← Back to Moscow

Document Moscow_doc_f9048dd354

Full Text

CONSTRUCTION CONTRACT THIS AGREEMENT, dated this 8th day of May, 1995, by and between the City of Moscow, Idaho, a municipal corporation of the State of Idaho (hereinafter, "City") and ASCORP, INC. dba DEBCO, (hereinafter, "Contractor"): WITNESSETH: WHEREAS, pursuant to the invitation of the City, extended through an officially published "Advertisement for Bids", the Contractor did, in accordance therewith file with the City a proposal containing an offer which was invited by said notice; and WHEREAS, the City has determined that said offer was the lowest and best submitted: NOW THEREFORE, the parties to this Contract, 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 the City and the Contractor concerning the work to be performed are this Contract, pages one through and the following: 1. Advertisement for Bids; 2. Project Specifications titled : Styner Ave. - L. I. D. No. 113; to be 3. 4. 5. 6. Bid/Proposal of the Contractor, dated March 9, 1995, physically attached to this Contract; The Engineering Plans; Performance and Payment Bonds and Insurance be physically attached to this Contract; Change Orders which may be delivered or effective date of this Agreement; Certificates, issued after to the 7. Addenda issued prior to opening of bids, attached to this contract. to be physically There are no Contract Documents other than those listed in Article 1. This Contract may only be amended by change order as provided in the General Conditions. CONSTRUCTION CONTRACT PAGE I 95-40 ---PAGE BREAK--- ARTICLE 2. WORK The Contractor shall complete the entire work as specified, indicated and required under the Contract Documents. ARTICLE 3. CONTRACT TIME/SUBSTANTIAL COMPLETION The work to be performed pursuant to this Contract shall be substantially complete on or before One Hundred Twenty (120) calendar days from the issuance of the Notice to Proceed. Final completion is to be one hundred forty-five calendar days after Contractor is given Notice to Proceed. Adjustment of the contract time may be made in accordance with the provisions of the Contract Documents. The Contractor shall begin work in conformance with the Contract Documents and shall complete the work prior to the date of completion. ARTICLE 4. CONTRACT SUM The City shall pay the Contractor for completion of the Work in accordance with the Contract Documents in current funds the amount of Five Hundred Eighty-Nine Thousand Seven Hundred Nintey-One DOLLARS and Ninety CENTS 589, 791.90). Said Contract Sum shall be paid in accordance with the Contract Documents. ARTICLE 5. INDEPENDENT CONTRACTOR The parties warrant by their signature that no employer-employee relationship is established between the Contractor and the City by the terms of this contract. It is understood by the parties hereto that the Contractor is an independent contractor and as such neither it nor its employees, agents, representatives or subcontractors, if any, are employees of the City for purposes of tax, retirement system, or social security (FICA) withholding. CONSTRUCTION CONTRACT PAGE2 ---PAGE BREAK--- ARTICLE 6. SCOPE OF SERVICES The 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 the City by the Contract Documents, the Contractor shall indemnify and save harmless the Engineer and the City, its officers and employees, 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 the Contractor or his 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 the Contractor or his 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. ARTICLE 8. CONFLICT OF INTEREST The 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. The Contractor further covenants that, in performing this Contract, it will employ no person who has any such interest. Should any conflict of interest arise during the performance of this Contract, Contractor shall immediately disclose such conflict to the Project Engineer/Engineer and the City. ARTICLE 9. ENTIRE AGREEMENT, MODIFICATION AND ASSIGNABILITY This Contract and the exhibits hereto 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 contract may not be enlarged, modified CONSTRUCTION CONTRACT PAGE3 ---PAGE BREAK--- or altered except upon written agreement signed by the parties hereto. The 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 the City of Moscow. ARTICLE 10. ADHERENCE TO LAW REQUIRED All applicable local, state and federal statutes and regulations are hereby made a part of this contract and shall be adhered to at all times. Violation of any of these statutes or regulations by the Contractor shall be deemed material and shall subject the Contractor to termination of this contract for cause. No pleas of misunderstanding or ignorance on the part of the Contractor will in any way serve to modify the provisions of this requirement. The Contractor and his surety shall indemnify and save harmless the City and its employees, agents and representatives against any claim or liability arising from or based on the violation of any such laws, codes, ordinances, or regulations, whether by himself, his employees, or his subcontractors. ARTICLE 11. LEGAL FEES In the event either party incurs legal expenses to enforce the terms and conditions of this contract, 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. SPECIAL WARRANTY The Contractor warrants that nothing of monetary value has been given, promised or implied as remuneration or inducement to enter into this Contract. The Contractor further 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 Contract. Any such activity by the Contractor shall make this Contract null and void. CONSTRUCTION CONTRACT PAGE4 ---PAGE BREAK--- ARTICLE 13. COMMUNICATIONS Such communications as are required by this contract shall be satisfied by mailing or by personal delivery to the parties at the following address: Contractor: City: ASCORP, INC. dba DEBCO P.O. Box 363 Orofino, ID 83544 City of Moscow 122 E. 4th Street P.O. Box 9203 Moscow, Idaho 83843 IN WITNESS WHEREOF, said Contractor and the City have caused this Contract to be executed on the day and year first above written. Secretary CONSTRUCTION CONTRACT PAGES Paul C. Agidiayor ATTEST: ' ' " Elaine Russell, @ity Clerk ---PAGE BREAK--- ACKNOWLEDGMENT On this 1-у day of rrr,""'ff , 1995, before,me, a Nota /ƿy Public of the State of Idaho, personally appeared foo,, 0 e C. rrJ'SaY> and čKobert L Hc..ep , in their official capacity as Presi ent and ' Secretary of AS CORP, INC. dba DEBCO, known to me to be the persons described in the above document and acknowledged to me they executed the same. My Commission expires фхц..J J Address Amount IQIQL.j -AAA-4 (tV PW License No. -t 10=L oao Ċ 5"130- AAA,- PW License No. c. Name Address PW License No. 12. The undersigned proposes to furnish labor, materials, equipment and services of all kinds required for- STY!'.'ER AVENUE- L.I.D. I 13; as described in the specifications, including all appurtenant work, all as required by the specifications and this proposal for the process in accordance with the completed schedule of contract prices as follows. Il ---PAGE BREAK--- STYNER AVE. LID 113 ADDENDUM NO. 2 ITEM !DESCRIPTION TY UNIT UNIT PRICEITOTAL BID !REMOVAL 1 LS I $45,800.00 I $45,800.00 . 2 'CONSTRUCTION TRAFFIC CONTROL I I ' I ' 1 LS I $5 175 00 I $5 175 00 I I I I I i I I ' ' 3 !CLEARING, GRUBING, & OBST. REMOVAL 11LS I $5,000.001 $5,000.00 4 'REMOVAL EXISTING CURB 750ILF i $1.00 $750.00. 5 I REMOVAL EXISTING SIDEWALK 815 iSY I $2.50 $2,037.50 I 6 REMOVAL EXISTING STREET SURFACE I 4320ISY J $1.501 $6,480.00 7 !REMOVAL EXISTING FIRE HYDRANTS I 3iEA I $650.001 $1,950.00 8 :REMOVE EXISTING CATCH BASINS 6IEA I $15o.oo I $900.01 9 RELOCATE FIRE HYDRANT 11EA I $850.00 i $850.00 I PARKING. LOT REMOVAL I ' I I I 1 \REMOVE EXISTING CURB I 345\LF $1.00' $345.00 I 2 :REMOVE EXISTING SIDEWALK 35iSY $2.5o I $87.5o 1 3 . REMOVE EXISTING ASPHALT PAVING 850 SY i ' ' ' ' 4 1REMOVE EXISTING CONCRETE PAVING I 300[SY $2.001 $600.00! I I PARKING. LOT CONSTRUCTION i ' I I I 1 'CONSTRUCT CURB I 260\LF I $6.701 $1,742.00 2 !CONSTRUCT CURB TYPE ' 275ILF I $6.701 $1,842.50 I ' ' ' I - ! I ' I 3 DRIVEWAY PATCH BACK ASPHALT 975 SY $5 00 $4 875 00 I 4 'CONCRETE SIDEWALK 5" I 140iSY ! $22.50 I $3,150.00 5 !CONCRETE STEPS WITH NEW HANDRAIL i 21EA I $625.00! $1,250.001 ' 6 !DRIVEWAY PATCH BACK- CONCRETE i 255(SY $22.50 $5,737.50 7 ;PARKING BUMPER BLOCKS I 2iEA I $125.00! $250.00 CONSTRUCTION I I I I ' I ! I : • ' i 1 EXCAVATION AND BACKFILL ' 3550 CY $5 501 $19 525 001 2 !BORROW I 118001CY I $2.501 $29,500.00 3 !CONSTRUCT CURB 3300'LF I $6.70 [ $22,110.00 I 4 I CONSTRUCT CURB TYPE 72!LF I $6.701 $482.40 5 !CONCRETE SIDEWALK I 15551SY ! $22.501 $34,987.50 ' 6 !PLANT MIX PAVING 1850iTONSI $26.001 $48,1oo.oo 7 11-1/4" MINUS AGGREGATE FOR BASE 35501TONSI $7.251 $25,737.50 8 13/4" MINUS AGGREGATE FOR BASE I 2730jTONSI $7.001 $19,110.00 9 JCONCRET APPROCHES 240ISY I $31.50 I $7,560.00 10 !STREET MONUMENTS 7IEA I $175.00 I $1,225.00 11 12" RIGID CONDUIT 3051LF I $4.001 $1,220.00 12 1 DRIVEWAY PATCH BACK- GRAVEL I 835\SY i $3.40! $2,839.00 13 !DRIVEWAY PATCH BACK- CONCRETE I 115JSY i $22.50 I $2,587.50 14 !DRIVEWAY PATCH BACK- ASPHALT I 165ISY I $7.001 $1,155.00 15 !SPRUCE TREES I 9IEA I $150.00! $1,350.00. 16 !LANDSCAPE IN-KIND I 11LS I $7,450.00 I $7,450.00 17 !REMOVE STORE AND REPLANT TREES I 4,EA I $400.00 I $1,600.00 I 18 ;OAK TREES 3 .EA $150.00 I $450.00 I 18A 14" MAPLE TREES 1 lEA $150.00! $150.001 19 !12"CMP CULVERT 65/LF $14.001 $910.00 20 18" CMP .;;.0ç0+-i è$1i-'c ,3é 0ê .0ë 0 21 ì24" CMP CULVERT 45 LF $31.00 i $1,395.00 I L BIDDER: DEBCO DATE: 03/09/95 PAGE: 1ZA-Z... ---PAGE BREAK--- STYNER AVE. LID 113 ADDENDUM NO. 2 ITEM т0. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 ,t!ESCRIPIION 12" CMP METAL APRONS 18" CMP METAL APRONS 24" CMP METAL APRONS CATCHBASIN TYPE I CATCH BASIN TYPE Ill ADJUST MANHOLES CONSTRUCT MANHOLE 48" CONSTRUCT MANHOLES 54" 12" STORM DRAINS 8" STORM DRAINS 6" STORM DRAINS 1,(J 4" STORM DRAINS 8" SANITARY SEWER 6" SANITARY SEWER 4" SANITARY SEWER 4" PERFORATED PIPE 10" DUCTILE IRON 6" DUCTILE IRON 4" DUCTILE IRON PIPE ADJUST EXISTING WATER VALVE BOXES FIRE HYDRANT ASSEMBLY 12" BY 10" TAPPING SLEEVE 10" GATE VALVE 10" 22-1/2 DEGREE BEND 10X6 TEE 6" GATE VALVE 6" 11-1/4 DEGREE BEND 6" 22-1/2 DEGREE BEND 6" X 4" REDUCER 4" GATE VALVE 4" 45 DEGREE BEND · 4" 22-1/2 DEGREE BEND ********DELETED ADD * *******DELETED ADD LIGHT POLES - CONTINGENCY STREET LIGHT CONDUIT & WIRING RETAJNING WALL W/RAILING RAMP STEPG BIDDER: DEBCO 2IY UNIT! 4 EA 1 EA 1 EA 1 EA 12 EA 5 EA 11 EA 1 EA 1570 LF 138 LF ڣ1('} LF 35 LF 1175 LF 94 LF 375 LF 140 LF 1520 LF 225 LF 105 LF 3 EA 5 EA 1 EA 6 EA 2 EA 4 EA 5 EA . 1 EA 2 EA 1 EA 2 EA 1 EA · 2 EA 12 EA 1 LS 1 LS UNITE!BICE $60.00 $100.00 $150.00 $900.00 $900.00 $200.00 $1,600.00 $2,850.00 $29.00 $23.00 $22.00 $20.00 $35.00 $34.00 $32.00 $25.00 $31.00 $25.00 $24.00 $125.00 $1,850.00 $1,000.00 $700.00 $140.00 $340.00 $350.00 $100.00 $100.00 $150.00 $300.00 $75.00 $75.00 $570.00 $5,975.00 $13,000.00 IOIAL. EIID $240.00 $100.00 $150.00 $900.00 $10,800.00 $1,000.00 $17,600.00 $2,850.00 $45,530.00 $3,174.00 $F20c00 $700.00 $41,125.00 $3,196.00 $12,000.00 $3,500.00 $47,120.00 $5,625.00 $2,520.00 $375.00 $9,250.00 $1,000.00 $4,200.00 $280.00 $1,360.00 $1,750.00 $100.00 $200.00 $150.00 $600.00 $75.00 $150.00 $6,840.00 $5,975.00 $13,000.00 t.zt"i • ; DATE: 03/09/95 PAGE: l3AZ. ---PAGE BREAK--- STYNER AVE. LID 113 ADDENDUM NO. 2 ITEM NO. t!ESCRIPTION QTY UNIT UNII PRICE TOTAL BID 59 RETAINING WALL WITH RAILING (GRAVITY 303 SFF $16.00; $4,848.00 60 RETAINING WALL W/RAILING (GRAVITY) 313;SFF $16.00\ $5,008.00 61 RETAINING WALL (REINFORCED) 236\SFF $30.00i $7,080.00 62 RETAINING WALL (GRAVITY) 190iSFF $16.00 $3,040.00 63 PAVEMENT MARKING 1 LS $900.00 $900.00 I 64 RELOCATE FENCE 150 LF $8.00 $1,200.00 65 18" PVC STORM DRAIN 41 LF $50.001 $2,050.00 ' 66 10" BLIND FLANGE CAP 1 EA $175.00 $175.00 67 6" BLIND FLANGE CAP 3 EA $125.00 $375.00 68 10X6 CROSS I 1 ,EA ;1\350 00 ;1\50.00 TOTAL BID ' f 584.;1'1 . I TOTAL BID 1-Wrƹ 6 I (rlt-l"'f ii+CпO Ftƺ ƻ,pru;Jtl ' Se-.JрH s-t:N, s:-11 tQ.. f- tOO - Du<-'-с ) . ' I ASCORP, INC. dba DEBCO 2ER ! SIGNITURE OF BIDDER PO BOX 363 OROFINO, ID 83544 MAILING ADDRESS SEAL (If Incorporated) 12212-AAA-1-3 IDAHO PUBLIC WORKS LICENSE NO. STATE OF INCORPORATION, IF INCORPORATED DATED AT OROFINO THIS 7TH DAY OF MARCH, 1994. BIDDER DEBCO DATE 03/09/95 PAGE: 14 ---PAGE BREAK--- I .t.JI FEBB.UAR.Y 28, 199! CITY OF MOSCOW STVNER A VENUE ADDENDUM NO.м Addeodum No. 3 to the Plans, Specttications and Documents as prepared by 1-U-B .ENGINEmtS, Inc. is hereby tubmittcd for use in bid pòon and submittal. ; 'I'll. followins Ƹ a00oo0oo I I I i I 0oQ0 \ r.:-it<;!lr.Ƶr-<..d C! ::tl : \-._d:ooEO! е l t l l ! oO oO • , 1 · o •0 oo Ooo I ' ' l E0oEo!o o o o 1 1 o o l!ƴ a o ?з r: o o o J, - vvo""й--x r ,o.0ool0oo0o l I I 1 .,...o0o00o 1 o0q i-o0o0oEo;;i:.c/'o 1°o' ?E""[o;0o o0oE0oC:..,OloC:,><)oC:.>0o0°oC:.,0oFcaG<:>oE0o o0oCC,0oC:. ;)Hc;_,<\oC0°c i Ooo o 23.Ooo Oo ·.Ooo Oo<> òó Ooo ' ·o <ж .oo Ou. <>ol"o, 0 Lo<> J I I I I I I I , 23.76' , 'f3.80' 1 I I I lollNUS COI.IPACTED I I I 1 AZ ':!YX J I I I I I BOTTOM OF KEYSTONE I I I I I 1 c l I I I I I RETAINING WALL 12624.61 I I I 1 1 1 I I I I I I I I I I I I I I ' 1262Z I I I I I I I I i I 1 1 ڠ - _ . - - J ---PAGE BREAK--- FEBRUARY 27,1995 CITY OF MOSCOW STYNER A VENUE ADDENDUM NO. 2 Addendum No. 2 to the Plans, Specifications and Contract Documents as prepared by J-U-B ENGINEERS, Inc. is hereby submitted for use in bid preparation and submittal. The following changes, additions, and/or deletions are hereby made a part of the City of Moscow, Styner Avenue Project, as fully and completely as if the same were entirely set forth in the Specifications, and Contract Documents. The corrections, clarifications, changes and approvals described herein shall become an integral part of any contract entered into between the Owner and Contractor. BID PROPO$AL: A new Bid Proposal is being issued for your use Please make sure when submitting your bid that you use the latest Bid Schedule which is designated with the words" ADDENDUM NO. 2" at the top and Pages 12A-2, 13A-2 and 14-A-2 on the bottom. The following changes have been made to this schedule. All references in the specifications as to payment for trench excavation and backfill as a separate pay item from pipe installation shall be replaced with the following: Trench Excavation and backfill shall be incidental to the placement of the utility pipe. This cost shall be reflected in the price of the pipe per linear foot and such that the cost of pipe shall now include all cost to furnish the pipe, laying of pipe, bedding, trench excavation, backfill, backfill material, compaction and all items associated with the laying of water, sewer and storm water pipe. The class ofbackfill will be based upon pipe location. The Bid Schedule attached as been modified to delete Bid Items 54, Trench Excavation and Type C Backfill and Bid Item 55, Trench Excavation and typeD Backfill. All cost associated with this Bid Item shall now be incidental to pipe installation. I of5 FEB-27-1995 14:33 12086672176 95% P.02 ---PAGE BREAK--- IU ADDENDUM NO. 2 12A-2 FEB-27-1995 14:34 12085672176 1ݱ57033 P.03 1ot5 95% P.03 ---PAGE BREAK--- IU ADDENDUM NO. 2 l;d:J8S837033 p. 04 r;sM Ol :T LNIT TOTAL ښ< гHд. < • Metal >ron voe roe Ill :8 48' 1 t:A. < rl Dr in S4' lrain >rain 1- , :!nonPioe 1 1- 4" ' Iron P ioe 1 Naler Valve Boxes EA. ÓÔMÕÖl! :>ate Valve - 11 22·112 ·Bend 11 ,•xE> r Gate Va re ' 16"·11·1/• !BenCI 4' El" • 22·1/ 'Bend 5I s·x4· )f Gate ' .lve FEB-27-1995 14:34 . 3 ofS 13A-2 12085572175 95% P.04 ---PAGE BREAK--- , - · I J-u-ts \...Ut:LJI'( u· ݰ TO ADDENDUM NO.2 !WaP · With RdinO SFF IWd À SFF I Wall SFF ·ã F r 1- l 0 F. - 4 - E - E:J' - ·cross 'BID: 12068837033 P.05 (Use Words) Firm Name of Bidder Signature of Bidder Mailing Addres SEAL (If Incorporated) Public Works License No. State of Incorporation, if incotporated. Dated at this, _ day of , 1994. 4o!5 14A-2 12086672176 95% P.05 ---PAGE BREAK--- 1}1t · Nones it hereby ,gvc:n that thil Addeadwn must 'bo signed and eoclosed with a sealed bid for tht City of MoЪ. Styner Avenut Project, as evidenced that the Bidder has &miliarized bimM!fwith all d!aftga incorporated htrein. · z:Jr•P,:N" M:Q • Sipature . . Date 4-v<.J/t 2, Pn.'&511"Щ Tide Submitted By: [PHONE REDACTED] 95% TOTI'L P. 0G 1".06 - ---PAGE BREAK--- FEBRUARY 24, 1995 CITY OF MOSCOW STYNER A VENUE ADDENDUM NO. 1 Addendum No. I to the Plans, Specifications and C ontract Documents as prepared by J-U-B ENGINEERS, Inc. is hereby submitted for use in bid preparation and submittal. The following changes, additions, and/or deletions are hereby made a part of the C ity of Moscow, Styner Avenue Project, as fully and completely as if the same were entirely set forth in the Specifications, and C ontract Documents. The corrections, clarifications, changes and approvals described herein shall become an integral part of any contract entered into between the Owner and C ontractor. C L ARlFIC ATION: ES-5 Watering Delete the last sentence and replace with the following; arrangements may be made with the C ity Water Department for water from a hydrant providing the contractor meet v.×th the Water Department first and meets all the stipulated requirements. ES-19 Borrow The material located approximately 500 ft. from the end of Styner Ave. will be accepted as borrow, provided compaction can be met and the material is protected after placement from ponding which may cause it to pump. No portion of this material which is contaminated or full of organic material may be used in this road project SP-10 Retaining walls. The basis of measurement for walls and shall be on the square front face. The method of measurement shall include all required bricks, including the exposed and the subsurface brick faces. Payment will not be made for bricks in which the top of the brick is more than 9" below the finished grade. PLA.c"l S: Sheet 3 of 26: Low height kevstone wall with pedestrian guard rail. Please replace existing detail with the enclosed detail which shows the design height from top of leveling pad to the top of the full size block. It also shows an 8" fill height from bottom of first brick to finish grade. I of9 ---PAGE BREAK--- Sheet 3 of 26: Tvpical reinforced section detail. Please replace the existing detail with the attached detail showing the fill height of 8" from the bottom of the first brick to finished grade, and a 6" drain line, behind the wall. Sheet 9 of 26 Please make the following correction to storm line profile "storm line The invert call out on manhole S-7 to the 18" C l\1P culvert should read 18" C l\1P, llil! 12" C l\1P. Sheet 15 of 26 Please make the following correction to the sanitary sewer profile. The PVC sewer line at station 4+55 should read 8" PVC sewer, PVC sewer. SPEC IFIC ATIONS: Water Testing, The following will take precedence over any other notes or statements in the plans and specifications regarding contractor testing of the installed water system: The city of Moscow will conduct all water line pressure tests, chlorinating, flushing and bacteria testing of the water main. The contractor will be responsible for the payment based on the city's rate fee for this service. The contractor shall assist the city, when necessary, to complete this testing Any failure resulting from construction deficiency will be subject to additional testing fees. This cost shall be incidental to water line construction. SP-5 remove and relocate existing fences and gates, The third paragraph shall be replaced with the following: The existing post shall be replaced with new treated post. The existing braces shall be utilized. If they are damaged during removal they shall be replaced with equal materials as approved by the engineer, at no cost to the city. SP-10 Retaining walls and Laundromat ramps. Materials. Add the following: Retaining wall drain pipe, The retaining wall drain pipe shall be a 6" corrugated polyethylene wrap: such as ADS perforated tubing A.I\SHTO M 252 type C , with protective wrap TS 600 , or an equivalant. Measurement and pavment. The following shall be added to the second paragraph: This work shall also include all aggregate backfill, reinforcing fabric, drain pipe filter fabric and the work associated with installation and compaction. SP-11 Street light svstem. Add the following paragraph to workmanship: 3. The conduit shall be tenninated at each light pole location. \V\VP will supply a 5'x24" dia. Sono tube for this termination. The contractor shall install the So no tube in the ground flush with the surface. The conduit shall sweep up into the middle of the tube and terminate at a point 12" above the finish grade. 2 of9 ---PAGE BREAK--- Replace paragraph 2 under method of measurement with the following: 2 . Electrical conduit. This work shall include all conduit, Sono tube installation pull cord, junction boxes, trenching, backfill and all incidentals required for construction. The payment shall be made on a lump sum basis for street light conduit and wiring. BID PR OPOSAL A new bid proposal form has been included for your use. The following changes have been made. Pages 12, l3 and 14 need to be replaced with pages 12A-1 , l3A-l and 14A-l. Please make sure the new bid proposal is used when submitting your bid. l. Bid item 18a 5' maple trees Has been modified to 4"Cinch) maple trees. 2. Bid item 26, Catch basin type ill Has been reduced from 13 to 12 each. 3 . Bid item 30, 12" Storm drain Has been increased from 1540 to 1570 L.F . 4. Bid item 31, 8" Storm drain Has been increased from 88 to 138 L.F. 5. Bid item 32, 6" Storm drain Has been increased from 10 to 20 L.F. 6. Bid item 45, 1 0" 45 degree bend Has been changed to 22 1/2 degree bends. 7. Bid item 47, 6" gate valve Has been increased from 4 to 5 each. 8. Bid item 55, Trench excavation and type D backfill Has been increased from 5154 to 5362 L 9. Bid item 62, Retaining wall (Gravity) Has been increased from 110 to 190 SFF. 1 0. Bid item 65, Install parking bumpers Has been deleted. This is a duplication of bid item 7 under parking lot construction. 11. Bid item 66, 2" Rigid conduit for signal installation Has been deleted. This is a duplication if bid item 11. 12. , A new bid item, 65, has been added 65, 18" PVC storm drain, 41 L.F. 13. A new bid item, 66, has been added 66, 1 0" blind flange cap- I each. 14. A new bid item, 67, has been added 67 , 6" blind flange cap- 3 each. 15. A new bid item, 68, has been added 68, 1 0"x 6" cross- I each. 3 of9 ---PAGE BREAK--- ADDE:\'DUM 1 ITEM NO. DESCKiY 11<- N OUA.i'l. UNIT UNIT PRICE •vAL. · · · > 1 2 1 1 and Bonding 1 L.S. I Construction rraffic Control 1 L ;learino. i and :!ion L.S. i 1 1 Curb 7 .F ! Remove i i 8 .Y =vidin'1 Street Surface 4: 20 Y 1 Fire 3 EA 1 Catch Basins 6 EA. TOTAL . 1 2 3 4 'cotqFireHydrant EA »¼½¾¿ >vn.1n 'DTR rvAL ڙ 1ExiinqCurb 345 l..F 35 S.Y 850 S.Y 1 I I ( bUTt'( ·ݯ'1d" •ct Curt Pavin a ß · i i }2 ood³ s . . 8: ,² 2 3 4 Construct Curl Type A Patch Back - Asphalt : 5" , Steps With New ' Patch Back - l ' Parkinq Bumper 2 l.F. 9 y 140 S.Y 2 EA. 255 S.Y 2 EA. I r 1 i : and bck-Jill 2 !Borrow 3 Curb 4 !Construct Curb Type B 5 6 ! Plant mix 7 11-1/4" Minus Aqqreqate for Base 8 13!4" Minus 1 for Base 9 , Appro"chA, 10 ! Street 11 12" Rioid Conduit 12 · Patch Back- Gravel 13 IC · Patch Back-C< 14 · Patch Back - Asphalt 15 I Soruce Trees 16 I La: ln.lther party f995 . • { s (s;si;ed) . . . _ ; . . . . . . . . . . ڔ. , ݖ,\ݗ; NOTARY PUBLIC This Power of Attorney is granted under aeНƧÐÏƦJ¦ -Îf the following Resolutions adopted by the Board of Directors of the FIDELflY AND GUARAN1Y INSURA..."'lCE COMPANY on Septemb«: 24, 1992: RESOLVED, that in connection with the fidelity and stUety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey{s) inƝFact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name aud on behalf of the Company, either by the Chairman.. or the President. or an Executive Vice President. or a Senior Vke President. or a Vice President or an Assistant Vice President, jointly with the Secretaly or an Assistant Secretary, undertbeir respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be afftxed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shal1 be valid and bio.ding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shaH be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attomey(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations of the Power of Attorney issued to them. to execute and deliver on behalf of the Company and to attach the seal oftbe Company to any and aU bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-inƞFact shal:l be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company, I, Paul D • Sims , an Assistant Secretaty of the FIDELITY AND GUARANTY INSURANCE COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effecl I, the undersigned Assistant Secretaty of the FIDELI1Y AND GUARANTY iNSURANCE COMPANY do hereby certify that the foregoing Power of Attorney IS m full force and effect and bas not been revoked.  In Testunony Whereof, I have hereunto set my band and the seal oft DEu-r;1,)ƟN'D A UARANTY COMPANY on this 1Oth day of May ,!995 'U V. / \ 1 "1977# . : . . . . FS 83 (10-92) (HOJ Assistant Secretary ---PAGE BREAK--- PRODUCER DURALL WOLF PO BOX 2984 SPOKANE WA 99220- COMPANY A COMPANY ASCORP INC 8 DBA DEBCO COMPANY PO BOX 363 c OROFINO ID 83544- COMPANY 208 7 0 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, A EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS MAY TYPE OF INSURANCE POLICY NUMBER l(OC>M>AEf1C>AL GENERAL UABiLITY co1 12 n o3 CLAIMS MADE L J OCCUR COl 12 93 03 06/18/94 06/18/95 06/18/94 06/18/95 I I I I COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) RE: STYNER AVENUE LID 113 - CITY OF NOSCOW IS A.."J P..DDITIONAL AS RESPECTS THIS PROJECT ONLY PER INSURING FORWJ CG 20 10 ATTACHED GARY PRESOL PE DIRECTOR OF PUBLIC WORKS CITY OF !˜OSC0\>0 PO BOX !10SC0\'l SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAll DAYS WRITIEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAll SUCH NOTICE SHAll IMPOSE NO OBLIGATION OR LIABILITY ---PAGE BREAK--- POLICY ·NUMBER: COl 12 93 03 ASCORP INC DBA DEBCO Cl MERCIAL GENERAL LIABILITY CG 20 10 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Person or Organization: SCHEDULE CITY OF MOSCOW PO BOX 9203 MOSCOW I D 83843 gf no entry appears above, information required to complete this endorsement will be shown in the eclarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. RE : STYNER AVENUE LID 1 1 3 EFFECTIVE: MAY 1 0 , 1 9 95 AGENT : DURALL WOLF RAPP INC r:r: ?fl 11\ 10 Qo:t r.nnvrinht l ! r nf'! "onJi('oQ rlffir-o I 1 00.., ---PAGE BREAK--- DURALL WOLF PO BOX 2984 SPOK..ll. "lE ASCORP INC DBA DEBCO PO BOX 363 OROFINO WA 99220- ID 83544- COMPANY B COMPANY c COMPANY D 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 I THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, I . LIMITS I co lTR i A GENERAL LIABILITY i COMMERCIAL GENERAL UAEILITY CLAIMS MADE . X i OCCUR . A ' AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS LIABILITY · ANY AUTO EXCESS LIABILITY UMBRELLA FORM THAN FORM WORKERS COMPENSATION AND EMPLOYERS' UABIUTY THE PROPRIETOR/ PARTNERS/EXECUTIVE OFFiCERS ARE· INCL j EXCL C02 12 93 03 06/18/95 06/18/96 C02 12 93 03 06/18/95 06/18/96 I I I I I I I I I RE : STYNER AVENUE LID 113 - CITY OF HOSCOW IS AN ADDITIONAL INSURED AS RESPECTS THIS PROJECT ONLY PER INSURING FORM CS 903 ATTACHED GA.><-Y PRESOL PE DIRECTOR OF PUBLIC WORKS CIT'£ OF !10SCOW PO BOX 9203 MOSCOW lD 83243 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL _JJL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY ---PAGE BREAK--- COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PlEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following provision is added to (SECTION II), Who Is an Insured. 5. Any person(s) or organization(s) (hereinafter called Additional Insured) you are required in a written contract to name as an insured is an insured but only with respect to liability arising out of your premises, your ongoing operations performed for the Additional Insured, or acts or omissions of the Additional insured in connection with the general supervision of others performing operations on your behalf to the extent set forth below: a. The limits of Insurance provided on behalf of the Additional Insured are not greater than those required by such contract. b. All insuring agreements, exclusions and conditions of this policy apply. c. In no event shall the coverages or limits of Insurance in this Coverage Form be increased by such contract. Except when required otherwise by contract, coverage provided to the Additional Insured does not apply to: "Bodily injury," "property damage," or " personal injury," occurring after: All work on the project (other than service, maintenance or repairs) to be performed by or on behalt of the Additional Insured at the site of the covered operations has been completed; or That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. "Bodily injury" or "property damage" arising out of any act or omission of the Additional Insured or any of their employees, other than the general supervision of work performed for the Additional Insured by you. "Property damage" to: Property owned, used or occupied by or rented to the Additional Insured; Property in the care, custody or control of the Additional Insured or over which the Additional Insured is for any purpose exercising physical control; or "Your work" for the Additional Insured. NORTH PACIFIC INSURANCE COMPANY cs 903 (1 2-93) Page 1 of 2 ---PAGE BREAK--- DREW S, FORNEY MANAGER ISSUED TO : CITY OF MOSCOW ATTN : ENGINEERING DEPT P 0 BOX 9203 MOSCOW, ID 83843 IDAHO STATE INSURANCE 1 2 1 5 W. STATE STREET - PO BOX 83720 - BOISE, IDAHO 83720-004 PHONE (208) 334-2370 - 1800) 334-2370 CERTIFICATE OF INSURANCE PROJECT: STYNER AVE LID#ll3 PHlLIP E. BATT GOVERNOR The State Insurance Fund hereby certifies that the insurance pol i cy hereunder described i s i n fu l l force and effect on the date of t h i s certificate and that i t remains i n ful l force and effect unt i l canceled. NAME OF INSURED: DBA: AS CORP DEB CO MAI L I NG ADDRESS OF INSURED: PO BOX 363 OROFINO, ID 83544 Pol i cy i n force from 7/19/91 12:01 a.m. , standard time at the address of the insured shown above or the job site in Idaho. Type of Insurance Workers Compensation Occupational Disease Empl oyer ' s Liabi l i ty Limi t s: Bod i l y i njury by Accident - Bod i l y i njury by Di sease - Bod i l y i njury by Di sease - Pol i cy Number 534766 $100 ,000 each accident $500,000 pol i cy l imit $100,000 each employee Coverage Subject to the terms of the Workers Compensation Laws and Occupational Disease Laws of the State of Idaho. The i nsurance coverage app 1 i es to emp 1 oyees of the above-mentioned company worki ng anywhere i n the state of Idaho and a l so to any employees l i v i ng i n Idaho but worki ng temporari ly i n a neighboring state. I n addition to the required coverage, the fol lowing el ected coverage also app l i es : Thi s certificate i s val i d for one year from date of certificate. I n the event of cancelation of said pol i cy, the State Insurance Fund wi l l endeavor to notify the party to whom thi s certificate is i ssued by provi d i ng ten ( 10) days advance notice, but the State Insurance Fund sha l l not be l i able i n any way for fai l ure to g i ve such notice. se, Idaho on 5/24/95 . Robert H . Creighton Underwr i t i ng Manager lewiston Pocatello 1 1 1 8 P SHeet 353 North 2S0 csw"""· iD 83501 P,Q_ Box 2228 ID 83206 AGENCY NO: 00089 SIF OD204 U3JERRY P20360201 Twin F8lls 621 N Rd Twin lda:ho Fa:!!s 525 Park Avenue Suits 2C !d;,h0 !D 83402 ---PAGE BREAK--- ! DR.EW !t FOjtNJ!:Y MANAGER ISSUED TO: FA.c'\ NO: 334 3254 IDAHO STATE INSURANCE FuND 1215 W. STATE SU.l:'! T ! PO BOX U71.0 BOISE, iDAHO U7zo..o4 PHONE \"203} U4Ƙ2370 - (100} 314-:1370 CERTIF ICATE Of INSURANCE :1266 P01 PHILIP BATT oov.ett1'10a CITY OF MOSCOII ATTN:ENG!NEERING UEPT r o oox 9203 PROJECT: STYNER AVE LIO#l13 MOSCOW. ID 83843 The State tnsuranc@ Fund hPreb.y cert ifies that the insuram;q pol icy he-reunder Oescrit>eO is in full force and effect on the date of this certificat@: aru:i that it remains. in fun forcec and effect unt i l canceled. NAM£(5) OF INSURED: DI!A: MA!L!NC ADORE5S OF AS CORP INSURED: PO SOX 363 OROFINO, 10 83544 Polity in forcQ from 7/19/91 12:01 a . m . Ɩ standard time at the addrass of the i nsured shown above or the job site \n !doho. Type of Insurancp Workers Compensatlon Occupational Disease Employer's li1bi lity Limits; Bodily injury by Accident - Bodily injury by Disease œ Bodily injury by Oiseaݓ - Policy Number 534766 $100,000 ••en accident $500.000 POlicy l imit $100tOOO Pacn gmployee Subject to the tenos of the Workers Compensation Laws •nd Occupational Disease Laws of the State of !doho. The insurance coverage applies to emp1oyees of the above-l'fti>ntioned company working anywhere i n the state of Iaano and also to any employees living i n !daM bUt tel!lporari1y i r a neighborinq stat1l. In addition to the required coverage, the fo11•vr ƕ· Al•*W, iC 33614 20&1799·5050 P"¢¢$t911o. !D SJ320:8 Twm Ɨali$, iO $3301 ld&ho Foll!k lO 834Q2 20817$9. , s 13 :O&tU3ݕt302 208J733..oo53 zvars:zs-naJ f1A'.-'-25-1995 07: 55 STHTE IN'S FUt-m 92% P . 01