← Back to Moscow

Document Moscow_doc_1acbe17615

Full Text

CONSTRUCTION AGREEMENT SOUTHWEST SEWER TRUNK LINE PHASE IV - 2016 BETWEEN CITY OF MOSCOW, IDAHO TITAN TECHNOLOGIES, INC. THIS CONSTRUCTION AGREEMENT SOUTHWEST SEWER TRUNK LINE PHASE IV - 2016 BETWEEN CITY OF MOSCOW, IDAHO AND TITAN TECHNOLOGIES, INC. (hereinafter "Agreement') dated this l ay of  2016 by and between the City of MosC'ow, Idaho, a m.unidpal corporation of the State0Idaho, 206 East Third Street, Moscow, Idaho, 83843 (hereinafter "City"), and TITAN TECHNOLOGIES, INC., 5717 West Albatross Street, Boise, Idaho, 83705 (hereinafter "Contractor"); WITNESSETH: WHEREAS, pursuant to the invitation of City through a "Solicitation For Bids", Contractor submitted a proposal containing an offer invited by said notice; and WHEREAS, City has determined that said offer was the lowest responsive bid; and WHEREAS, City has accepted Contractor's bid; NOW THEREFORE, the parties to this Agreement, in consideration of the mutual covenants and stipulations set out, agree as follows: ARTICLE 1. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between City and Contractor concerning the work to be performed are this Agreement, pages one through five (1through 5) and the following: 1. Advertisement for Bids; 2. Project Specifications titled: Bidding and Ag reement Forms City of Mosc ow, Latah County , Idah o South west Sewer Trunk Line Ph ase IV March 2016 3. Complete Bid/Proposal of Contractor, dated April 7, 2016, including all required Idaho Department of Environmental Quality forms and physically attached to this Agreement; 4. The Engineering Plans; 5 . Addendum #1 and Addendum #2 issued prior to opening of bids, attached to this Agreement. 6. Performance and Payment Bonds and Insurance Certificates, physically attached to this Agreement; 7. Change Orders which may be delivered or issued after the effective date of this Agreement. There are no Contract Documents other than those listed in Article 1. This Agreement may only be amended by change order as provided in the General Conditions. SANITARY TRUNK LINE PHASE IV CITY AND TIT AN TECHNOLOGIES, INC. PAGE 1OF5 ()/U;-034- ---PAGE BREAK--- ARTICLE2. WORK Contractor shall complete the entire work as specified, indicated and required under the Contract Documents for City project (hereinafter "Project") titled: "Southwest Sewer Trunk Line Phase IV" ARTICLE3. CONTRACT TIME/SUBSTANTIAL COMPLETION The work to be performed pursuant to this Agreement shall be substantially complete on or before Fifty Five (55) calendar days, as provided in Paragraph 2.03 of the General Conditions, and ready for final payment in accordance with Paragraph 14.07 of the General Conditions within Seventy Six (76) calendar days after the date of when the contract times commence to run, unless adjustment of the contract time is made in accordance with the provisions of the Contract Documents. Contractor shall begin work in conformance with the Contract Documents and shall complete the work prior to the date of completion. Contractor and Owner recognize that time is of the essence and that Owner will suffer financial loss if the Work is not completed within the times specified above, unless approved extensions thereof as permitted in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration action the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner One Thousand Five Hundred Dollars ($1,500) for each day that expires after the time specified above for Substantial Completion until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner One Thousand Five Hundred Dollars ($1,500) for each day that expires after the time specified above for completion, until the Work is completed and ready for final payment. ARTICLE4. CONTRACT SUM City shall pay Contractor for completion of the Work in accordance with the Contract Documents in current funds the amount of Six Hundred Ninety Four Thousand Nine Hundred Three Dollars ($694,903), as submitted by Contractor. In no event shall Contract amount exceed Contractor's bid amount of Six Hundred Ninety Four Thousand Nine Hundred Three Dollars ($694,903) unless otherwise authorized by the City. Any such increase in work shall be compensated in accordance with unit pricing terms specified in bid documents. Said Contract Sum shall be paid in accordance with the Contract Documents. SANITARY TRUNK LINE PHASE IV CITY AND TITAN TECHNOLOGIES, INC. PAGE2 OF 5 ---PAGE BREAK--- ARTICLE 5. INDEPENDENT CONTRACTOR The parties warrant by their signature that no employer-employee relationship is established between Contractor and City by the terms of this Agreement. It is understood by the parties hereto that Contractor is an independent contractor and, as such, neither it nor its employees, agents, representatives or subcontractors, if any, are employees of City for purposes of tax, retirement system, or social security (FICA) withholding. ARTICLE6. SCOPE OF SERVICES Contractor shall perform all services required by the Contract Documents. All work shall be completed in accordance with the specifications and plans established for this Project. ARTICLE 7. HOLD HARMLESS/INDEMNIFICATION In addition to other rights granted City by the Contract Documents, Contractor shall, except to the extent attributable to the sole negligence or willful misconduct of Engineer or the City, indemnify and hold harmless City, its officers, employees, and engineers, from all suits, actions, or claims of any character brought because of any injuries or damages received or sustained by any person, persons, or property on account of the operations of Contractor or its subcontractors; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of Contractor or its subcontractors; or because of any claims or amounts recovered from any infringements of patent, trademark or copyright; or from any claims or amounts arising or recovered under the Workmen's Compensation Act or any other law, ordinance, order or decree. ARTICLES. CONFLICT OF INTEREST Contractor covenants that it presently has no interest and will not acquire any interest, direct or indirect, in the Project which would conflict in any manner or degree with the performance of its services hereunder. Contractor further covenants that, in performing this Agreement, it will employ no person who has any such interest. Should any conflict of interest arise during the performance of this Agreement, Contractor shall immediately disclose such conflict to the Project Engineer/Engineer and City. ARTICLE9. ENTIRE AGREEMENT, MODIFICATION AND ASSIGNABILITY This Agreement and the exhibits hereto (if any) contain the entire agreement between the parties, and no statements, promises, or inducements made by either party, or agents of either party are valid or binding unless contained herein. This Agreement may not be enlarged, modified or altered except upon written agreement signed by the pa1ties hereto. Contractor may not subcontract or assign its rights (including the right to compensation) or duties arising hereunder other than as contemplated by the Contract Documents, without the prior written consent and express authorization of City. SANITARY TRUNK L!NE PHASE IV CITY AND TIT AN TECHNOLOGIES, INC. PAGE] OF 5 ---PAGE BREAK--- ARTICLE 10. ADHERENCE TO LAW REQUIRED All applicable local, state and federal statutes and regulations are hereby made a part of this Agreement and shall be adhered to at all times. Violation of any of these statutes or regulations by Contractor shall be deemed material and shall subject Contractor to termination of this Agreement for cause. No pleas of misunderstanding or ignorance on the part of Contractor will in any way serve to modify the provisions of this requirement. Contractor and its surety shall indemnify and hold harmless City and its employees, agents, engineers and representatives against any claim or liability arising from or based on the violation of any such laws, codes, ordinances, or regulations, whether by Contractor, Contractor's employees, or its subcontractors. ARTICLE 11. LEGAL FEES In the event either party incurs legal expenses to enforce the terms and conditions of this Agreement, the prevailing party is entitled to recover reasonable attorney's fees and other costs and expenses, whether the same are incurred with or without suit. ARTICLE 12. JURISDICTION AND VENUE It is agreed that this Agreement shall be construed under and governed by the laws of the State of Idaho. In the event of litigation concerning it, it is agreed that proper venue shall be the District Court of the Second Judicial District of the State ofldaho, in and for the County of Latah. ARTICLE 13. SPECIAL WARRANTY Contractor declares that no improper personal, political or social activities have been used or attempted in an effort to influence the outcome of the competition, discussion, or negotiation leading to the award of this Agreement. Any such activity by Contractor shall make this Agreement null and void. ARTICLE 14. COMMUNICATIONS Such communications as are required by this Agreement shall be satisfied by mailing or by personal delivery to the parties at the following address: Contractor: Titan Technologies, Inc. 5717 West Albatross Street Boise, Idaho 83 705 SANITARY TRUNK LINE PHASE IV CITY AND TITAN TECHNOLOGIES, INC. City: City Engineer City of Moscow 206 East Third Street P 0 Box 9203 Moscow, Idaho 83843 PAGE40F 5 ---PAGE BREAK--- ARTICLE 15. EXECUTION IN WITNESS WHEREOF, said Contractor and City have caused this Agreement to be executed on the day and year first above written. Contractor: Titan Technologies, Inc. State of "f clo.'no County of Ade., Approved As To Form: Roderick Hall, City Attorney ACK NOWLEDGMENT ) ) :ss ) On this 2.ä day of AÕfli ž , 2016 before me, the undersigned, a Notary in and for said State, personally appeared Clifton Cox, known to me to be the person whose name is subscribed to the foregoing Agreement and acknowledged to me that he executed the same in his capacity as Office/Project Manager for Titan Technologies, lnc SADIAÖFNER NOTARY.PUBLIC STATE OF IDAHO SANITARY TRUNK LINE PHASE IV CITY AND TITAN TECHNOLOGIES, INC. PAGES OF 5 ---PAGE BREAK--- PERFORMANCE BOND Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Addrej·s): SURETY (Name, and Address of Principal Place of Business): Merchants National Bonding, Inc. Titan Technologies, Inc. 5717 West Albatros Street Boise, ID 83705 2100 Fleur Drive, Des Moines, IA 50321-1158 OWNER (Name and Address): City of Moscow PO Box 9203 Moscow, ID 83843 CONTRACT Effective Date of Agreement: May 15, 2016 Amount , I.u.. (Seal) _ M_e_rc_ h_ a_ n_ts_N_a_ o_ na _ l _ B_ o_ n_d_in--'gi ln_c_. _ _ (Seal) Contractor's Name and Corporate Seal By: . 1gn re e i t\:o,1 c .o1.. Print Name Sureti s Name a Corp7e Seal By: U Eric Battey Print Name Attorney - in - fact Title Attest: Title Note: Provide execution by additional parties, such as joint 11enturers, if necessary. EJCDC No. C-615 (2002 Edition) Prepared by the Eng:inttn Joint Contract and endorsed By lhe Assoehucd General Conlradon or America and Ille ConslrUcdoo lnslilulc. rage I orJ ---PAGE BREAK--- 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to Owner to pay for labor, materials, and equipment furnished by Claimants for use in the performance of the Contract, which is incorporated herein by reference. 2. With respect to Owner, this obligation shall be null and void if Contractor: makes payment, directly or indirectly, for all sums due Claimants, and Defends, indemnifies, and holds harmless Owner from all claims, demands, liens, or suits alleging non­ payment by Contractor by any person or entity who furnished labor, materials, or equipment for use in the performance of the Contract, provided Owner has notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims, demands, liens, or suits and tendered defense of such claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if Contractor makes payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until: Claimants who are employed by or have a direct contract with Contractor have given notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. Claimants who do not have a direct contract with Contractor: I. Have furnished written notice to Contractor and sent a copy, or notice thereof, to Owner, within 90 days after having last perfonned labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials or equipment were furnished or supplied, or for whom the labor was done or perfonned; and 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of furnishing the above notice any communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 3. Not having been paid within the above 30 days, have sent a written notice to Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Contractor. 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to Contractor or to Surety, that is sufficient compliance. 6. When a Claimant has satisfied the conditions of Paragraph 4, the Surety shall and at Surety's expense take the following actions: Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. Pay or arrange for payment of any undisputed amounts. 7. Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by Surety. 8. Amounts owed by Owner to Contractor under the Contract shall be used for the perfonnance of the Contract and to satisfy claims, if any, under any perfonnance bond. By Contractor furnishing and Owner accepting this Bond, they agree that all funds earned by Contractor in the perfonnance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, subject to Owner's priority to use the funds for the completion of the Work. 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated EJCDC Nu. C-615 (2002 Edlllon) Pagel orJ Prrpared tM Engineers Joint Conlrocl Documents and cndoncd By lhc Associated General Cootracton or Amcricm and lhc Construction Spc:clficallons Institute. ---PAGE BREAK--- to the Contract. Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligations to make payments lo, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10. Surety hereby waives notice of any change, including changes of time, to the Contract or to related subcontracts, purchase orders, and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or on which the last labor or service was perfonned by anyone or the last materials or equipment were furnished by anyone under the Contract, whichever of or first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory requirement in the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory requirement shall be deemed deleted herefrom and provisions conforming to such statutory requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, Contractor shall furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions Claimant: An individual or entity having a direct contract with Contractor, or with a first-tier subcontractor of Contractor, to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental equipment used in the Contract, architectural and engineering services required for perfonnance of the Work of Contractor and Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials, or equipment were furnished. Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes thereto. Owner Default: Failure of Owner, which has neither been remedied nor waived, to pay Contractor as required by the Contract, or to perform and complete or otherwise comply with the other terms thereof. FOR INFORMATION ONLY - (Name, Address, and Telephone) Surety Agency or Broker: Owner's Representative (Em!ineer or other): EJCDC No. C-615 (2002 Edlllonl Prrporrd by tllc Joint Contract Commillee and endorsed By the As!oc:latcd General Contractors or America and lhc Construcllon Institute. ragclofJ ---PAGE BREAK--- MER CHAN BONDING COMPANY™ POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Eric Battey; Steve Roach; Tracy J Miyake of Boise and State of Idaho their true and lawful Attorney-in-Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION ($5,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 3rd day of June , 2014 . STATE OF IOWA COUNTY OF POLK ss. . . • • \ÈÉ- . :Ë.-Ì Ņp 011;; • • - o - • 1933 . . ŷ . . ˜ . • Ç;v· · · · . · MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. a,7 President On this 3rd day of June , 2014 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. STATE OF IOWA COUNTY OF POLK ss. MARANDA GREENWALT Commission Number 770312 • My Commission Expires October28,2014 Notary Public, Polk County, Iowa I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 29th day of April , 2016 , POA 0014 (11/11) ń Ń . ( l- .Î:i,Ï01f:,.· f \ š : . Ŷ ™ - -o d·c­ ; : - 2003 lÆl \ • ' Ÿ} — . 'j t, Secretary ---PAGE BREAK--- Client#· 1128675 TITANTEC ACORD™ CERTIFICATE OF LIABILITY INSURANCE I DATE 4/29/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Idaho, Kibble & Prentice 3295 Elder Street Boise, ID 83705 [PHONE REDACTED] INSURED Titan Technologies, Inc. 5717 W Albatros St Boise, ID 83705 2tuivcT Tracy Taylor r11g,N,jo, ExU: [PHONE REDACTED] w6"DAxyss: [EMAIL REDACTED] I rt×. NoJ: [PHONE REDACTED] INSURER(S) AFFORDING COVERAGE NAIC# INSURER A: Ohio Casualty Insurance Company INSURER B: Idaho State Insurance Fund INSURER C; - INSURER D: - INSURER E: INSURER F: 24074 NONAIC . - COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES INSR LTR A A A B ADDL SUBR TYPE OF INSURANCE X COMMERCIAL GENERAL LIABILITY -u CLAIMS-MADE OCCUR X PD Ded:1,000 - - - GEN'L AGGREGATE LIMIT APPLIES PER: PRO- LJLoc  POLICY X JECT OTHER: AUTOMOBILE LIABILITY - X ANY AUTO - - ALL OWNED SCHEDULED AUTOS - AUTOS - x x NON-OWNED HIRED AUTOS AUTOS - Ö UMBRELLA LIAB EXCESS LIAB fLl OCCUR CLAIMS-MADE DED I xi RETENTIONs10000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE cm OFFICER/MEMBER EXCLUDED? N (Mandatory in NH} If yes, describe under DESCRIPTION OF OPERATIONS below 'IN§.R. 'tfY.D x x x x x x N / A LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. /OLICY EFF I( POLICY EXP • LIMITS POLICY NUMBER . MM/DD/YYYY 55885494 02/17/2016 02/17/2017 EACH OCCURRENCE $1 000,000 DAMAGE TO RENTED PREMISES /Ea occurrence\ $1 000 000 MED EXP (Any one person) $15 000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000!000 $ 55885494 02/17/2016 02/17/2017 COMBINED SINGLE LIMIT $1,000,000 acciderJ!) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ !Per accident\ $ 55885494 02/17/2016 02/17/2017 EACH OCCURRENCE $4,000,000 AGGREGATE $4,000,000 $ - 590191 07/01/2015 07/01/2016 x I PER :STATUTE I l„ H- E L EACH ACCIDENT $1,000 000 E L DISEASE - EA EMPLOYEE $1,000 000 E L DISEASE - POLICY LIMIT $1 000 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES {ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Moscow, Idaho and JUB Engineers, Inc are added as additional insured with respect to work performed on their behalf by Named Insured under contract with exception to Workers Compensation. CERTIFICATE HOLDER CANCELLATION City of Moscow SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P.O. Box 9203 ACCORDANCE WITH THE POLICY PROVISIONS. Moscow, ID 83843 AUTHORIZED REPRESENTATIVE I Å ł, Ä © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD #S17770158/M17269407 TAT JV - - - - ---PAGE BREAK--- Notice of Award Date Ap ril 22, 2016 Project: South west Sewer T run k L in e - Ph ase IV Owner: City of Mosc ow, ID Owner's Contract No.:104-014 Contract: South west Sewer T run k L in e - Ph ase IV Engineer's Project No.: 2 1-14-004 Bidder: T itan T echn ol og ies, Inc. Bidder's Address: 5717 W est Alb atros Street Boise, ID 83705 You are notified that your Bid dated Ap ril 7, 2016 for the above Contract has been considered. You are the Successful Bidder and are awarded a Contract for the South west Sewer T run k L in e - Ph ase IV th at e;en erally c on si sts of th e repl ac em en t and up sizing of M osc ow' s exi sting Sou th west Sewer T run k L in e. R epl ac em en t of a p arall el gravity trunk lin e with app roxim ately 1,600 fe et of 36-inch pip e The Contract Price of your Contract is Six H und1· ed Nin ety-F ou r Th ousand N in e Hund red and Th ree d oll ars and n o c ent s , Dollars ($694,903.00). sets of the Contract Documents and Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within 1 5 days of the date you receive this Notice of Award. 1 . Deliver to the Owner fully executed counterparts of the Contract Documents. 2. Deliver with the executed Contract Documents the Contract security Bonds as specified in the Instructions to Bidders (Article 20), General Conditions (Paragraph 5.0 1 and Supplementary General Conditions (Paragraph SGC-5 .0 1 Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this Notice of Award, and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Contract Documents. City of Mosc ow, Id ah o Owner By: kc AÃthorized sigllUf e Assistant City Engineer Title Copy to Engineer (Use Certified Mail, Return Receipt Requested) 2010 ISPWC 00510 Modilied From EJCDC C-510 Notice of Award Page I of I