii••� C2~w -yY6OYmS e F . i�� a _ !i NoVNmNn0OJm�. neVN.enN6OOa.i NeVnm-Nn6JOgw weVNeNn6JO�.0' oOD✓✓°Mp6o•Pi £pOC�A -' - • • •i 58040 NOTICES a e..e. .._.e. .e..e. .. • a � gggggggw36 d.i� 1 p' �• 43���eB�@89g � 02•K hmOPP PP M9.. 9 `°it .[ V O� �• ^ r1 • • s F ..«-Ni Naw eP.e.. ... . • � - �N z �.QRS.QR.RR4. ac$ O d O P a d N O aiei etl<:PPP -• _ NNP , _- N NMNNNN V V � •f • • •NNN • • •NN • • • E��i mY u`o`uuu`eYuuu e www �jDY ��NnNwNNNNNn nwnwwNwN.. V�Gy6 rNNM waw �s�VE _ w � Nw NDN NNwN wNN -_ LC L•• •Y .� pp j w F O ti � 666660.6. _ •_. w •O. .Oi •Oi 0 0 • r • N w b • • • • • • • • •• • • ..........' • •NNNNNI•Nn Y`�O►BOJ UVVVVVVI W • • ', 1 •V N N n N N N N N w N N N „„ F N„ N� N N N • S N N M N M N N N N N N N N N N N N N N N N N N N N N ••• P P P P P P P ! P P P P P -• •�- �• Y u„� O N tl N n tl e N O« �� ry m N P N i n w .I = r d n O• N N X S •Ve M1 e e P N w P O w n P 1. a� P P O r r i a w P i - - E S E tl e m tl tl e e !PPPPPP w w M1 w w n n n w w w w N n h ee O O m e - Y• n O N O N O - V O g N , v5 11.82 _ vm tlm - irV69O N_VJO'6 rrV6YJO M•Vuj6'iOi}{OY.O• O•Vv��r6JO�w>P�Y = «UV NUwV .VJMLL0 Y�V�°-JON VU=w NW•><O��i( - P-V�•ZJV76JO uou2NaNn�•CJC-��P.• -NN-NaweVg5 . 6 r.VGjj0 rOV6�0 .VbJO wV0J0. OV6>0 PV6O0 MV0.V0 dV6J0M iO0O0Y. NVbJ0M a9•OO+ NV6� ”' N`•O 6JO• COyOC1_•=i: _ 'Mf�6O0i• • . UaiYO OLm�_ 1 rsY@V•° VreTy"r6-JOiOSOM.l rmNnYmO U.•V1 U.• U.9 U.V uSUwO • __. -U.tl0 a e..e. .._.e. .e..e. .. • a � d.i� 1 p' �• � 02•K hmOPP PP M9.. 9 `°it .[ V O� �• ^ • s r ..«-Ni Naw eP.e.. ... . � - �N z �.QRS.QR.RR4. ac$ O d O P a d N O aiei etl<:PPP -• _ NNP , E��i mY u`o`uuu`eYuuu e www �jDY V�Gy6 rNNM waw �s�VE _ -. _ • � • .�• LC L•• •Y .� pp j w F O ti � 666660.6. _ •_. w •O. .Oi •Oi 0 0 • r • N w •[SO" � • Y`�O►BOJ UVVVVVVI gM • • ', • . ♦ Y• n O N O N O - V O g V a e..e. .._.e. .e..e. .. • a � d.i� 1 p' �• � 02•K hmOPP PP M9.. 9 `°it .[ V O� �• ^ • s r ..«-Ni Naw eP.e.. ... . � - �N z �.QRS.QR.RR4. ac$ O d O P a d N O aiei etl<:PPP -• _ NNP , d.i� 1 p' �• � 02•K hmOPP PP M9.. 9 `°it .[ V O� �• ^ • • r ..«-Ni Naw eP.e.. ... . � - �N - Li ac$ .. - E��i mY u`o`uuu`eYuuu e www �jDY V�Gy6 rNNM waw �s�VE _ -. _ • � • .�• LC L•• •Y .� pp j w F O ti � 666660.6. _ •_. w •O. .Oi •Oi 0 0 • r • N w •[SO" � • Y`�O►BOJ UVVVVVVI gM • • ', • NOTIM • ti Y L .. Q pN� ' � d e Z N i L Y 1wL .O •/g d •1 Y y yJ Y w "O CS u C O S L M1, Y@ SS • Cp O 3< • Y 0` y Q Y • Ci YM=Q �.. �.VGiiPi<Y� 6 • C MOS Sp � ✓.l♦l:w Y', Vy + •• r O r;) � 1• b r Y Y .73 V O O Y Y C Y + N •O• y 0 < r� C e 4 Y tl w w Y �Or C_Oy• E v0.1. •e• mL «• $ YY^wrE✓G r ~ GC•<•0.•Y•.�+ja pY L L Y L Y Y • •q tlY i Y O C Y• � CC CS M- <Y nrd4 ]>F M 90r CiOA Y FYCof < xa°Ocw�:: .. PCGM =r•.•• O LY i Yx pp 9YYr V 9• Or M>O Y v 7 •� S � � MG ✓ • M.. • =\ � Y S w Y • N YYY + Y O V.,{ Y• G� r S � � Y O •o.�Y��•• �I Lep O <1 •i t -SNS 1.0 Q Y S G' •�r\ - •iii YMS 'JN M•G•'� • Y LYS M < YY O P• •• Y • • •Z • V YY Y L • •• b.3 N< r Q �rve .N�• yr:F•' i � Yei OSJ �S ��,� ` y�Gi4YCC�pQ! Y yl 6 W r` y M > +Y ♦ Y� Cl It V •Y'•' -V -,i xrS YO O 6 9 V V M - • Y O > Q OW =14;. 14; . Y • Y C«i v p N r C Y K M��• G >rY C r• l✓ Ya`.u�xY •�. O••CgLiY�LYyS LMmYKO •i)7� N C O Y yYy O e • r r• w Y x •tl - 0.Y YC G y • w Y<LPY e OO VMYi Yu q UV 6 YY OyY4•♦ «.Y•~�±NS7i..eYi' .. q,rYYtl LV YY >✓YY w >C 6�00V•Q _ . -• - -..•. r - - « -- . _ _ .. ' _ - ' - r' .. 7 4 •- Y < N .S •. .} 4a3 •Y xr '_tlr M •Y �jY 6 Y S •I O 5• ✓� 3a iM . O O T p .�S 3 3 F S9 �r Vr O C^ OV M Y .Q Y �< � - �• O� p O 6YY•/.Yp•y u I\ W • K O e Y O QlurY _MGN >V. r v TY Y " 4- j O• 9 S 6SY w Y Y yygg w•a LO•• i y p V L O .• -• VYY tl •J E C J Z .Ci S v r- 6 yy L M 4 L VO E> q9 6 Y v yO •�C SVYCv♦yFM VY»+tl 9FMCAG C: M �± YwY• O OY a Y>Y•JY tJ yy 4 V yY sYY e� _ V YC yW u_ •f O•r• Y-Y•YY u O M YF 4L0 Y Y Ge tl C Y✓ •- F w CY �Y Y OV Y> i W- L Y a -•• •. YO xV -.•sNr tl.O ..:uVe C C:? C Y w✓_ Y C; E a E Y Y a Y T S 00 -•G C.0 YA✓A x6V C fr r. MOrrr YYVY C V •YO N 1 _• 4 M r6 Y9 Q� Y O� G _ Y L u •e• V '•Y± wA V./N Y j'• V�� wGC Y VY.Y a Y G�� C r !. • y %:• �GIY Y6 Yy Y -CV rVN Gr •E.GO.�-v: :: o•n.✓ ••G4✓ •yf w_YS >YO Y Y Ys ♦•4•Y Y Y BY• •1.O •O• nc.y y'• YMy9Y i V YS 8 ••• p Y .. M✓ YGG OY 6C_ ON4>-•Y� '• • S Y S Y M •FWA4 S Y Y Y O •• V> Y o wB M W S Y pS Y T6 Yri •J L p'• JrYy�j AGOV6••VN 60 •• LwYM , YLrwrC Y >6Vq% O Y C YfQOCS S -GN• Q• VL r Q F• -• C �•Oi E •• x C S F 4 Y VYL •Y9 r F .L.: M SO ' • W 2 4 9 4 N 6 C C • C+YYY•VO] ry YNCSd �'Y Y ✓ OVLY S YLrr• f- Y 9> -rQ•V YG U.- OQLY'J • r j M y p ••O G-Y•�>.Y V CyE0. �iL �✓n.+.S�eye1 .tl`M�`Y�Y -JL •<i • 116 OO•�>SM LO uML VYG•` 9 MO Y YY fY eY 3Yp 2. Y♦ Q > p Yti9Y 0: V• � L V•Sy .3-1 V Y Y O Y Y >Gs •••_ i Y r y 6Ftl ,�+ N M u 'p! Y .• ap •r•i w 9 A •• > 6 ♦fQT 6M+'• •� C3 Z MwY • M YY O �0 C YY•J VA S N OV YMY! -6 ••6 YS. GY> Y y9 V V••- -O f. Y•� •1 Y M • /• S• •Yi tl� 1' + L i Y• Y S O O-w•YiG Yy Y "N . •- = r Y_ C G i / O S A r:r±r ••C• M LSr ♦ w Y 6 Y ••YM +N• ••C r Y w✓ Y .•• R N SA Y =Yy>'Y ej O •w N �m O ".—q�M � y Yy LeL :•J Q•Oy ypp <M yMY.♦..� V.•'14 V 1G.YS MOY dQ..N itl@9S w iw✓ O✓••Ge A�i•`� u•i •6Y ix u uYY - " 'Y •tl • yS i r r •. •s p C G .. -.- _ « •! - " ' _ • - • - - - : .• • ' •� • .\ Y • - 58042 y NOTICES " 1 Y !`� q r e e s. «: e_=: .• - Y � Y I s r Y= r S ( r e O Y ' r 9 .__ v. +r i� �::_ v s tl.�••r YL o r � Y •. -u`• r '• Y C w >• L Y 9• .• • p E- •O• V tl v L •' •Yi Y_ V_ Y Y y S_e\ Y ` Gioyj .Y.=: \..::Y V w Y.=ae1 G. .iL rp♦n 1Y-:sY - , .. rr' yOa `W VW h�♦O,>, VV 006C d iC e•«,r YrO Y4iT.e r r•••YY •OfCC VY � y •f Y 6 Y x l ( C V F W Y v� G ♦• r L L♦ V tl w Y T C1Y 6n _ Y�� Y M r •1 L + •• O y C � L _• y V r V- V V. S wY ♦.10 pty Y'r l'W OOrvy� L 4 1: L •• YOL S=Y yy RV r V 5— 6 OJ 0 w N • • !. - n Y J r N S V 0 «rw♦Y.Y F G b `Y + 6 C 4 0 E 0 r J 2- Y n G � <wiGG,•,i C y Y ] G Y` •' L Y O OCO V. = 0`>, O y p _ y e• Y- T O• C V• W Y Y{ C w C pOZ <c YW iw` Gr.•f6 COV.�••tl . v + w L Y O Y YYYY nO.nY���-n=„96pC C�wv` O X✓ O-Lwc 'r\� �nn'VYo- ' 30i VYO .�(C^� oy w`_ iYGV a-••:Y•• �9_yw" vOy+G• M v.sVY! ea�6er tlYO• PTV]F0 �•y • 'I VLa\ 4f�GO. .F'x]”, NY:rc uCYye :Vyy• Y2r\ + �Ore wG=p• Vr•�YY•• LjY•vrMY� 6• C ' '-MrV CeiY•l EYO tl P-. _• JZ: . 9roeC tl=_� oYYYG Y' rYg u •�.r$e e-ar V V C• L •r• y Y Y V^ 00 M i ,r{, « �f O w w ♦pe, ♦. U ii V O w> L Y � 0 9 y G > •• O M • Lyy •eeJ'J 92« W e� > C •, Y Y x« E Y _ CCCO Y Y 6 G r L v Y Y Y V� Y\ Y J v Y 2. 9 O L• C i Y Y V r - JO L r wce�.♦i-°i«Y i3OY V^G'k •`J-'Ym•'nO♦eY N�!•> r • 26 ^'J • �r•....MVV y 1i YY yy4 O G V R S �+_ v Y Y r ..C. Y d\O y�v♦s •� O r Y, 6 O Y .Gi y •V, O�� S Y O�y •\Q . YY MORIy'W ♦C,YCe1NC <`+••G,] L xr LV••v 9•G•O VYY4�j YY{ YYypL ♦ L C0 _ <O •�]'Y tl0Y CrS�p VC {9•\•YO e902 LO wWO YY •0 qYy ye�00 Oma: YtlO• !. «r�CO Y�rYi�u•riY9 VfYG_ •`YV Y.• ^V Y« . • N LY p e Cl y••+•i M.V•v N0 «Yr 9yw yyy 9G �9 VpVVMnrY'•6<9FY 0�Y4 yC ••TO O06w �'Y�V 60 Y«V Y9pY yyEyj•u •]•r� i•9�Mtlp i pc p `.•OSvtY GSNVTO O.awvP V��Yn10%v OLN G'•e♦e �P♦i 9 'Q iwTN I P w I }'70 e�Y €a�z.�Sy S v Yv Yr <T i3• r I •'• 5� •JCVO � �'•Q.♦vE Lr.•Y TTi Y ~ y M 6 ♦ • . V uCe6 YtlY VLM iYY��6C - ♦ •• + 9 Y i Y N Y V r O p Y g . 0 • Y S-> ♦Ci F O i C Y Y- !• v O M p 1> 3 yy •Yi N w e O Y 3 Y C p •• ••r V' wqi •MP s Y � P.'• < y« -.L• . C NO e{ SO M V � CG.VoOC�d• Nw >>��O OO O..0 •v Yw �NV{ •>M�rN � M Y ByY yNp• •IM VO•'Y\•L ' ~ p .iei F •O -.6ATT9, w Y pV~gr ~uY ,Y,`W l.• F 3 V sf ry a / L ♦' Y w S W Y.M a d\ O O Y M Y 6Y, •Oi4v V < VC 7 L O V•Vi � O S •• ± Y a 9 yC o 0 9 e' .. My it 6 Oy w y N •\\i •F.1 6 h V M 6 6 Y S q 4 • O Y yO y Y, Y qG S C J ^ T .� �' Y Y 6 ,i♦ C az C" e r V F Y O Y C E Y • u V Y O Y 9 y YY O. V O Fp � u � w» 9 y` Y i C^ _ \V O W • Y Y '. ♦+ V x I V 0 F a gM V YyO TTpii Yf tl ®Q 9 V PTYw .]•+SYiY U C .ei Y ♦y0 y 9tl 9. C.. V Gr 09jq y V � �>• «Y Q� •uVYV �M ;.yw O L♦• O 6 O • •G,V YY{ EYy R9( r1 Pa V .•� < Vj v V - • G.a � O •Yi • O Y Y C M O b .i R iJ yS Y ♦Yj O •'J�OYO Y 6^4=0•Yi0• V3 >' rri H 4s � 00' � 01• YrVy L. ��.y pP • V 3>" 2 L=<+ C O O y X O T O V g\' U. Y • 9 6 e aP g ..' wN <. Y ♦{ Y C\ w Y Y tl y Oy Ts O Y r •y •O• Y O• r. C Y• V O Gy • V tl e SO O eM' -0y Y. Y♦ Y1 Y i • O V T O r 1 y 1 9TIY O D i 0 9L _fO L� V +` O _ _V y O C O V as >• y y NNP r w. V O O M M M y > 1 O V.P - P � p Y> V V V V Z j•p V V V G O QQ A • � '. No»cEs � . rias « _ F V8 v '� F G� y i� _ y 9 60 o Z N 4 $ � • N S L O 6 � ✓ M 4. E V O Q p •6 'J e r M p M � i •p• S Y E .r+a«.'. i�iY P u �: i e w' O�aGr Y« ✓Y y VV YViI±wOM Y •rYulrQwV 60 Gv_ P j .0. •• O Y 4 M L Y Y O` O O i Y,Y'YnV•.•V r • •U• C S Y: V Y •y POYY4 O.2NY C Y U O Y \ tl G S S r« •• yyN : � O V C% u • n ••L tl. V < O V Y O +•. .•Y••Y\ w Q O V O^ YY. Y u M p^ `B Y%YO V C G @p Y EV r ✓ O : P S O C Z •• • •• L Y• Y / V L �e •YY• � O O• � 7 O iz'.'••.��Y. «4q •.e . Y w w$ �� ^.Qr Ys i S±YrY Y•iEWrZ YrOe••i •O TYFi YrGYOf � SY<�••y ✓nYr w y • �Pv+E wN=S\>' •r••JY ZC j O Z 9 C •• Y O y y V V 8_ Y• Y G Y •i0 V a p e p p G♦ G 6 • O SL ON •y 0 0 j� � p i .• w )�_i1l Yr iy ylliui .s yGN.p6H �.••v•GiA4� V' ..O V M _6S += p •< r O• Y• w G E C •Y EE • y V✓ 9 �• r _ v F Y Y +.0 1 r M O Y w Y T✓ 9 2 % W �VY% w % � .00YYY YC�9L~•, y r ! O Y y Y T V •O Y^NOGr• S• C y �• ! F L E Z • EV vY VM•• E t•^9Y gM.y Y C Y Y w C 6= P V S% 9 V y O•+ O p p qOV O V L Y C Y •• 2 40-. Y • Y r � 3ia � : ei a 4 6 Y�+C•• Vpp«�%E •^•VYV�% ��••„ Yb GV YY %«Jw y✓ 6 6 •• y O Y Y O C \O �4 p' Y Y V b Y0lybY•00i`•O�"Y=I'�6\v8 ` Y< 'J T � Oy tlbF _yy YJS�Y` + Y Y T « G yy •Yp�O•.G✓ W « Y> r f Fi•N Y^ w ^� O � ��Yt�y y 9rVw: • Y Y 6%r Cr�• W.tl�r --zoo O 0 Y• O a V O P N Y' UYvC a p • •• 10 ,♦ ' 4 2 �_ I1 ei=p e b �r yy•/ r � r n w Y s a •.0 �. Yr airy h>C\T'J wpVf•- 0♦••CiYSO r•+_� w . zoo ..Yy..0•Y ••S••\T� Y Y V V G Y T r r= > Yn C y 66 L 1 Y •J C •..• Y Y= Y Y O O > O w .�Vr T. Y yy 9 W L+ Y V Y• yy•YO••r2E W• 4N Vd nY••P YrY O OO b r q «O a w Y O � C G a: y p b: • i wi Y±= w N +� ~�• YY C r YYYO .Y 4 uw• O bF 90 p> Y 4 'J E 3 O r9 p^F •,Y0N•pY3 OCLI e• O • Y Oi YY SYi j y M MY 9 •p • O • V �^g`•Y!• 6 O ✓ G% O M tl Y V V y 6 T V r!• Y <� a.0 y r •. - - Y - , " ♦ • _ . • - • . y� M N q Y Y M � G r M . . Y_ _ •• Y_ 9 Y �N94� .. w>•p G• Vy u� N Chi % Y••O J N• C Y\ Y ^EY ✓ yr00 a V w Y E P V r y b C e W Y Y N Y a A O+ O \ Y G Y y O+ - T!� Op• _y O O•.y �PSG.�E56 �SSpB $' OM $F Ywa:s p V N N r w•Yp• N ±�• «+ Y Ye/• be L> T i• V O Y O LYr �uiNOY$�or$:.wbe C G W q ••.Yp• yWrN qg[ d 96 eCM^F� i_bJ lr•AY • b V r S A=.• L 9 i y y! Y✓ Y ObQ Q7' >••�a♦ _ ` - 1• tl • i b " Qy Y >•S N }�• < yP b Z 6 O " Yi ' '• • h u. Y W Y Y ! M w iY •\ wb >� Y Jtl LV SO • C Y Yi O K .4 M yy «V jO Li 0 e Y••• O C SO 0a6 P✓ •\ M � 'e ♦� If >f• !w o g Y C O L Yp✓yy% Y Pr Y � C i C• W OO• G .r YY YQ YbNY-. OYO Y Q O C 4 •yrN •• % O V= MW�� •• 4 r• Y VVau� S YP •AY •+ Y N _Y ��: V• 3N•S •• -+ O Y e• «O YAC • .Yr • \ ^ - YiY Y O V y A G A •t T Y iLi��Y •Y. y9M •0 m:.� L O. • C u i .� M u` r•. i• i Ov 'J `YS i)p a:e a E. pi • O A w• yy Ou+>^Oa•••%Y M•i I. ✓ 6 C� e 8 9 G • d «^ C • A G Y: Y P q Y O 9 M p a a•+ 9 YF «06'vN6 ••60N>9.ti O M•"-66YOQ•yy� rZ WJ •r^V u�L V bre �•+w• � GY 6!a)•Z O .<.• SNC AMYO M�F> Oq• ^ d y v r T> V a a •• r /. A./•GO«••OLA y V V V g 0 •• • S r E C O Gyy Y v ✓p Y y C} Y Gi�Vw I.Qi bMSFFw V 4 w GY Y V V •• • Yny+ •YCp C2 Y0^ V ^ N e UV Y. O M 6 Y: •M %O� :LOeew4p •r0) i: Y: a V W y✓ i r v'= r T W\Yr rj•LiuwE ,LYIE�NdY/Y3w: •Gr. uww4Y • n .5Oi •u Y✓ Y •• ^ Y •• y • vY eyyr Y ! YwY lJ�Or� .G•Y i• O w r x + N O • Y •• E6•LLY^%YFP Y G ^ V 4 •• .Yi •. E YY✓��qe 69y A C v Y[ bp _ NOfi sTp•%Y��O Y ��• O•. Y^� g E tl G O y S� yrYu:rwi•• F.•. NY „C�YIr id\-Y.P � aGy YPN Y : V v O Y S> Y Y q•Y• •• N b V O •.OV••nY<Y=•%K a Y r .; • « ow r �YY. I O • M V •J MW•• \O•a Y uiy YVOSF06vYa... ani -r.• a O.a Y JMYvrOC-3e ^ Y Y «• N r � V M N O O.p>YOYr M' OQ ■V• YYr Y>. Opy <� n yYrYV H-0 a• : My v V E[ It bAs � »nu p •• N r 0.«1>q—Z= O O y y A� ^ E e • Y r Y$ aLY Tb.. Yb •� P O N' _ TGM 43« .: >•YrN >•+ O M QF O A < r p • vO =Y1w�gO r M M _ Y.•y •Y Y w Y O wr e✓Y M• Y Y Y QQ I•M%OV•Y\ y O V M a Y i Yi O•r>�VOara AYYO i ��• reY > a Q C •. O G e\ Y• y0 00•• Q • • by It • .Y . • •O O b7>•v ✓v�Y. )' it ry r _Y p0 • tl > � a O . Yr 9 V Q p� • i Y •9 O N O M N • e P .Z• O• + 6 < • £ .S6 e N O e • Y OKp E M F O i L Y Yj M • O • Y' r ^00.0 •• b•E 9 L O MY Y• yY •• Y 4i •Oi w w i M O• _ YE E •< y V r w• YYYOp ••• •• • C q V O r w w �i 1. � .J =pi • " • .. - " .• - '• �•, - - _ - • .. .. . - . =i. .. • `. • • • •` • +115 .. 58044 NOTICEf ' L •d s _= a "s s`a e YM a �i is I ' yY� >� "i .. • Y ��x• « «'� rte • .. qr �ee8 g�'x' � ►°. I• Y S w >•, : p•. 12 V • F P �Ya•Ix ; ± .• •� of i >. 8 ye r• r u u Yas`>� I•'= .. Ya •� 9� i.e. Y C.. S E S rx P Yw^ • Y\ YT ; se ' q\w JPOS x YM R: e Nr >Ly n`� z wr$ i` t i. `r �RIa' • « e >. Y% ix Vtl � i.•iY •�S w pY f V4v �> p~F i > �N Ol V J.Oi X S N 11 .. M i C U OC w L w N.Y. Y O Y 9 < O C •� Y M O Y\ >. >• 4 9 x1 Y Y t Y• •' Y •`y •yJ 40 Q.in M n F a .a [yam YJ S IY• �O y OX O ^ •A. y> �A q p Yj• Gr_-O'LY 095 :^ Y. i.• .n tt OY OMN\f MY ^Y O S i 1 Y dr O•�.�<uei U x O••i0 i >•� X�<r � Y ilb' C V O 9 0 9 .. n•Oi i� tl F p+ R• O w .N• p O w w w� S � rt � V y 1 Y O F �• Y.�QYF �� YS Oyyr Yr Y YAr j .Y • O. C : 'Or�n4 Y9M y �CV'y 0 Py, p �� 9u V2 L e NO _ 5 OYSr xrNR _ee y 4V n §y w. fit �u 1 $ eo •g Y >. Y'eg r•s a .•.•.i i' w $ s"6oxGp P: ;N s^„ s z eN, a a •• - �Yp0. T_- Y.� 6 Oj SY•v O.Y..Y< JS •� u. p.J_O tY _Y B.• YYy�S Cyi . b•rS •JiS• .. ...• V .>S VpYO ny np.00 r�.0. r Yh � i•`iM®O .nir '.nyy se �s MN 1x•Y OJ 'J i F J F 9 l' YO O 0 OM • 'J.> Z T•• > V 6 x i >e0 Yp 6y > 00.8 99 p . 4p FOFF•/ u F v 00 MV Otly O OM/ Z M YMF O M>\ O•+ Y• Y • Y Xg o. o`" .1v a � �_':'� .•.� � w eon..-' y iY `< .01 tl I \ Y M' J e e I• = O • r(. �: _9 y� yO(. S • p •r � Y O .1 i . � _ I " V i ~ O•C•U>Vr Y p Y FSY.�Y M • 9 p• Y 06 x.S YMe.O• ' N y OYYyFi \ A .. •YYN� Yj OOIf V f. > • P a • O M T T S+ F Y Y 6 S ` S •• P •�, _-Zo R 6 9IVr GCY\• 9< x .• 1 •S .•r .A•-- 3 �o-M •Y.w Oe ` F4 i.9• " N Y90 C JLC > > O OL 1 Yx SSV YON �F• �:{{�4 YM eP'r M>• Ogg Y.Nj •. .. W Y`�•�i��eV i r N rY V60 r • N2'94.F -• P' zr,`,yu �� ��3 Fes. �' O Yb •YrF � PY\Ai 5:' O Cr wOnr6 y � I Yy V"rJ ��x Oq .•i9p of ' O 9 V YNiY S C O \ C • Yj uy yv.S Yr 9 C = • \ x -2 e0 ` w w .( r Yr�.4± Y1i•uY Oo •. rY000Yr =•VCF r' Y e r r C.O.Y u 2+. V e \ > e i • $g 'o il$ L ` - Y• 1 R •Yi O i O i • p • w y YO tl; O. TYy \ e ? SOP >Yn f F Y •L MLFY YMN P`Y .44 Y• s ,. C< Y • Y L Yo g C CYN Fr ` r O _w Y .\+ •• r 0 M Yqe N rV i Vg— a y rs.:`ei.Y..^ 0 0 ai" a$ e• Er>9 •" V�iZ$e` V V i —1167. N � Y A! O.Yi O • F Y' P e �OOP N>pOP O ► _ e• a O�^• Y M 1•. pp OY e y ' V V Y OY O Y•AiY 1Y � y , • -• • • � �i wF s a >�� •' � r ISv •pJ 8� V F••i •d�� i• 6 � 'M � ? • • i ` Y O q � S Y w p d « � . ) Y Y• 91 9 9 M• I Y= ••a � • 098 • • • O O • C �M�Aw�\�• • vS•. C s.Y.i• r y t 9 •TTTTT s• « ea w �.$��• w '$� w s• i RT s y O F3 a fY•Y t .• S�•JV 'Jy 'JV . Y' Mi•A •V y pw y, O oe • •.• r • YRCC OCOJ• .. , i Y 8 8 OV • Y yy • pQ Y O •� Y G 6w 6 Yyy Y N Y Yy 8 'J y Y 9 •••• y• ' NY •VJ •. •P ••: a Y e V y O p•- .•i•�y Y • • ey T - M a Y M i• • •J • e O - • .•. •S I•P fi 0yy F MO F 'F"•d V =YY MOM 9 • C N d aE �a N YO % N P «iN• Y • •QO•••T .ww wt t; / ••• G N Y CV yp •TTpppTT8 Y� ••• YPa4•- FC Y Y O•'. •a Y ••9••d�N•YJ h•�•- �• C w Y~ eC Y�V a • Y. •• Q � PO • Y•Y MYYYYYY Y �I A� qo��� x se �. x §�, �a HUN J: A••� v n•• ••i.e �" e'� �• ^G � .«. .Pi<euti •azu x•+ .P. � e. y e. � e.o e � °i P o. � e. s. s e. e. e. s.'• w w a e w : ••i i •� - o a a o NN a o` vs a a-. a a aw a a a y i i•••• ' Y Y!• iV2 Y YY YN V Md V MJVVYYV VVY M o A V V. V •q V V V V {i , ' PREA NG WAGE RATES FOR USE ON ALL PUBLIC WORKS PROA IN CONFORMITY WITH THE PROVISIONS OF SECTION 44-1006, IDAHO CODE. SCHEDULE N1: 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 83701 108 CLASSIFICATION BORERS: GROUP 1: '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, Choke Setter; Spreader and Weighman; Power Wheel- barrow; 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 ------- GROUP 2: 'Chuck Tender; Driller Helper; Air Tampers; Gunite Nozzleman Tender; Pipewrapper Tar Pot Tender; Concrete Sawyer; Signalman; handling cement; Dumpman; Steam Nozzleman; Air and Water Nozzleman (Green Cutter, concrete); Vibrator (less than 4"); Pumperete and Grout Pump Crew; Hydraulic Monitor ----------------------------------- GROUP 3: 'Pipelayer, including sewer, drainage, sprinkler systems and water lines; Free Air Caisson; Jackhammer; Paving Breaker; 'Powderman Helper; Asphalt Raker, Gasoline Powered Tamper; Electric Ballast Tamper; Sand Blasting Form Setter - Airport Paving; Gunman (Gunite); Manhole Setter; Hand Guided Machines, such as Roto 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 ------------ age 1 of 6 roject No. fvised: March, 1975 - 1D75-5024, 2-21-75 -118- BASIC' HOURLY (FRINGE BENEFITS). WAGE HEW PENSION TRNG. VAC. $5.97 .45 .45 .10 .20 ' 6.07 ' .45 .45 .10 .20 6.17 '.45 .45 .10 .20 . • SCHEDULE ll KOB CLASSIFICATION BORERS: GROUP 4: 'Hod Carrier; Mason Tender; Plaster Tender; Mason Tender (concrete); Terrazzo -Tile Tender----------------------------------------- ROUP 5: Highscaler; Wagon Drill; Grade Checker; Gunite Nozzleman; Diamond Drillers on Drills----------------------------------------- GROUP 6: 'Drill with Manufacturers' rating 3" orover ---------------------------------------- ROUP 7: UNDERGROUND WORK ROUP 8: Reboundman; Chucktender; Nipper; Dumpman; Vibrator (less than 411); Brakeman; Muckers; Bullgang---------------------------------------- OUP IFor 9: Form Setter and.Mover-------------------------- GROUP 10: 'Miners; Machinemen; Timbermen; Steelmen;4 Drill Doctors; Spaders and Tuggers; Spiling and/or Caisson Workers; Vibrator ■ (on 411) ---------------------------------------- JIPMENT OPERATOR! IROUP 1: Brakeman; Crusher; Plant Feeder (mechanical); 'Deckhand; Drill Helpers; Grade Checkers; Heater Tender; Land Plant; Oilers; Pumpman; RearChainman -------------------------------- OUP 2 - Air Compressor; Assistant Refrigeration Plant Operator; Bell Boy; Bit Grinder Operator; Blower Operator (cement); Bolt Threader Machine Operator; Broom; Cement Hog; Concrete Mixer; Concrete Saw - Multiple Cut; Discing - Harrowing or Mulching (regard - 2 of 6 #-119- ect No. ss March, 1975 - ID75-5024, 2-21-75 - C HOURLY (FRINGE BENEFITS) WAGE HEW PENSION TRNG. VAC. , $6.27 .45 .45 6.32 .45 .45 6.57 .45 .45 6.82 .45 .45 .10 .20 .10 .20 .10 .20 .10 .20 6.12 .45 .45 .10 6.27 .45 .45 .10 6.57 .50 .55 .l0 7.05 .50 .55 .10 .20 Will SCHEDULE 91 1111 CLASSIFICATION EWER EQUIPMENT OPERATORS:, less of motive power); Distributor Leverman; 'Drill Steel Threader Machine Operator; Fireman - All; 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 Operator; Spray Curing Machine; Tractor - Rubber Tired Farm ' type using attachments ------------------------ GROUP 3: '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 (self-propelled); Hoist - 2 or more drurfis or Tower Hoist; Hydralift - Fork.Lift and similar (when hoisting); 'Oilers (Underground); Power Loader (Bucket Elevator, Conveyors), Rodman, Road Roller (regardless of motive power)------------------- IOUP 4: Boring Machine (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 yards) -'(Rubber -tired); 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--------------------- OUP 5: Concrete Plant Operator; Concrete Road Paver (Dual); Elevating Grader Operator; Euclid Elevating Loader; Generator Plant Operator; Mechanic (diesel electric); 'Post Hole Auger or Punch Operator; Power Shovels and Draglines - under I yard; Pumperete; Refrigeration Plant Operator; Road Roller (Finishing High Type Pave - 0; Skidder - Rubber -tired; Sub Grader; ltiple Station Beltline Operator (Teton Dam Project only); Service.0iler--------------- Page 3 of 6 -120- ject No. ised: March, 1975 - 1075-5024, 2-21-75 BASIC • HOURLY (FRINGE BENEFITS) WAGE HEW PENSION TRNG. VAC. $7.21 .50 .55 .10 7.53 .50 .55 .10 7.84 .50 .55 .10 8.01 .50 .55 .10 'JOB CLASSIFICATION OWER EQUIPMENT OPERATORS: SCHEDULE N1 'GROUP 6: '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 inches) (Robbins Reverse Circu- lation and similar); Front End and Overhead 'Loaders and similar Machines (over 4 yards to and including 7 yards); Koehring Scooper; Heavy Duty Mechanic or Welder; Mucking Machine (Underground); Multi -batch Concrete Plant Operator; Piledriver Engineer; Power Shovels and Draglines (1 yard to and Including 3 1/2 yards); 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 yards ----------------------- ROUP 7: Cableway Operator; Continuous Excavator (Barber Greene WL -50), Cranes - over 50 ton; Dredges; Drilling Equipment (Bit 8 inches and over) (Robbins Reverse Circu- lation and similar); Fine Grader - CMI or Equivalent; Front End and Overhead Loaders and similar machines (over 7 yards); Power Shovels and Draglines over 3 1/2 yards; Quad type Tractors with all attachments; Tournapulls - Euclid and similar - over 40 yards to and including 50 yards; Multiple ScraperUnits ------------------------------------- OUP 8: ■ Tournapulls - Euclid and similar - over 50 yards to and including 75 yards -------------- FOUP 9: Tournapulls - Euclid and similar - over 75 yards to and 'including 100 yards ------------- toup 10: Tournapulls - Euclid and similar - over ' 100 yards--------------------------------------- ge 4 of 6 oect No. evised: March, 1975 - ID75-5024, 2-21-75 -121- BASIC HOURLY (FRINGE BENEFITS) NAGE NEW PENSION TRNG. VAC. $8.19 .50 .55 .10 8.6o .50 .55 .10 8.83 .50 .55 .10 9.06 .50 .55 .10 9.30 • .50 .55 .10 • SCHEDULE 11 'BASIC HOURLY (FRINGE BENEFITS) OB CLASSIFICATION WAGE H6W PENSION TRNG. VAC. ER EQUIPMENT OPERATORS: ERGROUND MEN SHALL BE PAID 10% ADDITIONAL EXCEPT OP. OR MUCKING MACHINE AND BATTERY NEL LOCOMOTIVES AND OILERS AND CABLE TENDERS. CK DRIVERS: GROUP 1: loading at bunkers; Pilot Car ------ $6.80 .55 .55 .10 .15 �everman r Escort Driver------------------------- 2: lat bed - 2 axle and pickup hauling material; J ater tank truck (1,800 gallons and under);-----6.86 .55 .10 .15 Fork Lift (3,000 and under)---------------- .55 IUP 3: Flat bed - 3 axle; Fuel Truck (1,000 gallons under); Greaser; Tireman; Serviceman; bus)---- 6.92 .55 .10 .15 snd uggymobile; Man haul (Shuttle truck or .55 uP 4: ransit mix truck - 3 yds. and under; arehouseman; Truck helpers; Slurry or 6.98 .55 .55 .j0 .i5 concrete pumping truck-------------------------- IDUP 5: Flat bed using power takeoff; Water tank over 1,800 - 4,000 gallons); Semi- ,tck traruiler - Low Boy - up to 96,000 lbs. GVW, cement tanker - up to 96,000 lbs. GVW; lift - over 3,000 lbs. (Bull lift, fork Hydro lift); Ross, Hyster, and similar straddle equipment; "A" Frame truck (Swedish Crane, Iowa 3,000, Hydro-lift)--------- 7.03 •55 .55 .10 .15 6: OUP Transit Mix Truck, over 3 yds. - 6 yds.-=------- 7.24 .55 .55 .10 .15 1OUP 7: Water tank truck - over 4,000 gallons; Fuel truck - over 1,000 gallons, Distributor 'or Spreader Truck------------------------------- 7.30 .55 .55 ,lp .15 GROUP 8: 'Transit mix truck - over 6 yds. - 8 yds.; 7.36 .55 .10 .15 Dunptors; Field Tireman; Serviceman------------- .55 Ige 5 of 6 -122- Project No. �vised: March, 1975 - ID75-5024, 2-21-75 SCHEDULE 11 'OB CLASSIFICATION TRUCK DRIVERS: OUP�t 9: Transit mix truck -over 8 yds. - 10 yds.; Snow Plow (Truck Mounted) ---------------------- GROUP 10: 'Low boy - 96,000 lbs. GVW and over; Bulk Cement Tanker - 96,000 lbs. GVW and over ------- ROUP I1: Transit mix truck - over 10 yards -------------- GROUP 12: ' **Turnarocker and similar equipment ------------ GROUP 13: tTruck - side, end and bottom dump: - A. 6 yds. and under --------------------------- B. ..Over 6 yds. - including 12 yds ------------- C. Over 12 yds. - including 20 yds------------ 'D. Over 20 yds. - including 30 yds ------------ E. Over 30 yds. - including 40 yds ------------ F. Over 40 yds. - including 50 yds------------ 'G. Over 50 yds. _ including 75 yds ------------ H. Over 75 yds. including 100 yds ----------- 1. Over 100 yds -------------- ---------------- - u BASIC HOURLY (FRINGE BENEFITS) WAGE H&W PENSION. TRNG. VAC. $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 J5 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 'COUP 14: Truck Mechanic--------------------------------- 8.09 .55 .55 .10 .15 jDERGROUND: 10% ADDITIONAL **Two or four wheeled Power Tractor with Trailer, i.e., Tournatrailer, Athey Wagon, Terra bras, LeTourneaus, Westinghouse; DW -10, 20, 21, and 24; 619C and similar type equipment" en transporting material loaded by external means; also power, boom and similar type trucks when performing work within the teamster jurisdiction regardless of types of attach - rt - base rate from Group 12 or yardage scale from Group 13, whichever is greater. �ge 6 of 6 oject No. Revised: March, 1 1975 - ID75-5024, 2-21-75 -I23- SCHEDULE 14 0 W'SOUTHWESTERN IDAHO: LOWER PART OF IDAHO COUNTY, ALL OF ADAMS, VALLEY, WASHINGTON, PAYETTE, GEM, BOISE, CANYON, ADA, ELMORE, AND OWYHEE COUNTIES. ' BASIC JOB CLASSIFICATION HOURLY (FRINGE BENEFITS) MAGE H&W PENSION TRNG. VAC. BUILDING AND HIGHWAY CONSTRUCTION: ASBESTOS ' WORKERS---------------------------------- BOILERMAKERS--------------------------- BOILERMAKERS HELPERS------------------- ----------- GLAZIERS---------------------------------------- ' PAINTERS: Brush, Paperhangers, Drywall Tapers ------------- Painters, 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 restructed to, such materials as: Bitumastic coatings ----------------------------- SignPainters ----------------------------------- PerfaTapers ------------------------------------ Bazooka Operator -------------------------------- Painters, Spray Gun, and Sandblasting ----------- PotTender -------------------------------------- $8.71 .50 8.90 .65 8.465 .65 6.14 .25 7.26 .25 7.36 .25 .82 1.00 .02 .50 1.00 .02 .50 .30 .23 .25 .02 .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 (ALL SWING STAGE WORK OR WORK ABOVE 30' IN HEIGHT, AND UP TO 501, THE RATE OF PAY WILL BE ,35C ABOVE SCALE, UP TO 100' - $1.00 ABOVE SCALE, AND 50C PER 50' ABOVE 100'.) PLASTERERS---------------------------------------- 7.50 .32 .20 .20 .35 ELEVATOR CONSTRUCTORS----------------------------- 8.05 .445 .35 .02 3%+a. 3/4% ' ELECTRICIAN--------------------------------------- 9.45 5 +29 1$ 25 1% Cable Splicer----------------------------------- 10.395 .45 12+.25 1% (HAZARD RATE WILL BE 10% ABOVE EXISTING RATES.) ' ELECTRICIAN/LINE CONSTRUCTION: All work over 34.5 KV and all work on steel towers and/or multiple wood structures and all of 1,000 KVS or greater capacity and all communications, underground work, 'substations 34.5 KV, street and highway lighting and motor traffic controls: Groundman--------------------------------------- 6.40 .35 1% 3/4% `, Equipment Operators------------- 7.74 .35 1% 3/4% ' Lineman-------------------------------- ------- 8.50 .35 1% 3/4% Cable Splicer----------------------------------- 9.35 .35 1% 3/4% All power, construction of 34.5 KV and under when performed for an operating utility or municipality. Street lighting when performed for an operating utility or municipality: Groundman--------------------------------------- Equipment• Operator----------------------------- Lineman----------------------------------------- Page 1 of 2 Project No. -124- 6.16 .35 1% 3/4% 7.22 .35 1% 3/4; 8.02 .35 18 3/4% nv�_ Q • nw.. �-f id �a!lw rdarasilw.,us.,:a.bGY� II� SCHEDULE 14 LI. JOB CLASSIFICATION ' BUILDING AND HIGHWAY CONSTRUCTION (CONT.): 'SOFT FLOOR LAYER----------=---------------------- PLUMBERS----------------------------------------- IRONWORKERS - Ornamental, Structural Reinforcing: ' Adams, Valley, and Washington Counties north of the Weiser-Gibbonsville Line and Idaho County----------------------------------------- Remaining Counties----------------------------- ' CARPENTERS: Floor 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, Pildriverman, Bridgeman, and WharfBuilder ---------------------------------- Hillwrights, Piledriver Boomman, Machine ' Erector---------------------------------------- CEMENT MASONS------------------------------------ 'Gunite and Composition floor Layer, Power Trowel and Power Grinder Operator -------------- ASIC HOURLY (FRINGE BENEFITS) WAGE H.W PENSION TRNG. VAC - $6.00 .25 .10 .10 9.19 .37 .50 .10 9.15 .48 .80 .05 9.19 .50 .75 .02 7.97 .47 .35 .10 .40 8.14 .47 .35 .10 .40 8.26 .47 .35 .10 .40 7.40 .40 .35 .10 .25 7.60 .40 .35 .10 .25 ' SHEET METAL------------------------------------ - BRICKLAYERS, BLOCKLAYERS, AND STONEMASONS-------- 9.46 8.90 .52 .30 .14 .40 .30 Idaho County----------------------------------- 9.16 .50 .50 TILE SETTERS----------------------------------- 7.75 .40 ,30 'TERRAllO WORKERS--------------------------------- 7.75 .40 .30 MARBLE MASONS------------------------------------ 6.25 .40 .30 ROOFERS, JOURNEYMEN, AND KETTLEMEN--------------- 7.40 .33 .20 Tar, and Pitch Products------------------ 8.90 .33 .20 'Coal, SPRINKLER FITTERS-------------------------------- 10.30 .50 .80 08 LATHERS------------------------------------------ 6.65 WELDERS: Receive rate prescribed for craft performing operation to which welding is incidenta FOOTNOTE: a. Employer credits 4% basic hourly rate of employee with over 5 years' service, 2% basic hourly rate for 6 months to 5 years' service to vacation plan. Six paid holidays -- A through F. PAID HOLIDAYS: A - New Year's Day B - Memorial Day C - Independence Day Page 2 of 2 Project No. D - Labor Day E - Thanksgiving Day F - Christmas Day -125- ID75-5024. 2-21-75 5-9-75_ I575-4120, fA.:l+.7awJ ad Sl :S...J ' 1976 WATER DISTRIBUTION SYSTEM IMPROVEMENT PROJECT CITY OF MERIDIAN, ADA COUNTY, IDAHO Section 4 ' OWNERS SUPPLEMENTAL GENERAL CONDITIONS The following items are in addition to the General Conditions and the EDA Supplemental General Conditions stated herein, and other requirements that are pertinent to the work. 4.01 DEFINITIONS ' Whenever used in the Owners 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. a. "Agreement": The written agreement between the Owner and the Contractor covering the work to be performed, including the Contractor's Bid and the Bonds. b. "Bid": The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. 'C. "Bidder": Any person, firm or corporation submitting a Bid for the work. d. "Bonds": Performance and Payment Bonds and other instruments of security ' furnished by the Contractor and his Surety in accordance with the Contract Documents. e. "Change Order": A written order to the Contractor signed by the Owner authorizing an addition, deletion, or revision in the work, or an adjustment in the contract price or the contract time issued after execution of the Agreement. f. "Contract Price": The total moneys payable to the Contractor under the Contract Documents. g. "Modifications": Any written amendment of any of the Contract Docu- ments (including change orders) duly executed and delivered after execution of the Agreement. h. "Project": The entire, construction to be performed as provided in the Contract Documents. i. "Project Representative": The authorized representative of the Engineer who is assigned to the Project or any parts thereof. J. "Shop Drawings": All drawings, diagrams, illustrations, brochures, schedules, and other data which illustrates the equipment, materials and work to be furnished by the Contractor. 1 -126- 11 I I I I I 1 1 1 1 1 1 I 0 i 4.02 DESCRIPTION AND SCOPE OF WORK The work contemplated under these Contract Documents comprises the con- struction of the 1976 Water Distribution System Improvement Project for the City of Meridian, Idaho, as described in the Advertisement for Bids and as shown on the Plans and specified in these Contract Documents. The Plans show the approximate location and other details of the work to be completed. 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. 4.03 AWARD, EXECUTION OF DOCUMENTS, DELIVERY OF BONDS The award of the Contract, if it is awarded, will be to the lowest re- sponsible Bidder or Bidders whose qualifications indicate the award will be in the best interest of the Owner and whose Proposal or Proposals comply with all the prescribed requirements. No awards will be made until the Owner has concluded such investigations as he deems necessary to establish the responsi- bility, 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. If the Contract is awarded, the Owner will give the successful Bidder or Bidders 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 Con- tractor, the Engineer and EDA will each receive executed counterparts of the Contract Documents. Simultaneously with the execution of the Contract Documents, the Con- tractor will deliver the Owner the required Bonds. Failure of the successful Bidder to execute t`he Contract Documents and deliver the required Bonds within ten (10) days of the notification of the award shall be just cause for the Owner to annul the award and declare the Bid and any guarantee thereof forfeited. 4.04 PRECONSTRUCTION CONFERENCE Before starting the work, a conference will be held to review scheduling of the work to establish procedures for handling shop drawings and other submissions and for processing applications for payment, and to establish a working under- standing between the parties as to the project. Present at the conference will be the Engineer, the Project Representative, the Contractor, and his Superinten- dent, representatives of the Owner, and the funding Agencies. -127- ' 4.05 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. ' 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 atten- tion in writing before proceeding with the work affected thereby. In resolving such conflicts, errors and discrepancies, the Contract Documents shall be given precedence in the following order: Agreement, Specifications, Drawings. Within ' the Specifications the order of precedence "shall be as follows: IDA Supplemental General Conditions, Owners Supplemental General Conditions, Information for Bidders, General Conditions, Technical Specifications. ' Figure dimensions on drawings shall govern over scale dimensions and de- tailed drawings shall govern over general drawings. Any work that may reason- ably be inferred from the Specifications or Drawings as being required to pro- ' duce 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 responsiblity 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. 4.06 PROGRESS SCHEDULE ' Prior to signing the Contract, the Contractor shall submit on a form ac- ceptable to the Owner and Engineer, a proposed Progress Schedule for this Project The proposed Progress Schedule will be in a form suitable for plotting the pro- gress of the work and will require the Contractor to show the proposed starting. and completion dates of the various items of work listed thereon. ' The Engineer reserves the right to reject any progress schedule that does not meet his approval and request new submittals until a progress schedule is submitted that meets the Engineer's approval. ' 4.07 TIME FOR COMPLETION OF CONTRACT Time for completion of this Contract shall begin on or before the date as specified in a written "Notice to Proceed" of the Owner and shall be completed no later than two hundred seventy (270) consecutive calendar days thereafter except for allowable time extensions. 4.08 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 in -128- ! 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, dili- gently and uninterruptedly at such rate of progress as will insure completion thereof within the specified time. It is expressly understood and agreed by and between the Contractor and the Owner that the time for completion of the work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual 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 consideration for the awarding of this Contract,- to pay to the Owner the amount specified in this 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 number of days stipulated in this Contract for completing the work. ! 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 ascer- taining the actual damages that the Owner would sustain in such an event 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 this Project. 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 this Contract, additional time is allowed for the completion of the work, a new time limit fixed by such extension shall be of the essence in 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 in- curred as a result of the delay in completion of this Project within the specified 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 one hundred ' fifty dollars ($150.00) for each calendar day of delay in the completion of the work. 4.09 COPIES OF DOCUMENTS The Owner will furnish to the Contractor up to six (6) copies of the Specifi- cations and Drawings as are reasonably necessary for the execution of the work. ' Additional copies will be furnished, upon request, at the cost of reproduction. 4.10 SUBCONTRACTS Prior to the award of this Contract, the successful Bidder will submit to the Owner and the Engineer a list of the names of the Subcontractors proposed ' for those portions of the work as to which the identity of the Subcontractors must be submitted as specified in these Contract documents. The Contractor will not employ any Subcontractor (whether initially or as a substitute) against whom ' -129 0 • 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. 4.11 MANUFACTURER'S RECOMMENDATIONS Manufacturer's specifications, recommendations or instructions for instal- ling materials, furnished as a part of this Contract, shall govern the installa- tion unless in conflict with the Sepcifications for this Project or unless local conditions prevent installation in the prescribed manner in which case the ap- proval of the Owner shall be obtained before proceeding with this part of the work. 4.12 TESTING OF MATERIALS The Contractor shall furnish the Engineer, upon his request, samples of ma- terials 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. Testing of the required samples and materials shall be arranged and paid for by the Contractor. This section supersedes Section 2.7 of the General Conditions. 4.13 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. 4.14 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 per- formance of this contract as listed by the Department of Labor, and Industrial Services, State of Idaho, which are hereinafter included and incorporated as a part of these Specifications, including any revisions made prior to bid opening date. -130- The minimum wages to be paid laborers and mechanics on this project, as determined by the U. S. Secretary 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 Determi- nation, and it is appended hereto. In case of any differences between the prevailing wage rates as determined by the U. S. Secretary of Labor and the Idaho Department of Labor and Industrial Services the higher rate shall be the applicable minimum for such trade or occu- pation. 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. 4.15 SAFETY AND HEALTH PROTECTION The Contractor shall comply with the safety and health requirements of the Williams -Steiger Occupational Safety and Health Act of 1970. The Contractor shall further provide proper facilities for and access to all work under this Contract wherever it is in preparation or progress to representatives of the U. S. Department of Labor. 4.16 SURVEYS The Engineer will set conventional line and grade 'stakes along or adjacent to the facilities being constructed for use by the Contractor in setting further construction control. 4.17 WATER AND POWER Water will be made available from the Owner's Municipal Water System for use in the construction of this Project in those portions of the City which are served by the Municipal Water System. However, the Contractor must arrange with the Water Superintendent.before using any water from t':e Municipal Water System and the Contractor shall take water only from the points and at the times specified by the Water Superintendent. No charge will be made to the Contractor by the Owner for water used in connection with the construction of this Project. Any wages or expenses of the Owner's personnel involved in delivering the said water to the Contractor will be paid by the Owner. The Contractor shall be responsible for furnishing all other required util- ities for construction purposes, including but not limited to electrical power, gas, telephone, and sanitary facilities. The Contractor shall pay all costs in- volved in securing and using such utilities. In those portions of the City which —131- 1 s 0 ' are not served by the Municipal Water System, the Owner will provide water to the Contractor from the Municipal Water System free of charge, but it will be the re- sponsibility of the Contractor to make arrangements for the delivery of this water to the construction site and provide for all expenses of said delivery. ' 4.18 INFORMATION REGARDING EXISTING FACILITIES ' The information relative to the location of utilities and structures indi- cated on the Drawings was obtained from the best information available and field observations, however, the Owner cannot guarantee the accuracy or completeness of the information. The Contractor shall insofar as possible, determine the ' exact location of the underground obstructions prior to commencing construction and will be held responsible for the repair of any damage to any and all under- ground structures and/or utilities caused by his construction operations. ' 4.19 RIGHTS -OF -WAYS ' The improvements as designated on the Plans are to be constructed on land belonging to the Owner, or in rights-of-way and easements furnished by the Owner. The Contractor shall confine his operations to the limits of the Owner's property ' or to the rights-of-way and easements as designated on the Plans, unless the Con- tractor, 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. 4.20 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 do- cuments, 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. ' 4.21 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 ' -132- ' do business in the State of Idaho, the Owner may require another 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 the approval by the Owner. 4.22 INSPECTION The Engineer will observe the work to the extent necessary, in the Engi- neer's judgement, 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 pre- paration or progress, and the Contractor shall provide facilities for such access and for inspection. 4.23 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 Con- tractor. 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 the Contractor and Owner from all as above provided, in the follow- ing amounts: As specified in Section 3.03 of the IDA Supplemental General Conditions. The Contractor's Public Liability and Property Damage Insurance shall pro- vide the primary coverage on all claims arising out of the performance of this Contract. ' 4.24 CONSTRUCTION ON RAILROAD RIGHT-OF-WAY On Union Pacific Railroad right-of-way, the Contractor shall comply with all Railroad specifications or requirements stipulated by the Railroad in the permit granted for the Owner to use Railroad property for construction and maintenance purposes, and shall also comply with all orders issued by Competent Railroad au- thority for work on Railroad property. Compliance with Railroad requirements is mandatory. The Contractor shall not claim additional compensation beyond his proposal bid price for work on Railroad property. 4.25 CONSTRUCTION ON STATE HIGHWAY RIGHT-OF-WAY ' On State of Idaho rights-of-way controlled by the Idaho Department of Transportation, Division of Highways (State), the Contractor will comply with all State specifications or requirements stipulated by the State -in the permit granted for the Owner to use State held property for construction and mainten- ance purposes, and shall also comply with all orders issued by competent State authority for work on State held property. Compliance with State requirements ' is mandatory. The Contractor shall not claim additional compensation beyond his proposal bid price for work on State held property. Any bituminous asphalt pavement dug into or damaged shall be replaced in accordance with State require- ments. 4.26 WARNING SIGNS AND BARRICADES The Contractor shall provide adequate barricades, warning signs, lights, temporary signals, and other protective devices. All warning devices shall con- form with the Manual on Uniform Traffic Control Devices for Streets and Highways published by the U. S. Department of Transportation Federal Highway Administra- tion current edition. 4.27 FLAGMEN In addition to furnishing and maintaining adequate barricades, barriers, lights, flares, danger signals, or watchmen, the Contractor is required to fur- nish any and all flagmen that are required to control traffic through the work or re-route the traffic through the use of alternate routes or detours. The Owner and/or Engineer is hereby specifically exempt from punishing any flagmen for this Project. 4.28 PUBLIC WORKS CONTRACTORS LICENSE This Public Works Project is financed ,in part by Federal aid funds. No Contractor, Subcontractor or Specialty Contractor shall be required to have a current license as a public works contractor in the State of Idaho in order to submit a Bid or Proposal on this Project; at or prior to the award of this Contract the successful Bidder shall secure a public works contractors license. -134- I • 4.29 MEASUREMENT AND PAYMENT All work acceptably completed under this 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 measure- ment. The Contractor shall accept the compensation as herein provided, in full pay— ment 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 difficul— ties which may be encountered during the prosecution of the work, until its final acceptance by the Owner. —135— I.1 mr,of r approved 19?6-°{ after 08 Th ma a tECTIM 5.01 A. Sca .. This aectli the: construction of the the City of Meridiasy.A excavation and backfill av$iliary.gate valves a salvage, canal crossing surface repair; andall Engineer to complpte .t1 The Gontraotor-,obs or requfred to compie; hereinafter specified,;' 'Each, section hera* ting of: ';A, Scope, B,' This method is employed his -Bid -abd in foil All references to> of the American Society aticn refers to the sec abbreviation AWRA fitter ., following the abbrovi t otherwiae noted, refers latest revisioas of sat B. Pro�e�ess of Congo insure that the ntaarla<a I.1 mr,of r approved posies! after 08 Th ma a I.1 mr,of r C. - Constsmsction which cross under Eght"Es be completed during th�"nw&, I generslly:de€fined to be year. �" D. Inter�erin uttuctnres possible eaation tQ prelxAt aboveground or undergronr4 ' ' and utilities on tha Plans.; best available sources,.i it is presented smp]r"a',a shall notify all utilityw�s!# advance of construction" -op This shall Include, but'f` telephone, electric, oi1 aani It shall be the reser existing underground sttudO Any structure or utility,dee condition' equal to or betto repair or. replacement etrs'<. ' additional. compensation Elms The natractor, shall: as fences, catch basing, iz own,ezpems :without additi replace se structures 4 S conditions ' If In " rfering struotei encounter: , the ContracttiV,' advance of coustruction:Ep l forprota ion or reltlra}}t considereni to' interfeice. feet of trench center" -3 protected s called- for **A structure. : The Contractor shale^ drainage ways, all;dXe9 similar items, located al"oa additionqcompensation f Item of V by tete Spedf Replacem shall be to gni better t " the origin", ; iAll tuainous typo -p to excavaoton of :trenC <1 69� If the,Contractor epefto construction of any facilitta shallnotify the Engineer bat, the Engineer may make such'iiiE the existing structures revision shall be borne by the If the Contractor shall fail) is encountered, but shall ptec he shall do so at his own 'rii4 construction will probibit 04 original corditons.the Contr+ may be made if possible to iii E. Field Relocati2n.,.Durt4:1 m+soya a,cava.ac a:swam svw�.. wR aaasw,cw direction of the Engineer. 'Ah" such relocations will not be_# the Contractor to as greatle=l.. obstruction been encountered; F. Public Safety and_ Cotter, and regulations of'the City"C of public streets or highways: closed, by the Contraetor to=tl Engineer. 'Traffic"must beAiv impossible.. The ContraeEor st assure the least possible 4" All, obstructions within tra# barricades,, and I ligbts wherCv of the traveling jwublic along the route of nanstructfi prime importance and shall So? satisfactory manner. The Contractor shall nlrat? zne, uoncracror to, maintexxv-4 or watchmen shall not.reli ' barricades'and obstructXons'. shall be suitably distribute sunrise. �; menev,lr.the Contracts Persons. and businesae Project, will have their d by the Contractor at least service. Domestic water's eight (8) hours in any tvq In the event of, inter: as a result of accidental, the Contractor shall prom with the said authority in shall bear all ;casts of ral utility service be.allowed of the Engineer is recelvei The locations of'the' utilities as shown on, the, 1 reliable. - Howiever, it -ahu occur. . Neither the Owner u6t damages to the Contractor.a irrigation lines, or ut1111, the existAnce of water lieu Pians. I. Land Monuments., The f$ and Federal ;lannd mouupeotd;; preserved, the Contractor e hours in advance of the have ample opportunity tri SECTION 5.02 TRENE A. Scope. This section -ad" backfill, .including ,but: nog. private property during 0004 of the trench for pipe aud;a backfill of the types r, drainage and irrigation dit""' during the construction; to* of 'sidewalks damaged or dem pavement; locating anti proteA ties; the amaintenance of adex the maintenance of adequat's-1 tion of the public on City. 3 private drives; shoring, required, hauling and dispel and disposal of spoil vidaWc of -way; repair of''public ai4,' clean-up of the constructloo-, to complete the constructi#n S. Materials. 1. Rgeavation. The ex character shall be accompX41 size of pipe being instafted 2. Select Redding sit or backfill shall be cloau';" three-quarter (314) inch, Val pit -run, or reject crusher,. with no ground water in tbi portion of the excavated tm point twelve (12) 3nchaa to be used for select bedd approval prior to conat;tPaQtiR 3.. Water for.Backf Il, using any water from the water only; from the pointa be made to the Contractor".by construction of this piojet ' Involved in deliverins`the0a Owner. G. Workmanship. 1. clearing the AlmArCm necessary, it shall: be cs0*11iv shall be cut as near to they -•e ^ u els .� 1 :s 1 £or removal'to a disposal shall ,observe all Federal. Under no conditions shall. prior to clearing and di.ap 2: Ab truckicn. , Th'A removed and'do not require of the trench such as,.but ' concrete structures and de' contractor at his own exile ' 3. Removal of TOP where existing topsoil sue for a depth of twelve (12) ' excavated. This topsoil s way and not mixed with the be replaced as specified-1 4. Trenches. Trend establish by conventionO bottom width of the trend more than twenty-four (24, pipe to be laid. The trey shored. The Contracter.sl shoring, sheeting, and bre cemented,gravels, st ftes f in other areas as directek four (4) inches below the and tamped with approved l Except where stones i CSOW ground water occur, t're one'(i) inch above the f1i including bell holes OWX Irregularities in the trip tion or backfill. HeW U ' sufficient`dimensiona tw-1 avoid the bell carrying pipe shall have a firm * ' },ergth of the barrel. Tr vise approved by the Engi completed. 5. Location of:xcar Contractor shall locate obstruct, the traveled rtia all streets and roadwaya� b. Reaoval of iTaket ample bean's and devices .n water entering the.tteaob prepared for the pipe lap ' the backfill at tba pipet dispose of the water in;ae and aides of the pipe ^ahali bs approved tampers,, supplemented in layers not to exceed s3ae tb be contained in layers not ta.i backfill is twelve (12) inches_ excavation and/or treuch:wda t the Contractor shall plabe'0e7 zone. Upon approval of,tha,Raj by screening the excavats tie2 Under no conditions will pudit 8. Trench Backfill., Aft with the material -excavated pts inches maximum dimension as�tt;d# excavated material, sre- for backfill. The first'ctiis141 shall be given cave ful.atteat" be puddled or firmly eo, ed if approved by the Exiaecr� 4. 'Puddling. All th where the trench is witm $ ti backfill shall be acceptable M locations where the ConitaG _ Highway District.- Puddlfng'I within approximately six _-_(S) of the travelway, than w*ti ' until it is evident that tiro tai al backfill material ia.t.*004 incurred'by the Pmddlia$' a-'eric to within twelve (12)inahagf, a� excess excavated materialama3 disposed.of by the Coutrasr; is to be backfillad in ecdbr with topsoil wheresurfaee'rOr 10. Mechanical TamoinR. „Ji of -way or for areas,'t cion has not been granted fie'.u6 the applicable portions oE`$ Construction of the.state of-za Compaction of backfill Aone by exceeding eight (8) iacDe�.ia'i approved backfill material.t8,a street grade or to the undet*u lowest. Sufficient water Ott<8 of compaction. 'The remslita p ance with the appropriate suiit 11. Excess E�aystec.lhrl excavation and backfill,*#wagi Contractor at locationp npptip 'diaall Milled he ">�eiti+isd �tgidllea �irettd is aeci�d Inches, to =provide a suitab}e ' D. 1gasuraaent and Pa+nseht.P: t 1. E�Ccavation.and $ material required for eats* backfill material are to be °ii sizes and types of pipe,ipar and Prices. { 2. Select Bedding, furnishing and placing t% the unit price per l ;;S& ipg and. Prices., Measurei*nt s i shall be authorized only vbew to £urnish.and place -the se36 1 .0. Q � 'YJ'S✓a f,}#' q4 � r SECTION 5.03 WATER MAINS �TTZP.Z,* A. Scope. This section imelmdes various sizes and types of watAriot to excavation, backfill an& bmdi _ 3ee. ftg `tfis = trench bottom; providing # f*V1`,t1w3.p 1% ing the new water stains to the t1'4_, iv. fi final cleanup; and all incidettt*l B. Materials.wm r9 _ 2 1. General. The Cotte palyvinylehloride, or ductile set forth. r 2.Cast Iron ,pipe f3elRt i �. t+ cement-morto lined. and A* i tatk$o laying length shall_be a. Joints, 3oist�§A,%biR" ��o�h Specifications. °sdLra e{ vtrya s b. Lini�it[+ C i7ebtf !c to AWWA C 104 Sped€icaYiontt.`' s , ; 3. Polyvinyl Chloride 0,7 P r DW , elastomeric-gasket coupliu8s.° p ,fioat4s,. PVC pipe shall be made to''60at it" 4. Ductile Iron Pi[sex�@ "i1^en��'� Rated Working Pressure of-336 poq aF. AWWA C 151 Specifications.d a. JoiutsY JoiYt s Specifications. t' b. Links. ` ihtetfia - *4w Ctll w ing to AWWA C 104 Sgeeiiiesttionit+ - a ' 5. ttinps. PiYLi "x lined cast iron and sbsib` �. xr na. ` rp fee�fi gyp+ a. Joints. Jc?s $R7f thQ� ks k�"G Aiw conforming Co AWWAC 1104peni$inaiCic valves are installed back-*tb-ht*, I connected using f3ange'typeO+.tii�- b. Linintt. Ali #fittings S1tf�g to AWWA C104 Specifications.qi 6. ThrustBlocks �t beiC#' * ' minimum twenty-eight 6$)"day inch psi pulsus otherwise C. Workmanship. 1. 4 Excavation, Baekf ' 1 sad bedding shall conform to t}te is;xs£ $1+ 1 cations. b k M1 All Me r a a y x F- aY •^ti EEE Y\ AM �F^s+r`��`i�Yi 2. D60thThe 'dept8' pipe beddi g and to place the suC +tstd one-half 0-1/2) feet, unl Engineer, a' r k Rl a'���,�• dx`15 t{�+�"'n`4A I r�x3"5"` F. ' a f 3. Handling 2terial r to the Engineer shall be prov3 l rryF€a';� convenient prosecution of tip � I � or nylon o',suitable°stremgtE� het;`, chains or cables will nal �� l lowered into the trench, pias to the pipeline materials isi�. be dropped peed ord uh004"#00* �' �i J�� �' �F` � � , "• I r t x x N ' 4. Hamner Test Cast for defect&, and, while - et detect CY8Cka. S. 3nof alP be wiped clean l dirt,,, k r c 6. placing of pi '_ Ik FI I• 1 •ii F.`( prevent foreign material line. If the pipe ayinoK u without getting earth sato je.4111 the pipe, into the trench, a fir, xijj be placed -over each end, and l+ ltom . pipe. Duribg laying operat3 ; mic shall be placed in the Pipst'='� 7. Pr*"ntjR& Trsuch Iftatex is not in progress, the opom"indis plug or other means approved-"*", permuted to enter the pipe.- well ipe well as overnight. If wate'is ip t �a i��. until the trench is, dumped `fie' oR•,artyY S. Cutting closure pikes shall be dots&'n the pipe or lining and so as W, of thepipe. , 3 When the pipe: is ant `Chr ,} aF pipe manufacturer, and the„ F- for the neat joint. The aote 6�� recommended by the pipe s`PV if'` W " i e .i'"y K ac u ry a .t Y 4 qh. �KF� •Yt 9. Be11 End to Pace Ireoti�ot1 shall be laid with the beil en .id -scing.4 lines on aq.appreciable slope* biel]s she face upgrade. 10. Permissible-Deflagt?pR':s':.Joint pipe from a straight line, -tit , in tht. obstruction, to plumb valvetema,'fiir. the amount sof deflection albMW4 483ta1 ,ni factures and approved by the $agipeer _. 11.. Alignment. Pipelin"A Xtdudi4=' no case shall a deviation fi ft the atraij inch. 12. Unsuitable Condit#one fot:'4e� or when, in the opinion of the" 1166441, 13. Jointing.Mechani. i Joiviv Z"t' iron fittings shall be installed At" tions as 'approved by the Sngimaer. 14. J.pintin& PiPa. Pipiag siu il,be with the manufacurer's reedtmendaiio"k.4 for shall provide all specisi ItOOU'And 'I and similar Items required for thm'._inste shall be furnished by the pipwvamd"i* under any circumstances. 15. Mechanical CouPlitrgs. $efrttiT t cleaned of oil, scale, rust, aad-:4ir£ inches back from the end to;;V"W's" a9 coating need not be -removed°. bonded to the pipe. Couplings shall be install*- in•- At+ tions. Care shall be tsken that t%& j* installed. If necessary, t'hag made, ba,'11 on the pipe ends. Coupling bolts shall be lwpohC ., opposite sides a little at-it't °antes' 16. Fitting W shown on the Plans of handled, cleaned, pal for the hbndling, c14 !e ditcctedr pipe 3itying; and tor- >t� Ki 4614tt met, in�talietdon s Ob"1 be �Eote :spanifted 17. Anchorage, a. LftitinK, B ro; 1 twenty two and one pelf 2t forces exist shall be ae�; the Plans or hereinafter Thrust. BkXaC I 1b. on the n8 1, Plans. Blocki fitting to be .anchored.- Thr pipe shall be as shown oa th shall be so;placed�thati pipe and fitting joints wio ' 18. Hydrostatiz Tests:;;; newly laid pipe or any valyl the tests, but the ContrA00 and material and shall make a ' y:. The Contractor shall ty ' tests: 2 5 gallon graduateA-.ei 2 Pressure gauges . 1 Hydraulic force ptiv as manufactured by ;t1 Suitable hose and The tests shall be;*Obdi ly backfilled with the yoigt, pipe is provided with condZ made until at least five 61` is installed. If high-earx% ' the time may be cut to treat `( The pressure test shdtl pipe has been backfilled ;:j pipe shall be.filled with I4, (1-1/2) times the normal rtes+ 1 pounds per square inch.., a. Duration. of thirty (30) minutes. , b. Expelling Airy air shall be expelled frog; c. Procedure. Sa with water to replace any at the point of lowest 604 to the pipe in a satisf#tte' The pump shall then be dal e8` Kiri kha I line for the test period.- At the ar nhag� operated until the testpq in a bucket, barrel, or 4imi'la7r water required to restore;t t 1r z� d. :Leaks Us**fAlw sary to restore the specified to" pipe installation will be gallons per,.hour as deteri.i t" b meter in which a t r ix Y ked f L .allowable leakage in 4410* Ow"A sx I N - number of joints in"i*44'� D m nominal diameter of';pgp0 P . average test preaairw- per square inch,, Should any test of plpor: above, the Contractor shalLi _ joints or pipe until the lssk4i 3a pX41, 19.Sterilization. 3t}stiiw+s�! f Contractor prior to connectU6att to k p System In atseordence the the American Water Works Aws6e3.41A � m D. Measurement and Payment , <Y,rx w, n w p fl, r 'rnx rs., ., in rtti" �y-* W, I 1. Water Pipe. Mea ul r w � various sizes of water mate� �-AW' 'be � set forth in the approprlifit ` f Prices. The pipe shall be- of eof fittings or to the erta, or "tAa pipe.' The unit price ger lixtsa est 1� be tie a I pipe in place, except that t19e eAax+f and the cost of the-surface Tai# i 2. Fittings. Measurewint � tK t i TMx fittings shell be based op t1iiiiiii,"pr�s.paaE Schedule of Items and Pricer 4dir the ��€tt1n quired and installed. The unit price per each, thp 1 W tinge in place, including **c*iit all other items required, to :414,4`14 arate item.` +: " `' #x Ywi1� 'x ' La 3s 0,V The unit price shall aisex blacks; and: all other work r if § �4 Y3 ltvy 4 tr5`y Nq "IN 3. Connections to connections to:the. price per.each as set The unit price pear," to the existing water at The measurement of each, to connect the tee or, th shall not be varve for fth 1 a W. Qw a .✓, m u v r`1rf X: RS 1 a, hkti f '3 Section,S..aS` iRE 1 A. Scope: fi` mss` V f x T t Y . Ff.' . ! K .� Y T Tt+is section 4v1GiR O "4 gate valves, including bfit 77 fire hydrants, auxiliary gate poi 4g,_ r fnstalling the fire hydrant'; and all incidental and rem Isla required to reconnect s e called €ar on the Plans B. .Materials. yak`` 1. 'Fire Hydrants cations "Standard far Fire �.= minimum five and one-€outt ',0 hj � g (150 -.pal. working pressureC National Standard dread National Inch diameter open left (countei*-cldcV i",�'i§'F. traffic flange just abaue Ebte,� }the hydrant is cIoaed, aid ir;8 bottom to s�tomoddte -the ' -. +�f � qy __yyrs,'>•m.,}�3 9. � 1 � 4''`n') P i:k� �:1: - a. A,�lia nal cable requirements n N daF�* valves shall be vis .�b� flanged end, of the tee itk - ,with a mechanical'joint to 1: + `�6 w `.'s f hr{j 3. Valva The �x ' k' + va s s of Section 5.04 of.theaa � ��;" t C. Wor'keainshi qr 1. Location. Rydrau # by the Engineer lit a rtt passibility of damage ftoan ' the curb and where no lawsz no portion of the pumper. z; nor more than twelve (172) f1N r When the hydrant curb and the sidewalk or bt�:st �t3+1 the hydrant, pumper nozzle, iwtVt W,,... �• the sidewalk, or, the, Su ter �+9ra �ixo r a X b IU �ii''"{$ 'tet 4� s Y ..., 2. Position. All hydrants. with or perpendicular to the cent ' ing the street. The hydrants ahrj least 64elvC';(12) inches above-•th1 _3. . Connection, to Main`,-, a six (6) inch diameter, vatez i to the fitting in the watef-,sig; 4. Hydrant Drain�m. ` H° hydrant by placing gravel or ci least six (6) inches abova t% (1) foot around the elbow. No The fire hydrants ahi ' crete base at least twelve {12 5. Anchorage of *dr tti against unexcavated earth at ej blocking as shown on the Pines 6. Reconnect �cistinrE3 by the Engineer, existing harp ' existing hydrants shall.be.+ o reconnection. All existing hyt, applicable provisions of ti "- ' by the Engineer th4t.the "tl shall be removed and a new ldi Removed hydrants shall rems 0 1 the construction area and star ' accordance with Section 5.07;°td D. Measurement and F�ngent 1. 'Fire Hydrants, and 74ta fire hydrants and auxiliary va7 ' each as set forth in .the PropIoe auxiliary valves, and appurtaw or as direeted by the'logiftiev. ' The unit price per w labor, materials, testing,-. ' exception of the cost of furl and fit tints. required. for oohm under; separate bid iteres. ' ' 2. Reconnecting Exisdtfi fire hydrants and auxiliary�vaj each as set forth in the: r* oI existing fire hydrants, anxi-14 as shown on the Pians or asw;ii 1 tThe unit prise per' all labor, materials, tesa"90 40 the exception of the coat ,oi-f r" pipe, and fittings required £4t'''t+W eluded under separate W fte!me., F 4 i S { Jt , 1_ y 2. Water Service Connaet!"WI installed between the corporation 4th lines shall be of the same site as'th If the existing water service #46114 ' diameter, then a reducer will'be'tea±i inch diameter water ""1191 service pipeline. The water service"cbn* t.e ultra-high molecular weight;poly#thy'l tion PE 3406 iron pipe size, lsx t►a (1) inch in diameter. For ws€er Aeio inch in diameter the _pipe shall be - pa to 'ASTM D 2241, SDR 26, with` elaar 3. curb Stops. Curb eCGps sigi service connection pipe as speeltudAl copper service, or approved egmaZx,,.' 4. Meter Vaults. Meter Visalte pipe slotted so as to not tresswit'sh pipe s�v C a��a %4) S. $ramex and ..Covet: iron with locking eleven-s 6. Neter Yake(Copu constructed <l copper, V*i three-fourths (3J4) "inch * ' service pipes. Hetet conn; (3/4) inch-in diameter sem: ' yoke shall be Ford No. VOI 'Work®anship". C. 1. Wil. She ii itum 'clone in a virirk ma4rc Section 5.02 of tbese Spee,', 2. Ezc tion Hack bedding sha l to 31 3. Cprporation Stop. the new distribution twins majority of the existing % fourths (314) inch or one be drilled and tapped:&O, stalled in accordance with Engineer. She corporation in order to ,accomodate the; before the water reins;art ' 4. • Heater .Servf ce to be installed between th pipelines. ;The cohneetioa water main shall not Besmm ready for'n4e. The ,Contra vice to individual consdma This disruption of watervlt given the consumer invol*6 The ,water service"shall.nc otherwise aOproved by aw ' "is water ,servio directly oplosita Che esih standard inatallation pre&' ' Connection to an existiiW In the City of Meridian." �. 5. Curb Stops-. 'Cur "street" side. 6. MuterVaults. '114 earth so-as to not transat T. Meter Yokes (Covpersatt "house" side of the meter wait.. D. Measurement and Paymant;• 1. Corporation Surf 1fglra..q and payment for furnishing and W four (4) feet of water service'pI'i" ' all fittings required to cotinaet IA be based upon the unit price per=iti Items and Prices for the.vaX,iouo.* sectionsof water service piper ant the Plans or as directed by'the.tn! Service connections UtV for as one (1) inch connectlbsw8 _ (314) inch An diameter shall W,,iim and therefore shall be paid;or''4#' The unit price pat- etAbA corporation stop valves, 6i w# I fittings, in place, including lab items required to give a 00 , 2. ;Additional Water setv** furnishing and installing additizt existing Water service pipal; -', feet from:;either side of the`ow =%} per linear foot as set forth tis t ' the various. sizes of additi.46ti$1 vaj stalled. The pipe length sTm%U'.'!r the corporation stop valve:Zo s A texisting water aervice pipettowkV lister service c! shall be paid for as a otic .(t connection :pipe smaller thdtitk l3 44 stalled with three-fouribe three-fourths (314) inch"water"ser ' The unit price par ifs" the addit4nal water serviCa Cotte backfill, labor, equipment, -t*tea give a Coinitlete job and sat braid i 3. {Meter Vaults. Fxamse erse ter). Measursim=t and:# vaults, f smes and covers; sorb st on the unit price per each as sit' Prices. y M1 f+ �Z 9, � ` �Y�Fw✓r`k N`" � 'i .n/ 4�}'J �'o The unit rice £ p' Pey6"wea�t' .Jltutl� FNM, $ Y fOt� �o meter vaultst frames, and °eomtet 4 � sr ttin$ar n place, :including excavatioA baCl5 i44t*stiag' and .all other 'items required tQ S14i 4. }9'Ar $�Yt' 4dade; : °snp raC bid item.' Ni Kr ^r f F r F= y..x"PY' ! a z 'r,�t •�e ky ' r s� r '" '} 4. �'' ep2Yr`�. s g$µ Y ('.rte., E..,.1�.1it �4 Srvg Y j r " S`b`�''a-1<d k'e�fYt r✓ jt ; 7 r - b N .t7 PY! tysn 2.: P ze t � / 1 ;xi'iiazn'FF i s? yi a �� "q Wi y _ � r'�} E rh 's� y. yrq p<rJ�e: >'C4 .✓t �3 )"/;�* The :existing va: existing vater malas shownonthe Plans.: valves, valve boxes,,; and fittings, as 7gty being salvaged. The with fittings aad acs the new construction; Contractor during °ss7 not be considersd'aa' D Measurement stad 1. Sa�g cording to the num er.' which- th4:Contrsssts b Aent for salvages =valy each as 4set ferth is t valves and valverA63e8 The unit -Ors shall be coneider4t am perform st°he work, 2. , Sslvalbs'of item shAli be a _ die equivalent laying' ILIA salvaged and plat" 4A slain and 'fittings.wv in the Pruposal=geha* the Owntr's stock0h SECTION 5.07 MATERIAL $ A. Scope.. This section included°, and valve boxes, fireVOV and fittings,whioh are under this Cantractvfixer boxes, fire hydrants, watitk orderly condition the sass; dental and related work..."' 8. Mate -+rials. There are no asteria C. Worimanship. The :existing va: existing vater malas shownonthe Plans.: valves, valve boxes,,; and fittings, as 7gty being salvaged. The with fittings aad acs the new construction; Contractor during °ss7 not be considersd'aa' D Measurement stad 1. Sa�g cording to the num er.' which- th4:Contrsssts b Aent for salvages =valy each as 4set ferth is t valves and valverA63e8 The unit -Ors shall be coneider4t am perform st°he work, 2. , Sslvalbs'of item shAli be a _ die equivalent laying' ILIA salvaged and plat" 4A slain and 'fittings.wv in the Pruposal=geha* the Owntr's stock0h ' A. Scope. This section;Covers'i* Three, Four, Five and Six, lation of.the seater mains,; all other incidental and re 'B. Materials. ' 1. Concrete. The ida Alternate 2. The compreasi twenty five hundred (2,500) aggregate shall be one'and' with a slump not greater t 2. Forms.. All vert# ' boards, or otter approved 4 3. Steel Reinforcea�e or mesh conforming to ASM 14. Impervious Lin materin material eonforming to tha Ste" 'Site t'; ' 1 inch No.'4 No. 200 ' 5. Mater Maine and k to the provisiops of Sacha C'. Workmanship, 1. General. The- car ' irrigation season as stag tractor shall be responsib� ance structures that may be construction of the crosair The concrete irri protected during the cons settlement of the irrigatic ' backfill around these pi" Irrigation pipe. Excavation and bf of these $pecifications. 7 limits of the impervious fi Vis:"'' . 2. Concrete Slab. ill crate cover slab will be Oleo grades as shown on the P1aos material. 'Forms shall be arse ' conformance with the Plans,:'- weather. backfill shall vot, ' has reached sufficient strsng backfill shall not be placed:. the Engineer. ' 3. 7m ervioue Lin impervious material twtr . as indicated on the n ns:.' T' the liner material in lift,•a percent (95X) of the maaim+jW lining shall match the exldtl, ' The limits of tbe,t* feet on each side of the ceaw to a point two (2),feet abs ' bank, whichever is lower.` T the amount of canal disturbed D. MeasWeenent and. on 1. Concrete.Slab.;,Papi unit price per linger foodItK Prices. The concrete slab, sb of the water main to the ' the. Engineer. The unit price Vrr; the slab in place. , 2. Impervious Ugjaj , the unit price per square l+as Schedule of'ltems,4sud --PV1tOo4 the Plans, specified in t @ Payment for Impervious lisf#tif ' The unit price per square isfactorily furnishing atu)`t* .,. 3. Water Main and XIM ' and paid for in accordaso fications, SECTION 5.09 RAIIM.OAD VWVMWM A. Scope. Thissectionincludes tAil""A undercrossings within Chs l$" providing all insurance and4og Company; excavation arid, b4Af the water mains; and all ijttjdj�s The undererossing,shall be of the casing and carrier pl?*�i the Plans., The application for Op*fto The Contractor's. operation of -way must conform to the r*gW. road Company as outlined ilii aiky Contractor and the Union Panift elude the usual indemnity a8taft insurance coverage, which ii "' uld ' that the Contractor Vo *0bA1 , ments between the Union piti�- executed:beforethe Coultract4i-1- property. Prior to stArtift-col shall have all requirad'labor-#-�i tractor shall notify the Easivei crossing at least.seve . nty"tis:Jj B. Materials. 1. Carrier Pi e. The,ci6 shall conform �to the ia 2. Casing Pipe. ThaOatl proper construction of thavAft the Plans. The casing p",:sW A 139, Grade A. The 1 atm,,4, -;lit shown on the Plans. C. Workmanship. 1. General. Prior, to'_'_�'. coverage been comp undercros Asse 5.03 ikgp . pip". ' ;10 The railroad ing, the caning pipe crcmrb meets the line and nth!- or jacking the casiag; $ undercrossing are shown.'i ' on the Plans. Timher cradles,. - Plans shall be slid into pipe shallbe jointed out . timber<cradles, care bcU the tests as required°he3 Excessive eu4n by- the -Engineer. D. Pwent. Measurement and Schedule.of rtems and'P# ' 1. Mowe in end"sea lump sum price and shah required to perform the! 2. :. Furnishiag aod- installing the carrier -p,' shown on'the Plana for V linear foot, 'complatel , 3. The bslaupa of crossing as shown in do on the price per Bassi` pipe. The price per 11 isle, and all equipment= i Av SECTION 5..10 STATE 0I014Ai,1 A. Scope ' This section include tE Highway urdercrossings withii limited to providing signing', by the -State of idabo Tra- and backfill; tunneling or ja dental and related work. ' The undercrossing shall' by tunneling, of the caste The Contraetorrs.oparki the regulations and rev"00 Department, Division of R gb ' Tentative limits €crr the The length of the unde�i conditions. B. Materials. 1, Carrier Pipe, Thils` 1 sing shall conform to,tbe;apt tions. 2. .Casing Pipe, TWX proper construction of thar�uA the Plans. The casing-sha Grade A. The sire, lenz*h , the Plans. C. Workmanship. 1. General, Prior 'o satisfactory evidence to titer ' coverage requirements, aar cW partment, Division of High tion methods and materlals`•,A ' prior to the crosaieta oparv$ applicable portion* of Seotl+ The undercrossi*;x casing such that the casing t9 gineer. The tunneling shad.; but not more than twelve2 limits of tunneling oi,4it2k the Plans. The size of 'tfie c bared tunoel dimensions shall by more than two (2) lnkhes... ,>?.�xek,,i`l Ysa.' n':r. s� a' f { Kit - +a P,`t^tng3'�t "Timber cradles Engineer shall be, slid into; tbo 'carrier pipe shall be along with the -timber Cr fid» �4 ter` waterliner Lh8t will. m8t . *Tii c1-1 IT 5 ' i ` +24 •'` i'4�P : Exceasiwe e74+CaV�f� .approved by the En inesr w � �� � " 1 D. Pa n' Measurement and pat7€i� Schedule of Items and Pricasr } To,�hce pr{fin Move in and s sum -price and shall inc;iet required to perforin ahe ' 2. burnishing i� installing `the carrier shown on 'the Plans for t1z�srfp4VE foot, ccupletely installed: , z x Ie "� '4 r q x." ✓.. C y TAT w ^m s g(G F Sd.f/s (.t Ell C t S { d �gy'VVxx 99 f A}.3y..i 1 � t . z ei* 'y ami#se.Ta„ ;, T, Tas.. x' e r > X z 1 i � 1 I I 1 1 : 1 I ►-,7771 i ► 1 ► I } i i Oro4 r ' 1 i i SEMION S. 11 . 8iiR1► CER A. Soo" This section eavei C. Prime Coat. . ' Section 402 and702 of the.St material shall be applied.-at' portions of the backfilled.tt coat. ' 3. Top Soil. The toff:; the upper twelve (12) inches' ' roots or other large:items in the trench. ' 4. Dust Abatement, Tt the water distribution spst as directed by the ftineer,- ' C. Workmanship. 1. General. All worb ' called for on the Pians and t Standard Specifications, or-4 ' That portion of `fhb repair" shall be backfilled It with three-quarter (314) ince weather conditions will not •`a ' weather permits, the gravel'.# nous surface and the. trance' p Plans. That portion of t repair shall<be backfilled it Fuddling may used to mounded above the natural gets 2. Dust Abatement. `,VA dust is a problem as authors shall provide a water truck„s amount of water used„-can, be e ' sent shall be subject to tom' D. Measurement and Pavy; ' 1. Surface Repair ft a unit price per linear fodt' in the Proposal-Schedule"of�j Payment shall include full herein and shown on ;the Plate sent, for 6V6tlapp ng, surftdi..