HomeMy WebLinkAbout1998-047ORDINANCE NO �DY'
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF A CONTRACT FOR PUBLIC WORKS OR IMPROVEMENTS FOR CONSTRUCTION OF
THE LANDFILL EXPANSION PHASE I CONSTRUCTION PERMIT 1590A IN THE AMOUNT
OF $1,503,817 74, PROVIDING FOR EXPENDITURE OF FUNDS THEREFOR, AND
PROVIDING FOR AN EFFECTIVE DATE (BIT) # 2165 — LANDFILL EXPANSION PHASE
I CONSTRUCTION PERMIT 1590A)
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law
and City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
MMBE CONTRACTOR AMOUNT
2165 RANDALL & BLAKE $1,503,817.74
SECTION H That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herem, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective iminediately upon its passage and
approval
PASSED AND APPROVED this the day of 111odAd ,1998
i
JAJI,C
,AILLER, MAYOR
ATTEST,
JENNIFER WALTERS, CITY SECRETARY
'++BY ILW
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
2165 CONTRACT ORDINANCE
BID SUMMARY
LANDFILL EXPANSION
PHASE 1 CONSTRUCTION PERMIT NO 1590A
BID #2165
C WATTS & SONS
POWER CONSTRUCTION
FOSTER WHEELER
LH LACEY
METRO-PLEX EXCAVATING
ADDICKS SERVICES INC
AFFOLTER CONTRACTING
LAUGHLIN ENVIRONMENTAL
BID TOTAL
ALTERNATE BID
$1,550,055 68
$1,503,817 74
$1,851,52021
$1,860,15653
$1,988,246 62
$1,789,124 53
$1,995,673 96
$1,886,649 73
$2,060,118 32
$1,972,700 55
$2,096,016 24
$2,060,258 86
$2,151, 871 84
$2,146, 844 84
$2,360,743 66
$2,478,708 46
$2,421,753 93
$2,429,402 72
EXHIBIT 1
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 3 day of
MARCH A.D., 19 98, by and between
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through _ TED BENAVIDES
thersunto duly authorized so to do, hereinafter termed "OWNER," and
RANDAr A B7AVV INC / LANDMARK RECLAMATION INC
4901 S WINDERMERE
LITTLETON CO 80120
of the City Of-LITTLETON , County of ARAPAHOET
and State of COLORADo hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by
OWNER, and under the conditions expressed in the bonds attached
hereto, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
NDFILL EXPANSION PHASE I CONSTRUCTION PERMIT 1590A
in the amount of-s1.5o3.817 74 and all extra work in
connection therewith, under the terms as stated in the General
Conditions of the agreement; and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and other
accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the
Proposal attached hereto, and in accordance with all the General
Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the
Performance and Payment Bonds, all attached hereto, and in
accordance with the plans, which includes all maps, plats,
CA - 1
blueprints, and other drawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, workers
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under this agreement.
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
Persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
This agreement shall be governed by the law of the State of
Texas and venue for its construction and enforcement shall lie in
the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the
date established for the start of work as set forth in written
notice to commence work and complete all work within the time
stated in the Proposal, subject to such extensions of time as are
provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of this
contract, such payments to be subject to the General and Special
Conditions of the Contract.
CA-2
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
� � v
APPROVED AS TO FORM:
G � ,
r /
City Attorn
AAA0184D
Rev. 04/05/96
CA - 3
CITY OF DENTON
OWNER
By- /'��-
(SEAL)
RANDALL & BLAKE, INC /
LANDMARK RECLAMATION, IN
CONTRACTOR
4(0 i (i(l r�((JE�cuEQE
MAILING ADDRESS t�
- C-s 0.1lB Zi
PHONE NUMBER
&03 "
FAX NUMBED
BY
TITLE
PRINTED NAME
(SEAL)
PAYMENT BOND EXECUTED IN QUADRUPLICATE
Bond 11158 511 280
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That RANDALL & BLAKE, INC. /
LANDMARK RECLAMATION, INC. whose address is 4901 S WINDERMERE,
LITTLETON, CO 80120, hereinafter called Principal, and CONTINENTAL CASUALTY COMPANY, an IL
a corporation organized and existing under the laws of the State of XBXAM and fully authorized to core
transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton,
a municipal corporation organized and existing under the laws of the State of Texas, hereinafter
called Owner, and unto all persons, firms, and corporations who may furnish materials for, or
perform labor upon, the building or improvements hereinafter referred to, in the penal sum of ONE
MILLION FIVE HUNDRED THREE THOUSAND EIGHT HUNDRED SEVENTEEN and
74/100— ($1,503,817.74) in lawful money of the United States, to be paid in Denton County, Texas,
for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents
This Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-047, with the City of Denton,
the Owner, dated the 3 day of MARCH, A D 1998, a copy of which is hereto attached and made
a part hereof, for BID # 2165 — LANDFILL EXPANSION PHASE I CONSTRUCTION
PERMIT 1590A.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby expressly waived, then this obligation shall be void,
otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall
lie in Denton County, Texas
AND 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 performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same,
shall in anywise 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 to be
performed thereunder, or to the Plans, Specifications, Drawings, etc
PAYMENT BOND - Page 1
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in DENTON County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such suretyslup, as provided by Article 7 19-1
of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall
be deemed an original, this the 3 day of MARCH 1998.
ATTEST
PRINCIPAL
RANDALL & BLAKE, INC /
LANDMARK RECLAMATION, INC
�u. ��_ 2:�1-192,6 d "(" &
SECRETARY ' t.
ATTEST
SURETY
CONTINENTAL CASUALTY COMPANY
BY L_�/�/
ATTORNEY-K-FACT
Debbie Poppe
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processes
RMOV-0
David 0 Turner
MAXSON-MAHONEY-TURNER, INC
STREET ADDRESS 8610 King George Drive - Dallas, TX 75235-2292
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a nerson's name )
PAYMENT BOND - Page 2
PERFORMANCE BOND EXECUTED IN QUADRUPLICATE
Bond #158 511 280
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That RANDALL & BLAKE, INC. /
LANDMARK RECLAMATION, INC. whose address is 4901 S. WINDERMERE,
LITTLETON, CO 80120, hereinafter called Principal, and CONTINENTAL CASUALTY COMPANY, an IL
a corporation organized and existing under the laws of the State of TRKAS, and fully authorized core
to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of
Denton, a municipal corporation organized and existing under the laws of the State of Texas,
hereinafter called Owner, in the penal sum of ONE MILLION FIVE HUNDRED THREE
THOUSAND EIGHT HUNDRED SEVENTEEN and 74/100 — ($1,503,817.74) plus 10 percent
of the stated penal sum as an additional sum of money representing additional court expenses,
attorneys' fees, and liquidated damages ansing out of or connected with the below identified
Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment
of which isum well and truly to be made, we hereby bind ourselves, our heirs, executors, admim-
strators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall
automatically be increased by the amount of any Change Order or Supplemental Agreement winch
increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which
reduces the Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-047, with the City of Denton,
the Owner, dated the 3 day of MARCH A D 1998, a copy of which is hereto attached and made a
part hereof, for BID # 2165 — LANDFILL EXPANSION PHASE I CONSTRUCTION PERMIT
1590A.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertalangs, covenants, terms, conditions and agreements of said Contract in accordance with
the Plans, Specifications and Contract Documents during the original term thereof and any extension
thereof which may be granted by the Owner, with or without notice to the Surety, and during the life
of any guaranty or warranty required under this Contract, and shall also well and truly perform and
fiilfill all the undertakings, covenants, terms, conditions and agreements of any and all duly
authorized modifications of said Contract that may hereafter be made, notice of which modifications
to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to
faulty materials and workmanship that appear within a period of one (1) year from the date of final
completion and final acceptance of the Work by the Owner, and, if the Principal shall fully
indemnify and save harmless the Owner from all costs and damages which Owner may suffer by
reason of failure to so perform herein and shall fully reunburse and repay Owner all outlay and
expense Which the Owner may incur in making good any default or deficiency, then this obligation
shall be void, otherwise, it shall remain in full force and effect
PERFORMANCE BOND - Page 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall lie in Denton County, State of Texas
AND 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 to the Plans, Specifications, Drawings, etc , accompanying the
same, shall in anywise affect its obligation on tins 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 to be
performed thereunder, or to the Plans, Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in DENTON County to whom any reqinsite notices may be delivered and on whom
service of process may be had in matters ansmg out of such suretyship, as provided by Article 719-1
of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall
be deemed an original, this the 3 day of MARCH, 1998
ATTEST
BY
SECRETARY
ATTEST
1
RANDALL & BLAKE, INC /
LANDMARK RECLAMATION, I C/D
BY 4''(
PRESIDENT
iY Li311'I
CONTIN TAL CASUA14 COMPANY
BY QEi
ATTORNEY -IN -FACT
Debbie Poppe
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis
NAME X Z� J,,i1 AU David 0 Turner
MAXSON-MAHONEY-TURNER, INC
STREET ADDRESS 8610 King George Drive - Dallas, TX 75235-2292
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a nerson's name )
PERFORMANCE BOND - Page 2
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Map By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE
COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, a Pennsylvania
corporation (harem collectively called "die CNA Surety Companies"), are duly organized and existing corporations having their principal offices In
the City of Chloagoi and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint
their true and lawful Attomey(s)-ln-Fact with full power and aua
undertakings and other obligatory Instruments of similar nature
sign,
on their behalf bonds
and to bind them thereby as fully and to the some extent as if such Instruments were signed by a duly authorized officer of their corporations
and all the acts of sald Attorney, pursuant to the authority hereby given are hereby ratified and confirmed
This Power of Atiomey is made and executed pursuant to and by authority of the By -Laws and Resolutions printed on the reverse hereof duly
adopted, as indicated, by the Boards of Directors of the corporations
In Witness Whereof, the CNA Sureties Companies have caused these presents to be signed by their Group Vice President and
their corporate seals to be hereto affixed on this 2nd day of June 1997
CONTINENTAL CASUALTY COMPANY
w NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
oowoMre A�tts AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA
0 IYLY !1, i
OJ BEAL 'C 190E
M C Vonnahme Group Vice President
State of Illinois County of Cook, as
On this 2nd day of June 1997 before me personally came
M C Vonnahme ,tome known, who, being by me duly sworn, did depose and say that he resides Win Village of Darien , State of Illinois
that he is a Group Vloe President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument, that he
knows the seals of said corporations, that the seals affixed to the said instrument are such corporate seals that they were so affixed pursuant to
authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges
same to be the act and deed of said corporations
IDSlut,," I . P-A,j,,
My Commission Expirea June 5, 2000 Eileen T Pachuta Notary Public
CERTIFICATE
I Robert E Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is
still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still
in force In testimony whereof II have hereunto subsori 9 d pxy name and affixed the seals of the said corporations
this 3rd day of 1 9i5
tooCONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA
�k,99lgMT� .�
3 M 6
Robert E Ayo Assistant Secretary
(Rev 7/14/95)
Authorizing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors
of the Company
"Article IX —Execution of Documents
Section 3 Appointment of Attomey-in-fact The Chairman of the Board of Directors, the President or any Executive, Senior or
Group Vice President may from time to time appoint by written certificates attorneys -in -fact to act in behalf of the Company in the
execution of policies of insurance bonds undertakings and other obligatory instruments of like nature Such attorneys -in -fact subject
to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and
execution of any such instruments and to attach the seal of the Company thereto The Chairman of the Board of Directors the President
or any Executive, Senior or Group Vice President or the Board of Directors, may at any time, revoke all power and authority previously
given to any attomey-in-fact
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of the Company at a meeting duly called and held on the 17th day of February 1993
"Resolved that the signature of the President or any Executive Senior or Group Vice President and the seal of the Company may
be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the
Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and
any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company Any such power so executed
and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached
continue to be valid and binding on the Company '
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors
of the Company
"Article VI —Execution of obligations and Appointment of Attorney -In -Fact
Section 2 Appointment of Attorney -in -fact The Chairman of the Board of Directors the President or any Executive Senior or Group
Vice President may from time to time, appoint by written certficates attorneys -in -fact to act in behalf of the Company in the execution of
policies of insurance, bonds, undertakings and other obligatory instruments of like nature Such attomeys-in-fact, subject to the limitations
set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such
instruments and to attach the seal of the Company thereto The President or any Executive Senior or Group Vice President may at any time
revoke all power and authority previously given to any attorney -in -fact"
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993
"Resolved that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may
be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the
Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any
power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company Any such power so executed and
sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue
to be valid and binding on the Company "
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17 1993
by the Board of Directors of the Company
'RESOLVED That the President an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time
to time, appoint by written certificates Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds
undertakings and other obligatory instruments of like nature Such Attomey-in-Fact, subject to the limitations set forth in their respective
certificates of authority shall have full power to bind the Corporation by their signature and execution of any such Instrument and to attach
the seal of the Corporation thereto The President an Executive Vice President, any Senior or Group Vice President or the Board of Directors
may at any time revoke all power and authority previously given to any Attomey-in-Fact"
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of the Company at a meeting duly called and held on the 17th day of February 1993
"RESOLVED That the signature of the President an Executive Vice President or any Senior or Group Vice President and the seal of the
Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Dirsctors on
February 17 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to
any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the
Corporation Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or
undertaking to which it is attached continue to be valid and binding on the Corporation'
IMPORTANT NOTICE
To obtain information on surety companies, coverages,
rights, or to make a complaint, you may contact the Texas
Department of Insurance at
1-800-252-3439
You may write the Texas Department of Insurance at
P 0 Box 149104
Austin, TX 78714-9104
Fax #(512) 475-1771
PREMIUM OR CLAIM DISPUTES
Should you have a dispute concerning your premium or about a
claim, you should contact the agent or surety company first
If the dispute is not resolved, you may contact the Texas
Department of Insurance
AGENT
Lockton Companies of Colorado, Inc
4500 Cherry Creek Dr So , #400
Denver, CO 80246-1532
(303) 753-2000
SURETY COMPANY
Continental Casualty Company
10333 East Dry Creek Road, Suite 220
Englewood, CO 80112
(303) 858-4100
ATTACH THIS NOTICE TO YOUR BOND/POLICY
This notice is for information purposes only and does not
become a part of or condition of the attached document
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly
recommended that bidders confer with their respective insurance carriers or brokers
to determine in advance of Bid submission the availability of insurance certificates and
endorsements as prescribed and provided herein. If an apparent low bidder fails to
comply strictly with the insurance requirements, that bidder may be disqualified from
award of the contract. Upon bid award, all insurance requirements shall become
contractual obligations which the successful bidder shall have a duty to maintain
throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the
Contractor shall provide and maintain until the contracted work has been completed
and accepted by the City of Denton, Owner, the minimum insurance coverage as
indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of Insurance, containing the bid
number and title of the project. Contractor may, upon written request to the
Purchasing Department, ask for clarification of any insurance requirements at any
time, however, Contractors are strongly advised to make such requests prior to bid
opening, since the insurance requirements may not be modified or waived after bid
opening unless a written exception has been submitted with the bid Contractor shall
not commence any work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the City of Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall
comply with the following general specifications, and shall be maintained in
compliance with these general specifications throughout the duration of the Contract,
or longer, If so noted:
• Each policy shall be issued by a company authorized to do business in the
State of Texas with an A M. Best Company rating of at least A
• Any deductibles or self -insured retentions shall be declared in the bid
proposal if requested by the City, the insurer shall reduce or eliminate
such deductibles or self -insured retentions with respect to the City, its
AAA00360
REVISED 10/12/94 CI - 1
Insurance Requirements
Page 2
officials, agents, employees and volunteers; or, the contractor shall procure
a bond guaranteeing payment of losses and related Investigations, claim
administration and defense expenses.
• Liability policies shall be endorsed to provide the following:
•• Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers.
•• That such insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy and
that this insurance applies separately to each Insured against whom
claim Is made or suit Is brought The inclusion of more than one
Insured shall not operate to increase the insurer's limit of liability.
• All policies shall be endorsed to provide thirty(3O) days prior written notice
of cancellation, non -renewal or reduction In coverage
• Should any of the required Insurance be provided under a claims -made
form, Contractor shall maintain such coverage continuously throughout the
term of this contract and, without lapse, for a period of three years beyond
the contract expiration, such that occurrences arising during the contract
term which give rise to claims made after expiration of the contract shall
be covered.
• Should any of the required Insurance be provided under a form of coverage
that includes a general annual aggregate limit providing for claims
Investigation or legal defense costs to be Included in the general annual
aggregate limit, the contractor shall either double the occurrence limits or
obtain Owners and Contractors Protective Liability Insurance.
• Should any required Insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City
receives satisfactory evidence of reinstated coverage as required by this
contract, effective as of the lapse date. If insurance is not reinstated, City
may, at its sole option, terminate this agreement effective on the date of
the lapse.
AAA00350
REVISED 10/12/94 Cl - 2
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained In satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained
In compliance with these additional specifications throughout the duration of the
Contract, or longer, If so noted:
R A General Liability Insurance:
General Liability insurance with combined single limits of not less than
$1,000,000.00 shall be provided and maintained by the contractor. The policy
shall be written on an occurrence bans either in a single policy or in a
combination of underlying and umbrella or excess policies
If the Commercial General Liability form (ISO Form CG 0001 current
edition) is used:
• Coverage A shall Include premises, operations, products, and
completed operations, Independent contractors, contractual Lability
covering this contract and broad form property damage coverage
• Coverage B shall include personal injury
• Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current
Edition and ISO Form GL 0404) is used, it shall include at least,
• Bodily injury and Property Damage Liability for premises,
operations, products and completed operations, Independent
contractors and property damage resulting from explosion, collapse
or underground (XCU) exposures
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability.
AAA00350
REVISED 10fl2/04 Cl - 3
Insurance Requirements
Page 4
isl Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than $1,000,000.00e1ther in a single
policy or In a combination of basic and umbrella or excess policies. The policy
will Include bodily injury and property damage liability arising out of the
operation, maintenance and use of all automobiles and mobile equipment used
In conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy
endorsement for:
• any auto, or
• all owned, hired and non -owned autos.
(S] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation Insurance
which, in addition to meeting the minimum statutory requirements for issuance
of such insurance, has Employer's Liability limits of at least $100,000 for each
accident, $100,000 per each employee, and a $500,000 policy limit for
occupational disease The City need not be named as an "Additional Insured"
but the insurer shall agree to waive all rights of subrogation against the City,
its officials, agents, employees and volunteers for any work performed for the
City by the Named Insured. For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance
with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas
Worker's Compensation Commission (TWCC)
( 1 Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily Injury which may arise in the prosecution of the work or
contractor's operations under this contract Coverage shall be on an
AAAW350
MISED 10112re4 Cl - 4
Insurance Requirements
Page a
"occurrence" basis, and the policy shall be Issued by the same insurance
company that carries the contractor's liability Insurance. Policy limits will be
at least combined bodily Injury and property damage per
occurrence with a aggregate.
[ I Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or Is
unavailable to the contractor or if a contractor leases or rents a portion of a
City building Limits of not less than each occurrence are required
[ I Professional Liability Insurance
Professional liability Insurance with limits not less than per claim
with respect to negligent acts, errors or omissions in connection with
Professional services Is required under this Agreement.
[ I Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value
shall be provided Such policy shall include as "Named Insured" the City of
Denton and all subcontractors as their interests may appear.
[ I Additional Insurance
Other insurance may be required on an individual basis for extra hazardous
contracts and specific service agreements If such additional insurance is
required for a specific contract, that requirement will be described in the
"Specific Conditions" of the contract specifications
AAA00350
REVISED 10/12/94 CI - 5
Insurance Requirements
Page a
[sl Worker's Compensation
Governmental Entities
A. Definitions:
ATTACHMENT 1
Coverage for Building or Construction Projects for
Certificate of coverage ('Certificate ')-A copy of a certificate of insurance,
a certificate of authority to self -insure Issued by the commission, or a
coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84),
showing statutory workers' compensation Insurance coverage for the
person's or entity's employees providing services on a project, for the
duration of the project.
Duration of the project - includes the time from the beginning of the work
on the project until the contractor's/person's work on the project has been
completed and accepted by the governmental entity
Persons providing services on the project ("subcontractor" in §406.096) -
Includes all persons or entities performing all or part of the services the
contractor has undertaken to perform on the project, regardless of whether
that person contracted directly with the contractor and regardless of
whether that person has employees This Includes, without limitation,
Independent contractors, subcontractors, leasing companies, motor
carriers, owner -operators, employees of any such entity, or employees of
any entity which furnishes persons to provide services on the project
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service
related to a project. "Services" does not include activities unrelated to the
project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any overage
agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
AAA00350
REVISED 10/12194 Cl - 6
Insurance Requirements
Page 7
C. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, prior
to the end of the coverage period, file a new certificate of coverage with
the governmental entity showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a
project, and provide to the governmental entity.
(1) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and
(2) no later than seven days after receipt by the contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project.
F. The contractor shall retain all required certificates of coverage for the
duration of the project and for one year thereafter
G. The contractor shall notify the governmental entity in writing by certified
mail or personal delivery, within 10 days after the contractor knew or
should have known, of any change that materially affects the provision of
coverage of any person providing services on the project
H. The contractor shall post on each project site a notice, in the text, form and
manner prescribed by the Texas Workers' Compensation Commission,
Informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify coverage and
report lack of coverage.
AAAM350
FMMSED 10/12/94 Cl - 7
Insurance Requirements
Page S
1. The contractor shall contractually require each person with whom it
contracts to provide services on a project, to:
(1) provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code, Section
401.011(44) for all of its employees providing services on the project,
for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the
project, a certificate of coverage showing that coverage is being
provided for all employees of the person providing services on the
project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, anew
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(4) obtain from each other person with whom 1t contracts, and provide to
the contractor:
(a) a certificate of coverage, prior to the other person beginning
work on the project; and
(b) a new certificate of coverage showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project;
(5) retain all required certificates of coverage on file for the duration of
the project and for one year thereafter;
(6) notify the governmental entity In writing by certified mad or personal
delivery, within 10 days after the person knew or should have known,
of any change that materially affects the provision of coverage of any
person providing services on the project, and
AAA00330
REVISED 10112/94 Cl - 8
Insurance Requirements
Page 9
(7) contractually require each person with whom it contracts, to perform
as required by paragraphs (1) - (7), with the certificates of coverage
to be provided to the person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate
of coverage, the contractor is representing to the governmental entity that
all employees of the contractor who will provide services on the project will
be covered by workers' compensation coverage for the duration of the
project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate insurance carrier or, In the case of a self -insured, with
the commission's Division of Self -Insurance Regulation. Providing false or
misleading information may subject the contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions. .
K. The contractor's failure to comply with any of these provisions is a breach
of contract by the contractor which entities the governmental entity to
declare the contract void if the contractor does not remedy the breach
within ten days after receipt of notice of breach from the governmental
entity.
AAA00350
REVISED ionsrea CI - 9
BID # 216 �-
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
DENTON LANDFILL EXPANSION CONSTRUCTION CONTRACT
IN
DENTON,TEXAS
The undersigned, as bidder, declares that the only person or parties interested in this
proposal as principals are those named herein, that this proposal is made without
collusion with any other person, firm or corporation, that he has carefully examined the
form of contract, Notice to Bidders, specifications and the plans therein referred to, and
has carefully examined the locations, conditions, and classes of materials of the proposed
work and agrees that he will provide all the necessary labor, machinery, tools, apparatus,
and other items incidental to construction, and will do all the work and furnish all the
materials called for in the contract and specifications in the manner prescribed herein and
according to the requirements of the City as therein set forth
t
It is understood that the following quantities of work to be done at unit prices are
approximate only, and are intended principally to serve as a guide in evaluating bids It is
agreed that the quantities of work to be done at unit prices and material to be furnished
may be increased or diminished as may be considered necessary, in the opinion of the
City, to complete the work fully as planned and contemplated, and that all quantities of
work whether increased or decreased are to be performed at the unit prices set forth below
except as provided for in the specifications
It is further agreed that lump sum prices may be increased to cover additional work
ordered by the City, but not shown on the plans or required by the specifications, in
accordance with the provisions to the General Conditions Similarly, they may be
decreased to cover deletion of work so ordered
It is understood and agreed that the work is to be completed in full within the number of
work days shown on the bid tabulation sheet
Denprop doc P-1 112/98
-2-
Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the
Owner, in the amount of five percent of the total bid
It is understood that the bid security accompanying this proposal shall be returned to the
bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a
contract and file a performance bond and a payment bond within fifteen days after its
acceptance, in which case the bid security shall become the property of the Owner, and
shall be considered as a payment for damages due to delay and other inconveniences
suffered by the Owner on account of such failure of the bidder Owner reserves the right
to reject any and all bids Owner may investigate the prior performance of bidder on
other contracts, either public or private, in evaluating bid proposals Should bidder alter,
change, or qualify any specification of the bid, Owner may automatically disqualify
bidder.
BIDDER Accepts
BIDDER accepts an of the terms and conditions of the Advertisement or Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the disposition of Bid
security. This Bid wW remain subject to acceptance for 35 days after the day of Bid opening
BIDDER will sign and deliver the required number of counterparts of the Agreement with the Bonds
and other documents required by the Bidding Requirements within 15 days after the date of
OWNER's Notice of Award
BIDDER's Representations
In submitting this Bid, BIDDER represents, as more fully set forth In the Agreement, that:
a BIDDER has examined and carefully studied the Bidding Documents and the following Addenda
receipt of all which is hereby acknowledged: (List Addenda by Number and Date)
ADDENDA NO. DATE
a
. 2 .2.
M-3 2-13
b. BIDDER has visited the site and become familiar with and ts satisfied as to the general, local and
site conditions that may affect cost, progress, performance and furnishing of the Work
c. BIDDER is familiar with and is satisfied as to all federal, state and local Laws and Regulations
that may affect cost, progress, performance and furnishing of the Work.
BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the
accuracy or completeness of information and data shown or indicated in the Bidding Documents
with respect to existing Underground Facilities at or contiguous to the site
d. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) an
such additional or supplementary examinations, investigations, explorations, tests, studies and
date concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to
the site or otherwise which may affect cost progress, performance or furnishing of the Work or
Denprop doc p-2 112/98
-3
which relate to any aspect of the means, methods, techniques, sequences and procedures of
construction to be employed by BIDDER and safety precautions and programs incident thereto
BIDDER does not consider that any additional examinations, investigations, explorations, tests,
studios or data are necessary for the determination of this Bid for performance and furnishing of
the Work in accordance with the times, price and other terms and conditions of the Contract
Documents.
e BIDDER Is aware of the general nature of Work to be performed by OWNER and others at the
site that relates to Work for which this Bid Is submitted as indicated in the Contract Documents.
f BIDDER has correlated the Information known to BIDDER, information and observations
obtained from visits to the site, reports and drawings identified In the Contract Documents and an
additional examinations, Investigations, explorations, tests, studies and data with the Contract
Documents
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies
In the Contract Documents and the written resolution thereof by ENGINEER is acceptable to
BIDDER, and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furnishing the Work for which this
Bid is submitted
Where conflicts, errors, ambiguities or discrepancies have been discovered in or between Contract
Documents and/or other related documents, and where said conflicts, etc , have not been resolved
through the interpretations or clarifications by ENGINEER as described In the Instructions to
Bidders, because of insufficient time or otherwise, BIDDER has included in the Bid the greater
quantity or better quality of Work, or compliance with the more stringent requirement resulting
in a greater cost.
This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or
corporation and is not submitted in conformity with any agreement or rules of any group,
association, organization or corporation; BIDDER has not directly or indirectly induced or
solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced
any person, firm or corporation to refrain from bidding, and BIDDER has not sought by
collusion to obtain for itself any advantage over any other BIDDER or over OWNER
The undersigned hereby proposes and agrees to perform all work of whatever nature
required, in strict accordance with the plans and specifications, for the following sum or
prices, to wit
Denprop doc
P-3
1/2198
303 347 1844
02/19/98 11 38 RANDALL + BLAKE INC 4 RBI SOUTHLAKE NO 21B P003/006
JAN-30-1998 17 38 101 f t rl I 1 if i P I NG INC 972 960 4471 P 04z07
BID NO
1R TABiULA1UN SHEET (pa eg_,l2f 4)
EI
DES(R[PTIOO N
QUANTITY
UNIT
UNIT PRICE
TOTAL
Mobilization, including one
1
LS
S H1, SDP/ LS
$ 1 Hi, 500.
TNRCC Precon. meeting lu ,%uttin
Unit Price in Woids —�
O ne N�n.4'eel for' ont7Ao✓rw..J ivy ,ne��
v / rt . d e*»6
2
Environmental Controls, complete
I
LS
$q.7.cc*/ LS
$Y. ,'"a
including all erosion Lontrok, final
slope seeding, construction
entrance,
tt __
3 Excavation, complete inclurlinR
227,100
CY
$ / ex/CY
staking, survey control, opri ation
j$.23('4'q2-o0
of existing dowatering s stein
Unit Price in Words
n e /wr .rn fwo e
4
Density Controlled Compacted
20,000
CY
$ , 30 / CY
$ (0000. 00
Fill, complete including staking,
survey control, density control,
testing
Unit Price in Words
.(i try ecors
5
Geomembrane Liner, smooth,
325,742
SF
$ .3 /SF
$P3?78Y. /o
installed complete
_
Unit Price in Workk _
y C 4r
689174
SF
$ ,It7 /SF
$-32,041. '75—
6 Geomembrane Liner. it -wired.
installed complete
Unit Price in Woids
7 Geocomposite Drainage Material,
64,490 SF $ . yb /SF $40, 66S
installed complete
_
Unit Price in Words
12,094
CY
S yd.I_/ CY
$zf li 0.30
9 Leacbate Collecilon Aggregate,
complete including staking, testing
_
Unu Price in Waul�
l
Debdisb2 doc 1 1/30199
02/19/96 11 38
JAN-30-1998 17 39
303 347 1844
RANDALL + HLRKE INC + RBI SOUTHLRKE
HDF ENU I01 FF INC. INC
NO 21S P004/006
972 960 4471 P 05/07
HID NO AM S^
BID TABULAI lON SHEET (vase 2 of 4)
ITEM
DESCRIIFIION _~
Protective Cover, installed w
QUANTITY
UNIT
UNIT PRICE
TOTAL
9
16,624
CY
$ �, 70 / CY
$yy" da
complete including staking, survey
control. and 8 OZ. evotextile
Unit Pnce in Words
o do /ev3 rrne s uert
n fl
to
16 OZ. Geotextile, installed
318,400
FSF I
$ .V / SF
$63, b8o•40
complete
&w Unit Price Words
11
64N Leachate Collection, Riser,
1
LS
$.'18',' 1 LS
$�`i;y�•OO
2.1N Return lines installed
complete, including Geotexttie-
E cased Granular Material
Unit Price in Words
�}'
jrWe it `/VC A V fIr �VMiI�I�
l n� a eM Ir
12
Leachate Removal S1 stem:
1
LS
$a k,000 / LS
$.78, oro 00
18•IN Leachate Surnp Riser,
complete including all labor.
shipping and materials (end caps),
Leachate Sump Access Structure,
complete including all labor and
materials, winch. PVC' sump dram,
PVC piping manifold with valves.
hangers and misc. appurtenances;
Leachate Extraction Systern.
complete including sump pump,
cables, controls, discharge flexhose
and fittings, panelhoards, rb ctrical
work, underground conduit,
bollards, level transducer, .urd
equipment startup
Unit Price to Words
s t die iy.
v /A�^ M• ,J CsytJ
13
Gabion Letdown Structures.
5
A
$/ 70a A-
$ 71,000.00
complete, including earthuork and
all materials
Unit Price in Word%
U✓•' eeAl 'MVC, rfto �I�hr
IA'► N� O CIN7 j
14 1 Reno Mattress, mstaiied complete
260 CY $ 170 / CY $NN,7QD.Oo
between stations 6+00 and 8+28
/Umt Price nt Word.
yIRC- L%un_/w i.1 _S•i,iir,{V JQ4
S
A/0 evn1
Dobdtab2 doc 2 1/30/98
303 347 1844
02,19/98 11 39 RANDALL + BLAKE INC + RBI SOUTHLRKE NO 21S P005i0O6
JAN-30-1998 17 39 1411 F t4I ' f r R111f, INC 972 960 4471 P 06/07
BID NO
ITEM
DESCRIPPION
QUANTITY
UNIT
UNIT PRICE
TOTAL
15
Paved Access Road, complete
5,700
Sy
$ R • v/ SY
$I1.2, Syr,-°O
including staking, testing,
subgrade prep., compaction
rolling, etc.
Unit Price in Words
J ' eCt1vG
e.r 3<S
14,S00
SY
$ 0/ SY
$11 it; Sao•oo
16 Gravel Access Road, complete
including staking, testing,
subgrade prep., compaction.
rolling, etc.
Unit Price in Words
,,��
f /yyw6A
C1.its
17
Pond Outlet Structure, complete
1
LS
$z�, sw/ LS
$'0. )oo 00
including RCP pipes, concrete
spillway, survey control, density
controlled fill, dumped rock ri ra
Unit Price in Words
y
INEH ��F�QVf'i' "A4W,,
<c� OII�O'°S �tl fsg1J
I
LS
$ / LS
$
1g Permanent Site Entrance Hitch
Crossing, complete including RCP
�7, s3o.
�17i�3p_o0
box culvert, headwalls, density
controlled Pill sit vev_ control -
—
Unit Price in Wonis
rwemtv,✓6 _ j % _<f�
it s�U �/1rl I4nc� O C h>`S
19
C tiaens Unloading Area Ditch
1
1LS
$ / LS
$
Crossing. complete bicludinx
/y ypo _
layco 40
RCPs, density controlled fill
survey control
Unit Price in Worts
✓r�Kt,A( �✓f!'1"G�rJ�a✓/' /yr/n�i
/� /l� C S
1
LS
$9J� /
$9r3sv,00
20 Temporary-siteAccevv,compiete
including CMPs, density umtr olled
fill survey control_
Unit Price in Words
21 Site Markers
18 EA $ 5 9 / EA $ rjS"'{ QO
Unit Price in WZis
3 �� y ...10411S ..
DebdtaW Jac 3 1/30198
303 347 1844
02/19 98 11 39 RANDALL + BLRKE INC + RBI SOUTHLRKE NO 218 P006,'006
JNN—SYl-19`dti 17 Sv !11I LI! „1 ! Pll, It0. 972 ': 3W 4471 P OW07
HID NO, 2 1 S(O
BID TAEiUL %,rj0N SHEET (gage 4 of 4)
22 Site Construction Siam - -- — 2 EA $ 7 sV• / EA $106W -00
Unit Price llt Wotd,l+ t4mt-,r+nt�, 'FF-1j lmc`MtS
23 Clay Liner, complete JL 30,200 CY $ 1. t / CY $ 39, >W-CO
Unit Price in Words ONt3 30po Uocf^o s
24 68 LF 24" RCP with sloped c d yss . I LS $ay W/ LS
treatment,
48 LP 24" RCI' with sloNd c,u!
treatment,
76 LF 24" CMP with so, ker a nd
UntiPnccill Wotd. TA"''i� to.4�He«aSA�l1 �au 5,
ALTERNATIVE 811) ITEMS
ITEM
DFSCRIPI a>R
Drains, installed, unnpietr
QUANTIT
Y
UNIT
UNR PRICE
TOTAL
LF
$ 3?• LF
$
A
including excavation drain ulr and
B1
a re ate backfill
Add Geocompositc Drainage
Material on Bottom and Sides of
393,916
SF
$
F
Cell _
Add 24 in Thickness Proton live
Cover Material a% Shown in
31,411
CY
$ !x
$ ti c.
112
Drawings, installed cotnplett,
Including Staking and SILM )
Control _ _ _ _
Delete Items 7, 8, 9• h. 10
-
<$ 31 330
B3
Debdtab2 doe
H
U30/98
TOTAL P 07
- 8-
TOTAL BID PRICE IN
In the event of the award of a contract to the undersigned, the
undersigned will furnish a performance bond and a payment bond for
the full amount of the contract, to secure proper compliance with
the terms and provisions of the contract, to insure and guarantee
the work until final completion and acceptance, and to guarantee
payment for all lawful claims for labor performed and materials
furnished in the fulfillment of the contract.
It is understood that the work proposed to be done shall be
accepted, when fully completed and finished in accordance with the
plans and specifications, to the satisfaction of the Engineer.
The undersigned certifies that the bid prices contained in this
proposal have been carefully checked and are submitted as correct
and final.
Unit and lump -sum prices as shown for each item listed in this
proposal, shall control over extensions.
AabML r &Aie 0, 3zvC /
CONTRAC OR
BY
OFF ��-C— �B�4SAR�vT
y9or S. u�,,.o�rhsa�.
Street Address
Lxmt- rvA/, Co 801 A-0
City and State
Seal & Authorization / 30 �� 7s�-- SSl 3 0
(If a Corporation) l
Te sphone
B - 1
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE
COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, a Pennsylvania
corporation (herein collectively called "the CNA Surety Companies"), are duly organized and existing corporations having their principal offices in
the City of Chicago, and State of Illinoie, and that they do by virtue of the signature and seals harem affixed hereby make, constitute and appoint
their true and lawful Attomey(s)4n-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds
undertakings and other obligatory Instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as If such instruments were signeo by a duly authorized officer of their corporations
and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed
This Power of Attorney Is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof duly
adopted, as indicated, by the Boards of Directors of the corporabons
In Witness Whereof, the CNA Sureties Companies have caused these presents to be signed by their Group Vice President and
their r orporete seals to be hereto affixed on this 2nd day of June 1997
CONTINENTAL CASUALTY COMPANY
cts,
�'ta NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
ra
t( ml of i
827
M C Vonnahme Group Vice President
State of Illinois County of Cook, as
On this 2nd day of June 1997 before me personally came
M C Vonnahme , to me known who, being by me duly swom, did depose and say that he resides in the Village of Danen State of Illinois
that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument that he
knows the seals of said corporations, that the seals affixed xed to the said instrument are such corporate seals that they were so affixed pursuant to
authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges
same to be the act and deed of said corporations
es Pe�c
NOTARY S
My Commission Expires June 5, 2000 Eileen T Pachuta Notary Public
CERTIFICATE
I, Robert E Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is
still In force, and further ow* that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still
in force In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations
this 19thday of February 1998
CONTINENTAL CASUALTY COMPANY
(go al4' NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA
a
ot�4��
y m7sm
( >•
Robert E Ayo Assistant Secretary
(Rev 7/14/95)
CERTIFIED COPY OF RESOLUTION OF
BOARD OF DIRECTORS OF
Ztallo ►ua•aK �41:����-�nnp, �,c� �lA•�o+"�'�KS
(Namj o(Corpo`— Ian)
�� F F CrQ�oaL v.�esT
RESOLVED that A�teS. — t!A�Ot' ASK
(Parson Authorized to Sign) (Title)
of R8T LotwilD ot4A K be authorized to sign and submit
(Name or Corporation)
the Bid or proposal of this corporation for the following project
CITY OF CHANDLER, MUNICIPAL LANDFILL PHASE 2 CLOSURE,
CITY PROJECT NO 79601 404.
The foregoing Is true and correct copy of the resolution adopted by
Q A L / L A,%l A~A+4 K at the meeting of its Board of
(Namelof Corporation)
Directors held on the 11 day of �� �"` 8GA 199 7
By
cr+/MtIJ 24V—
(Signature) Aa/►AtL
Title
(This form must be completed If the Bidder Is a corporation )
Certified r'nov of Resolution of Board of Directors 26
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that where Randial1nam& Blake
'le Inc. of Contracrorl
4901 So. Windermere St.
Littletona 80120 y
as Principal, hereinaftC0 er caller! the Principal, and Continenttaln�Casualt" full mine and Codmh a° gal title of Surety)
CNA Plaza
Chicago, IL 60685
a corporation duly organized under the laws of the State of Illinois
as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Denton, Purchasing Dept. (Here insert full name and address or legal title of Owner)
901-B Texas Street
DD nto TT%g 76 0
as Obrigee,t4iereinafter called the Obligee, in the sum of
Five Percent of Bid Amount ------------------------ Dollars($ 5%------- ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents
WHEREAS, the Principal has submitted a bid for IHerc mart full name address and description of project)
Landfill Expansion, Phase I Construction
Permit No. 1590A, Bid No. 2165
Earth Moving, Liner Installation, Box Culvert
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified In the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the gvent of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract
with another parry to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain
in full force and effect
Signed and sealed this 19th day of February 1998
Randall & Blake, Inc
( ,) (Principal) (Seal)
a �i't !Il B t[ if v.
(Witness) y
FAic. r-CrOA (Title) Vtt.Is re6sa0i^aT�
Due VIVILru,
AIA DOCUMENT A310 • BID BOND • AIA 0 • FEBRUARY 1970 ED • THE AMERICAN 1
INSTITUTE Of ARCHITECTS 1735 NY AVE, NW, WASHINGTON D C 20006
ajup.
t"
< �
� §0$1""'W
eR�dduoei
DATE
(MMODIYY)®1/R1,e
<L;0 3/10/98
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Lockton Companies of Co Inc
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
4500 Cherry Creek Drive South
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
Suite 400 M1
COMPANY
Denver, CO 80246-1532
303-753-2000
A Travelers Indemnity Company
INSURED
COMPANY
Randall St Blake, Inc
B Indemnity Insurance Cc of NA
COMPANY
1801 W Be I I ev I BW
Littleton, CO 80120
C
COMPANY
D
ij�aA� f taw
ra1PYJ9 7 b >y W f o
THIS IS TO CERTIFY THAT THEPOLICIES OF INSURANCE LISTED BELOW HAVE BEENISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED,NOT W ITHSTANDINGANYRROUIREMENT,TERMORCONDITIONOFANYCONTRACTOROTHERDOCUMENT W ITHRESPECTTO W HICHTHIS
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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
do
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLIOY11PPEOTIVE
DATE(MMIDDIYY)
POLICY EXPIRATION
DATE(MMIDDIYY)
LIMITS
GENERAL
LIABILITY
GENERAL AGGREGATE
S 2,000 ,COG
A
COMMERCIAL GENERAL LIABILITY
784F8893TJA-97
7/03/97
7/03/98
X
PRODUCTS COMP/OP AGO
3 2,000,000
CLAIMS MADE OCCUR
XCU INCL
PERSONAL A ADV INJURY
S 1,000,000
OWNER'S A CONTRACTOR'S PROT
X
EACH OCCURRENCE
S 1 , 000 , 000
Per project egg
X
FIRE DAMAGE (Any one fire)
$ 50,000
app I I BB
MED EXP (Any one person)
$ 5 , 000
A
AUTOMOBILE
LIABILITY
ANY AUTO
784F8693T1L-97
7/03/97
7/03/08
COMBINED SINGLE LIMIT
S
1,000,000
X
BODILY INJURY
(Per parson)
S
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(Par accident)
S
HIRED AUTOS
NON OWNED AUTOS
X
PROPERTY DAMAGE
S
GARAOBLIABLRY
AUTO ONLY EA ACCIDENT
S
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
S
AGGREGATE
$
BXCESGUABLITY
EACH OCCURRENCE
$ 4,000,000
A
F--vl UMBRELLA FORM
CUP784F8693
7/03/97
7/03/98
AGGREGATE
S 4,000,000
$
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
XI STATUTORY LIMITS
B
aMPLOYERa'LIABILITY
C42411450
1/01/90
1/01/90
EACH ACCIDENT
$ 100,000
THE PROPRICTOR/ XINCL
PARTNERS/EXECUTIVE
OFFICERS ARE EXCL
I
DISEASE POLICY LIMIT
$ 500,000
DISEASE EACH EMPLOYEE
It 100,000
OTHER
P )N OF OPERATIONSLOCAVIONSiVNHICUBIBPBCIAL ITEMS
RE Landfill Expansion, Phase I Construction
City of Denton, its Officials,
Agents, Employees and Volunteers are Included
as Additional Insured on General
and Liabilit — This Insurance
is rimeyArry 3/�1+0/98 ++
1Automobile
1Hrevised
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISBUING COMPANY WILL BI MCUWNXMAL
City of Denton
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
A t t n Purchasing Department
staBB�ucmcnwaomsoasBc>ta nnmwsecswmraoxxx
901-8 Texas St
XQlMalMXWRX4MKx Mx4Wl SMx=x&MKNxAecXMWmmmKnNK
Denton, TX 76201
1
e vs s MAP`h;"
it
APM R �LRESENTATIVB O � 320020000
," as > <mra�"� Ii451111�TIQM 1993
"N