1998-047I CONSTRUCTION PERMIT 1590A)
WHEREAS, the City has solicited, received and tabulated competmve bids for the
construction ofpubhc works or improvements m 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 hereto described b~ds are the lowest responsible bids for the construction of the public works or
~mprovements described m the bid mxatatlon, b~d proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAI2qS
SECTION I That the following competitive b~ds for the construction ofpubhc works or
~mprovements, as described m the "Bid Inv~tattons", "B~d Proposals" or plans and specfficat~ons on
file ~n 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
NUMBER CONTRACTOR AMOUNT
2165 RANDALL & BLAKE $1,503,817.74
SECTION II That the acceptance and approval of the above compet~tive b~ds shall not
constitute a contract between the C~ty and the person submitting the bid for constmctlon of such
pubhc works or improvements hereto accepted and approved, until such person shall comply with
all reqturements specified m the Notice to B~dders including the t~mely execution of a written
contract and furnishing of performance and payment bonds, and ~nsurance certificate after
notification of the award of the bid
SECTION HI That the Caty Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the pubhc works or nnpmvements m accordance
w~th the bads accepted and approved hereto, provaded that such contracts are made an accordance
with the Not~ce to Badders and Bad Proposals, and documents relating thereto specifying the terms,
condat~ons, plans and specfficataons, standards, quantatles and specffied sums contained thereto
SECTION IV That upon acceptance and approval of the above competmve bads and the
executaon of contracts for the pubhc works and tmpmvements as anthonzed hereto, the City Council
hereby authonzes the expenchture of funds an the manner and m the amount as specified m such
approved bids and authorized contracts executed pursuant thereto
SECTION V That fins ordinance shall become effeetave unmedlately upon its passage and
approval
ATTEST,
JENNIFER WALTERS, CITY SECRETARY
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
RANDALL&BLAKE $1,550,055 68 $1,503,817 74
C WATTS & SONS $1,851,520 21 $1,860,156 53
POWER CONSTRUCTION $1,988,246 62 $1,789,124 53
FOSTER WHEELER $1,995,673 96 $1,886,649 73
LH LACEY $2,060,118 32 $1,972,700 55
METRO-PLEX EXCAVATING $2,096,016 24 $2,060,258 86
ADDICKS SERVICES INC $2,151,871 84 $2,146,844 84
AFFOLTER CONTRACTING $2,360,743 66 $2,478,708 46
LAUGHLIN ENVIRONMENTAL $2,421,753 93 $2,429,402 72
EXHIBIT I
CONTRACT
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 T~D BENAVIDES
thereunto duly authorized so to do, hereinafter termed "OWNER, ,, and
~n~nAT,?, & BLAKE, INC / LANDMARK RECLAMATION, INC
490~ S WINDERMERE
LITTLETONr CO 80120
of the City of ~ITTLETON
~ County of ARAPANOET
and State of COLORADO , hereinafter
termed "CONTRACTOR. -
WIT.NESS. ETH:. That for and in consideration of the payments and
agreemen=s ~erelnafter mentioned, to be made and perfoz-med 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:
BID %2165 - LANDFILL EXPANSION p~A~W. I CONSTRUCTION PERMIT 1590A
in the amount of s1.503.817.74 and all extra work in
~oO_n~n~e~_c~ion t~_e.r, ewith, under the ter~. as stated i. the General
nul=zone cz ~e agreement; and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and other
nepeseary to complete the work specified
~g~;;a~na~a~ee W.~a the. ~.ondition. and prices stated in the
re=o, an~ In accordance with all the General
Conditions of the Agreement, the Special Conditions, the Notice to
pBeirdfdoerS_(A_dverti, sement for Bids), Instructions to Bidders, and the
rmanoe en~ Payment Bonds, all attached hereto, and in
accordance with the plans, which includes all maps, plats,
CA - I
blueprints, and o~her drawings and printed or written explanatory
matter thereof, and the SpecifAcations therefore, as prepared by
all of which are made a part hereof and collectively evidence aha
constitute the entire oon~ract.
IndePendent
It is mutually ~lderstood and agreed by and between City and
~o~t~act~r that .Con,rector is an ~ndependent con~ractor and shall
~e~,e ~..e~_~a ~_~_ ~? or considered an employee of the City of
iiLilyl...-t~_5 ~or ~ne ~.u=posem of .income tax, withholding, social
~=u~ u~xes, vaca=ion or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, end it is exl0ressly understood that Contractor shall
~ca~'~ ~_- ~r~css hereug~er according to the attached
_~ ~_ _u~n. m~=ne general a%rection of the City Manager of the
u~=y or Den=on, Texas, or his designee u~der this agreement.
harm.~t:~to.r~s, ga}} ~nd. do.~ hereby agree to indemnify and hold
.. _?~ ~,~ u~u~ .o= Den=on Erom any and all damages, loss, or
· laDlll=y or any ~nd whatsoever, by reason of injury to property
or third persons occasioned by any error, om~ssion or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it As 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.
Choice of Law and V~t~
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 tame
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 s~tbject to the General and Special
Conditions of the Contract.
IN WITNESS WHEREOF, the parties of the~e presents have
executed ~his agreement in the year and day first above written.
U U
(SEAL)
ATTEST:
~~ RANDALL & BLAKE, INC /
- ~ ~ LANDMARK RECLAMATION ~ ~,
CONTRACTOR
MAILING ADDRESS
PHONE NUMBER
~ N~BE~
~RINTED N~E
APPROVED AS TO FORM: (SEAL)
/City ~t't~rn~ f/ /
/
AAA0184D
Rev. 04/05/96
CA - 3
PAYMENT 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 m 4901 S WINDERMERE,
LITTLETON, CO 80120, hereinafter called Pnnmpal, and CONTINENTAL CASUALTY COMPANY,, an IL
a corporation orgamzed and exmt~ng under the laws of the State of ~ll'~a~, and fully authonzed to corp
transact business m the State of Texas, as Surety, are held and firmly bound unto the C~ty of Denton,
a mummpal corporation orgamzed and exmt~ng under the laws of the State of Texas, hermnafter
called Owner, and unto all persons, firms, and cerporat~ons who may furmsh materials for, or
perform labor upon, the bmkhng or ~mprovements hereinafter referred to, m the penal sum of ONE
MILLION FIVE HUNDRED THREE THOUSAND EIGHT HUNDRED SEVENTEEN and
74/100-- ($1,503,817.74) m lawful money of the Umted States, to be prod m Denton County, Texas,
for the payment of winch sum well and truly to be made, we hereby Innd ourselves, our he~rs,
executors, adm~mstrators, successors, and asmgns, jmntly and severally, firmly by these presents
Tins Bond shall automatically be ~nereased by the amount of any Change Order or Supplemental
Agreement wtuch ~ncreases the Contract pnce, but m no event shall a Change Order or Supplemental
Agreement winch reduces the Contract pnce decrease the penal sum of tins Bond
THE OBLIGATION TO PAY SAME is condltmned as follows Whereas, the Pnnmpal
entered ~nto a eertann Contract, ~dent~fied by Orchnance Number 98-047, w~th the C~ty of Denton,
the Owner, dated the 3 day of MARCH, A D 1998, a copy of which ~s hereto attached and made
a part hereof, for BID # 2165 - LANDFILL EXPANSION PHASE I CONSTRUCTION
PERMIT 1590A.
NOW, THEREFORE, ~fthe Pnnmpal shall well, truly and fmthfully perform ~ts dutxes and
make prompt payment to all persons, firms, subcontractors, corporations and clmmants supplying
labor and/or material ~n the prosecution of the Work provided for ~n smd Contract and any and all
duly authorized modifications of sand Contract that may hereafter be made, not,ce of which
modifications to the Surety bmng hereby expressly wmved, then tlus obhgat~on shall be void,
otherwme ~t shall remain ~n full force and effect
PROVIDED FURTHER, that ffany legal action be filed on tins Bond, exclumve venue shall
he ~n Denton County, Texas
AND PROVIDED FURTHER, that the sand Surety, for value recmved, hereby stipulates and
agrees that no change, extenmon oftnne, alteration or adtht~on to the terms of the Contract, or to the
Work performed thereunder, or to the Plans, Spemficat~ons, Drawings, etc, accompanying the same,
shall ~n anywme affect ~ts obhgat~on on thru Bond, and ~t does hereby wmve not,ce of any such
change, extenmon of t~me, alteration or adcht~on to the terms of the Contract, or to the Work to be
performed thereunder, or to the Plans, Spemficat~ons, Drawings, etc
PAYMENT BOND - Page 1
This Bond is g~ven pursuant to the pmvmlons of Chapter 2253 of the Texas Government
Code, as amended, and any other apphcable statutes of the State of Texas
The undermgned end demgnated agent as hereby designated by the Surety herein as the
Resident Agent m DENTON County to whom any requisite notmes may be dehvered and on whom
serrate of process may be had m matters arising out of such suretyslup, as prowded by Amcle 7 19-1
of the Insurance Code, Vemon's Annotated C~wl Statutes of the State of Texas
IN WITNESS WHEREOF, fins ~nstmment m executed m 4 cop~es, each one of winch shall
be deemed an original, fins the 3 day of MARCH 1998.
ATTEST PRINCIPAL
RANDALL & BLAKE, INC /
LANDMARK RECLAMATION, INC
SECRETARY Pi(ESrlD]~lqT
ATTEST SURETY
CONTINENTAL CASUALTY COMPANY
Debbie Poppe
The Remdent Agent of the Surety m Denton County, Texas for dehvery of not,ce and service of the
process is
Y~XSON-~0NEY-TURNER, INC
STREETADDRESS 8610 King George Dr±ye - Dallas, TX 75235-2292
(NOTE Date of Payment Bond must be date ofCon~act IfRemdent Agent m not a
corporation, give a nersoa'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, heremaiter called Pnnc,pal, and CONTINENTAL CASUALTY COMPANY,, an IL
a corporation orgamzed and emsUng under the laws of the State of '~ and fully authorized corp
to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of
Denton, a mumclpal corporation orgamzed and exmt~ng under the laws of the State of Texas,
heremafier called Owner, in the penal sum of ONE MILLION FIVE HUNDRED THREE
THOUSAND EIGHT HUNDRED SEVENTEEN and 74/100 - ($1,S03,817.74) plus I0 percent
of the stated penal sum as an addmonal sum of money representing additional court expenses,
attorneys' fees, and hqmdated damages ans]ng out of or connected vath the below ldentffied
Contract, ,n lawful money of the Umted States, to be prod m Denton County, Texas, for the payment
of whlch~sum well and truly to be made, we hereby bind ourselves, our h¢~rs, executors, admlm-
strators, successors, and assigns, jointly and severally, firmly by these presents Tlus Bond shall
automaUcally be increased by the amount of any Change Order or Supplemental Agreement wtuch
increases,the Contract pnce, but m no event shall a Change Order or Supplemental Agreement wtuch
reduces the Contract price decrease the penal sum of tlus Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Pnncipal
entered into a certmn Contract, identified by Ordmanee Number 98-047, with the City of Denton,
the Owner, dated the 3 day of MARCH A D 1998, a copy of winch is hereto attached and made a
part hereof, for BID # 2165 - LANDFILL EXPANSION PHASE I CONSTRUCTION PERMIT
1590A.
NOW, THEREFORE, if the Prmmpal shall well, truly and faithfully perform and fulfill all
of the undertalongs, covenants, terms, conrht~ons and agreements of stud Contract m accordance with
the Plans, Specfficat~ons and Contract Documents dunng the original term thereof and any extension
thereofwluch may be granted by the Owner, with or w~thout noUce to the Surety, and during the hfe
of any guaranty or warranty reqmred under tins Contract, and shall also well and truly perform and
fulfill all the undertalongs, covenants, terms, conditions and agreements of any and all duly
authorized modifications of stud Contract that may hereafter be made, notice of wluch mochficauons
to the Surety bemg hereby wtuved, and, if the Principal shall repmr and/or replace all defects due to
faulty materials and workmanstup that appear vothm 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
lndemmfy and save harmless the Owner from all costs and damages which Owner may suffer by
reason of fmlure to so perform hereto and shall fully rermburse and repay Owner all outlay and
expense Which the Owner may incur m malting good any default or deficiency, then ttus obligation
shall be void, otherwise, it shall remain m full fome and effect
PERFORMANCE BOND - Page 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall he m Denton County, State of Texas
AND PROVIDED FURTHER, that the smd Surety, for value received, hereby stipulates and
agrees that no change, extension oftmae, alterataon or a&htaon to the terms of the Conlract, or to the
Work to be performed thereunder, or to the Plans, Speelficataons, Drawings, etc, accompanying the
same, shall m anywise affect ars obhgataon on rials Bond, and it does hereby wave notate of any such
change, extension of tame, alteration or adchtaon to the terms of the Contract, or to the Work to be
performed thereunder, or to the Plans, Speelficataons, Drawangs, ere
Tins Bond ~s gtven pursuant to the pmvmons of Chapter 2253 of the Texas Government
Code, as amended, and any other appheable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent m DENTON County to whom any reqmslte notices may be delivered and on whom
sennee of process may be had m matters ansmg out of such suretystup, as pmvlded by Amcle 7 19-1
of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, flus instrument is executed m 4 copies, each one of wlueh shall
be deemed an original, this the 3 day of MARCH, 1998
ATTEST PRINCIPAL
RANI)ALL & BLAKE, INC /
SECRETARY /~'-r { PRESIDENT
ATTEST SLrRETY
t 0 ATTORNEY'-i~N-FACT
Debb:te Poppe
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is
MAX$ ON-I~ItONE¥- TURNER, IRC
STREET ADDRESS 8610 K'In~i Oeorge Drive - Dallas, TX 75235-2292
CNOTE Date of Performance Bond must be date of Contract If Resident Agent Is not a
corporation, give a person's name )
PERFORMANCE BOND - Page 2
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Mart By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois ~orporabon, NATIONAL FIRE INSURANCE
COMPANY OF HARTFORD, a Conne~lcut corporat3on, AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, a Pennsylvania
corporation (herein Colls=ttvaly celled '~he CNA Surety Companies"), era duly organized and existing corporations having their principal offices in
the C~ of Chicegoi and State of Illinois, and th~ they do by virtue of the a~gnature and seals hara~n affixed hereby make, constitute and appoint
W~ll~am M O'C~nnell~ Jr~ Sarah Finn~ Brad C Gtbaon~ Teresa Palsm~no~ Sue Wood~ Debb~ePeppe~ Shelley Cz~kowski, Ind~dually
of Denverr Colorado , , ~
their true and lawfuI Atlomey(a).ln-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds
undertsklngs and other obligatory instruments of similar nature
- In Unl~mited Amounts -
and to b~nd them thereby es fully and to the same extent es if such instruments were signed by a duty authorized officer of their corporabons
and a~l the acts of said Attorney, pursuant to the authority hereby given are hereby marled and confirmed
Th~s Power of Atl;omey is made and executed pursuant to and by authonty of the By-Laws and Resolutions pr~ntsd on the reverse hereof duly
adopted, as ~ndiceted, by the Boards of Dire=tore of the ¢=rporetions
In Wlthsse Whereof, the CNA Surehes Companies have caused these presents to be a~gned by their Group Vice Preeident and
their corporate seals to be hereto affixed on th~s 2nd day of June 1997
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA
M C Vonnahroe Group Vice Prss~dent
Stats of Illinois CoUnty of Cook, ss
On this 2nd day of June 1997 before me parssnaiiy came
M C Vonnahme i, ts me krmwn, who, being by ma duly sworn, d~d depose and say that he resides ~n the V~llage of Danen, State of lthno~s
that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
and AMERICAN C,~SUALTY COMPANY OF READING, PENNSYLVANIA described ~n and which exsouted the above ~netrument, that he
knows the seals of ~l~d Corporabene, that the asals affixed to the said instrument ara such corporate seals that they were so affixed pursuant to
authorlt7 gtven by the Boards of Dlrantsrs of said corporations and that he eigned his name thereto pursuant to like authority, and acknowledges
same to be the a~ end deed cf sa~d Corporations
My Commission Expires June 5, 2000 EiIsan T Psohuts Notary Public
CERTIFICATE
I Rob=rt E Ayo, Asaietsnt Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby cerbfy that the Power of Attorney hera~n above set forth is
still In force, and full:her certify that the By-Law and RsaollJtion of the Beard of D~rsotors of each corporation printed on the reverse hereof ara st~ll
in force In tesbmony whereof I have hereunto subecr~b,.e~.j~ny narcs and affixed the seals of the sa~d corporations
th~s 3rd day Of [~_az'ch ~ =~o
CONTINENTAL CASUALTY COMPANY
Robert E Ayo Assistant Secretary
(Rev 7/14/95)
Author,z~ng By-Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY
This Power of Attorney ~s made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Dirsators
of the Company
"Article IX---Exsoutlon of Dooumenfa
Se~cn 3 Appointment of Attomey-~n-fact The Chairman of the Board of Dlrsotors, the Praa~dent or any Executive, Semor cr
Group Vioa Pras~dect may from time to time appoint by wrfiten cerbfioatss attomeye-~n-fect to act m behalf of the Company ~n the
execution of poholes of ~nsursnoa bonds undertakings and other obligatory instruments of l~ke nature Such attomeys-ln-fect subJect
to the hmrtations eat forth ~n their respactive oart~ioafas of authorrty, shall have full power to b~nd the Company by their s~gnature and
execubon of any such ~oatrumects and to attach the seal of the Company thereto The Chairman of the Board of Diraotors the Presldsot
or any Executive, Semor or Group Vice President or the Board of D~rsctors, may at any time, revoke all power and authonty prewously
g~ven to any attomey-~n-fact
This Power of Attorney ~s s~gned and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of D~rsctors 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 Prealdsot and the seal of the Company may
be affixed by facsimile on any power of attomey granted pursuant to Section 3 of Ar~cle IX of the By-Laws, and the slgnatura of the
Secretary or an Assistant Secretary and the seal of the Company may be affixed by faoa~m~le to any oartflicate of any such power and
any power or oartnqcats beanng such facsimile s~gcatura and seal shall be vahd and binding on the Company Any such power so executed
and sealed and oa~fled by co.floats so executed and coaled shall, with respect to any bend or underfaklng to which It Is attached
continue to ba valid and binding on the Company '
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANia
Thrs Power of Attorney ~s 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-th-Fact
Se~on 2 Appointment of Attorney-m-fact Tha Chairman of the Board of Directors the Proa~dent or any Exsou~ve Sen~or or Group
Vice Prasldent may from time to time, appoint by written oarbfioates attorneys-an-fact to act ~n behalf of the Company an the execution of
policies of ~nsursnce, bonds, undertsk~ngs and other obhgatory instruments of hke nature Suoh attorneys-m-fa=t, subject to the hmitabons
set forth in their respsotive oartrfioatss of authority, sholl have full power to b~nd the Company by their s~gnature and execution of any such
~nstrumants 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 authorrty previously given to any attorney-in-fact"
This Power of Attorney ~s signed and coaled by facsimile under and by the authonty of the follow~ng Roaoluflon adopted by the Board
of D~rsctors of the Company at a moating duly called and held on the 17th day of February, 1993
"Resolved that the s~gnaturs of tha Prss~dant or any Executive, Senior or Group Vice Proa~dant and the seal of the Company may
be affixed by faoalm~le 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 certrfioats beanng such faoalm~le s~gnaturs and seal shall be vahd and blndrng on the Company Any suoh power so executed and
sealed and oa~fied by oartrfloato so executed and sealed shall, with raapsot to any bond or undertaking to whioh It ~s attached, continue
to be volld and binding on the Company"
ADOPTED BY THE BOARD Of DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
Th~s Power of Attomey ~s made and executed pursuant to and by authority of the followng Resolution duly adopted on February 17 1993
by the Board of Directors of the Company
'RESOLVED That the Pras~dent an Exect~ve Vice President, or any Senior or Group Vice Prsa~dent of the Corporetion may, from time
to time, appoint by wntfan oarbfioatss Attorneys-~n-Fact to act In behalf cf the Corporstion ~n the execution of polrc~ea of msuranco, bonds
undertakings and other obligatory ~nstruments of I~ke nature Such Attorney-In-Fact, subject to the lirn(cations set forth ~n their respecave
cartffioatsa of authonty shall have full power to b~nd the Corporation by tha~r signature and exsoution of any such Instrument and to attsoh
the seal of the Corporation thereto The Prasldent an Executive Vice Preaipant, any Semor or Group Vice President or the Board of D~rectors
may at any time revoke all power and authority previously given to any Attorney-in-Fact"
Th~s Power of Attorney ~s s~goad 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 Fabruary 1993
"RESOLVED That the s~gnaturs of the President an Executive Vioa President or any Semor or Group Vice President and the seal of the
Corporefaon may be affixed by facsimile on any power of attorney grsntsd pursuant to the Reeclut~on adopted by th~a Board of Directors on
February 17 1993 and the s~gnature of a Secretary or an Ase~stsnt Secretary and the seal of the Corporation may be aft[xed by faoa~m~la to
any ~erbfioate of any suoh power, and any power or oartrfloate beanng suoh faoalm~la a~gnature and seal shall be vol~d and b~ndlng on the
Corporation Any such power so executed and sealed and certified by corlffioats 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 compan~ first
If the dispute is not resolved, you may contact the Texas
Department of Insurance
AGENT
Lockton Companies of Colorado,
4500 Cherry Creek Dr So #400
Denver, CO 80246-153'2
(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 ineurance 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 Iow bidder fails to
comply strictly with the Insurance raquiraments, 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:
W~thout limiting any of the other obhgations or liabilities of the Contractor, the
Contractor shall prov;de and maintain until the contracted work has been completed
and accepted by the City of Denton, Owner, the mm;mum 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, contain,ng the
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 adwsed to make such requests pr;or to
open,rig, since the insurance requ,rements may not be modified or waived after b~d
opening unless a written exception has been subm,tted 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 obta,ned in satisfaction of these requirements shall
comply with the following general specifications, and shall be ma,nra;ned in
comphance 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 bus;ness ;n the
State of Texas with an A M. Best Company rating of at least A
· Any deductibles or self-insured retentions shall be declared ~n the
proposal If requested by the City, the insurer shall reduce or ehm~nate
such deductibles or self-insured retentions with respect to the City, ~ts
AAA00350
REVIEED 10112/94 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.
· LlabillW polic,es shall be endorsed to provide the following:
e· Name as additional insured the C~ty of Denton. ~ts Officials. Agents,
Employees and volunteers.
e· That such ,nsurance ~s primary to any other Insurance avmlable to the
additional Insured w~th respect to cia,ms covered under the pohcy and
that this Insurance applies separately to each ~nsured agmnst whom
claim is made or suit is brought The inclus~on of more than one
Insured shall not operate to increase the insurer's limit of liability.
· All pohc,es shall be endorsed to provide th~r~y(30) days prior written not~ce
of cancellation, non-renewal or reduction in coverage
· Should any of the required insurance be prowded under a clmms-made
form, Contractor shall maintmn 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 dunng the contract
term wh,ch give rise to clmms made after expiration of the contract shall
be covered.
· Should any of the required insurance be prowded under a form of coverage
that includes a general annual aggregate limit prowding for clmms
investigation or legal defense costs to be ~ncluded m the general annual
aggregate limit, the contractor shall e~ther double the occurrence I,m~ts or
obtain Owners and Contractors Protective L~ab~l~t¥ Insurance.
· Should any required insurance lapse dunng the contract term, requests for
payments originating after such lapse shall not be processed until the C~t¥
recmves satisfactory ewdence of reinstated coverage as required by th~s
contract, effective as of the lapse date. If ~nsurance ~s not reinstated, C~ty
may, at ~ts sole option, terminate th~s agreement effective on the date of
the lapse.
AAAOO360
~'v,s~o ~o/~=m4 CI - 2
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained In satisfaction of this Contract shall
additionally comply w,th the following marked specifications, and shall be mainta,ned
in compliance with these additional specifications throughout the duration of the
Contract, or longer, if so noted:
General Liability Insurance:
General Uab,l,ty Insurance with combined single limits of not less than
$1,ooo~0oo.00 shall be provided and maintained by the contractor. The pohcy
shall be written on an occurrence basis either in a single policy or ,n a
combination of underly,ng and umbrella or excess policies
If the Commercial General Liability form (ISO Form CG 0001 curren;
ed;tlon) is used:
· Coverage A shall include premises, operat,ons, products, and
completed operations, independent contractors, contractual hab~l,ty
covering this contract and broad form property damage coverage
· Coverage B shall ,nclude 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) ~s used, it shall Include at least'
· Bodily injury and Property Damage L~ab~llty for prem;ses,
operations, products and completed operations, independent
contractors and property damage resulting from explosion, collapse
or underground (XCU) exposures
· Broad form contractual liabll,ty (preferably by endorsement)
covering this contract, personal ~njury liab;hty and broad form
property damage liability.
AAA00350
P~'V~SED ~0/~=/~4 CI - 3
Insurance Requirements
Page 4
Automobile Uability Insurance:
Contractor shall provide Commercial Automobde Llab;lity Insurance w~th
Combined Single Limits (CSL) of not less than $1,ooo,o0o.ooeither in a single
policy or In a combination of basic and umbrella or excess policies. The policy
wdl Include bodily Injury and property damage liability arising out of the
operation, maintenance and use of all automob,les and mobile equipment used
In conjunction w;th this contract.
Satisfaction of the above requirement shall be m the form of a pohcy
endorsement for:
· any auto, or
all owned, hired and non-owned autos.
Workers Compensation Insurance
Contractor shall purchase and maintmn Worker's Compensation insurance
which, ~n addlt;on to meeting the minimum statutory requirements for ~ssuance
of such ~nsurance, has Employer's Liabd~ty hm;ts of at least $100,000 for each
acc;dent, $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 ~nsurer shall agree to waive all rights of subrogatmn against the C~ty,
~ts offic~als, 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 prowslons of Attachment 1 ~n accordance
w~th §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas
Worker's Compensation Comm~smon (TWCC)
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtmn, pay for and mmnta,n at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Lmbd,ty insurance pohcy nam,ng the C~ty as ~nsured for property
damage and bodily injury which may anse ~n the prosecution of the work or
contractor's operations under this contract Coverage shall be on an
AAA00360
REVISED 10/12/94 CI - 4
Insurance Requirements
Page 5
"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.
[ ] Fire Damage Legal Uabillty Insurance
Coverage is required if Broad form General Uabil,ty ,s not prowded or is
unavailable to the contractor or If · contractor leases or rents a portion of a
City building Limits of not less than each occurrence are required
[ ] Professional Liability Insurance
Professional liability Insurance with llmlts not less than per claim
with respect to negligent acts, errors or omissions ~n connection with
professional services is required under this Agreement.
[ ] Builders' Risk Insurance
Bu,lders' Risk Insurance, on an Ali-Risk form for 100% of the completed value
shall be provided Such policy shall ~nclude as "Named Insured" the City of
Denton and all subcontractors as their ~nterests may appear.
[ ] Additional Insurance
Other insurance may be required on an ~ndlvldual basis for extra hazardous
contracts and specific service agreements If such additional insurance ~s
required for a specific contract, that requirement w~ll be described ~n the
"Specific Conditions" of the contract specifications
AAA003$0
~=v=a~ ~on2/e4 CI - 5
Insurance Requirements
Page 8
ATTACHMENT I
Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entitles
A. Definitions:
Certificate of coverage ("certlflcate")-A copy of a certificate of insurance,
a certificate of authority to self-insure ~ssued by the commission, or a
coverage agreement (1'WCC-81, TWCC-82, TWCC-83, or TWCC-84),
showing statutory workers' compensation ~nsurence coverage for the
person's or entity'a 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 w~th the contractor and regardless of
whether that person has employees This ~ncludes, without limitation,
independent contractors, subcontractors, leasing companies, motor
carrters, owner-operators, employees of any such entity, or employees of
any entity which furnishes persons to prowde services on the project
"Services" include, without Iim.tatlon, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service
related to a project. 'Services" does not ~nclude 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 requ.rements of Texas Labor Code,
Section 401.011 (44) for all employees of the contractor providing services
on the project, for the durst;on of the prolect.
AAA00350
REVISED 10112M4 CI - 6
Insurance Requirements
Page 7
C. The Contractor must provide a cenlflcata 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 cenlflcata of coverage with
the governmental entity showing that coverage has been extended.
E. The contractor 8hall 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 prowdlng services on the
project; and
(2) no later than seven days after receipt by the contractor, a new
certlficata of coversge 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 m writing by certified
mall 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.
REVISED 10/~2/~4 Cl - 7
Insurance Requirements
Page 8
I. 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 show. ng 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, 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;
(4) obtain from each other person with whom it 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 mall 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
REVISED 10/12M4 CI - 8
Insurance Requirements
Page 9
(7) contractually require each person with whom ~t 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 ia representing to the governmental entity that
all employees of the contractor who wdl 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, w;th
the commission's Division of Self-Insurance Regulation. Providing false or
m;sleading Information may subject the contractor to administrative
penalties, criminal penalties, civil penalties, or other ciwl actions..
K. The contractor's failure to comply w,th any of these provisions ~s a breach
of contract by the contractor which entitles the governmental entity to
declare the contract void if the contractor does not remedy the breach
within ten days after race,pt of notice of breach from the governmental
ent,ty.
AAAO03~O
.~'v~o~ Cl - 9
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 parttes interested m this
proposal as pnnctpals are those named herein, that thts proposal Is made without
collusion wtth any other person, firm or corporation, that he has carefully examined the
form of contract, Notice to Bidders, specifications and thc plans therein referred to, and
has carefully exammed the locations, conditions, and classes of materials of the proposed
work and agrees that he wdl 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 specfficattons m the manner prescribed herein and
according to the reqmrements of the City as therein set forth
It ts understood that the following quantiues of work to be done at umt prices are
approxtmate only, and are intended principally to serve as a grade tn evaluating btds It is
agreed that the quantities of work to be done at umt prices and material to be furmshed
may be increased or diminished as may be considered necessary, tn the opinion of the
City, to complete the work fully as planned and contemplated, and that all quantities of
work whether increased or decreased am to be performed at the unit prices set forth below
except as provided for in the specifications
It ts further agreed that lump sum prices may be mcreased to cover additional work
ordered by the City, but not shown on the plans or reqmred 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 ~s understood and agreed that the work is to be completed in full wtthm the number of
work days shown on the bid tabulation sheet
Denprop doc P- I 112798
Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the
Owner, m 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 fa,l 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 all of the terms and conditions of the AdveFflsement or Invitation to Bid and
Instructions to Bidders, including without limitation those dealing with the disposition of Bid
security. This Bid will ranmln subject to acceptance for :3S 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 documants required by the Bidding Requirements within iS days after the date of
OWNER's Notice of Awned.
BIDDER's Representations
In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
a BlDDER 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
,2-13 -~'g
b. BIDDER has visited the site and become familiar with and is satisfied as to the general, local and
site conditions that may affect cost, progress, performance and furnishing of the Work.
c. BIDDER is fmmi!lar with and is satisfied as to oil federal, state and local Laws and Regulations
that may affect cost, progress, performance ami 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 ut or contiguous to the site
d. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all
such additional or supplementary exam!nntions, investigations, explorations, tests, studies and
data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to
the site or otherwise which nmy affect cost progress, performance or furnishing of the Work or
Denprop doc P-2 1/2/98
which relate to any aspect of the means, methods, techmques, sequences and procedures of
construction to be employed by BIDDER and safety precautions and programs incident thereto
BIDDER do~ not consider that any additional examinations, investigations, explorations, tests,
studi~s or data are nece~ary for the determination of this Bid for performance and furnishing of
the Work in accoraanee with the tiM, price and other terms and conditions of the Contract
DocUments.
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.
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 all
additional examinations, investigations, explorations, tests, studies and data with the Contract
Documents
BIDDER has given ENGLNEER written notice of all conflicts, errors, ambiguities or discrepancies
in the Contract Documents and the written resolution thereof by ENGI~EER is acceptable to
BIDDER, and the Contract Documents are generally sufficient to indicate and convey
understanding of all terms and conditions for performing and furmshing 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
thruugh the interpretations or clarifications by ENGINEER as described in the Instructions to
Bidders, because or insufficient time or otheFwise, BIDDER has included in the Bid the gFeater
quantity or betteF quality of WoFk, or compliance with the more stringent requiFement resulting
in a greater cast.
This tlJid is genuine and not made an the InteFest 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,
assot:lation, organization or corporation; BIDDER has not diFectiy or indirectly mduced or
solicited any other BIDDER to submit a raise 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 So obtain for itself any advantage over any otheF BIDDER or oveF OWNER
The undersigned hereby proposes and agrees to perform all work of whatever nature
required, ,n strict accordance with the plans and spec,ficatlons, for the following sum or
prices, to wit
Denprop doc P-3 1/2/98
J03 34? 1844
02×19/98 11 38 RANDALL + BLAKE INCa RBI SOUTHLAKE NO 218 P003×0O6
JAN-30-1998 17 38 IIDI ~-Ihfl PlrlG I~E ~ 960 4471 P 84/~
mNO
SHEET 1 of 4)
ii'~M DES( RIP'rlON QOA~'l'ri--,t UNIT UNIT PRICE
TNRCC Precon. meetin~ in Austin
Umt Pn~ m Wo~ds -
2 Envlronmeu~l Conlrols, complete I LS $~,om/LS
including all erosion cuntroh, finel
slope ~dlug, ~nst~cfion
ep~ce1
3 Ex'Vail(m, complet~ mclu,l,n~ ~7,1~ CY $
~) ;u~ey consol) opel
; of e~sti~ dewaleri.~
Uml Price m Words
4 ~mlty Controll~ ~'ompacl.d 20,~
Fill, comple~ mclnding ~kmg,
survey control, density comrol,
t Ung
Uml ~ m Woedg
5 O~membrane l.iner, ~mnolh, 3~,742
in~Ued complele
Unn Pncc m Word,
6 G~membrane l,iner, lexl.red, 68,174
...... inp~led eomplele~ ,
Umt Pnce m Wo~ds
7 G~ocomposile Drainage Malerlal, 64,490 SF $ .
in~ed complete
Umt P. cem Words
8 L~cha~ Cullecllu. Aggregate, 12,094 CY $
com~)e~e including slak~g, t.sl~g _
Umi Pnuc m Wmd~
Deb&zb2 doc I i/30/98
503 34? 1844
02/19/98 ii 58 RANDALL + BLAKE INCa REI $OUTHLAKE NO 218 POO4/OOG
$AN-30-1998 17 39 H[,~ EHgl~
B~Bt~LA~
!~ D~C~I'FION QUANTI~ ~IT ~IT PRICE TOT~
comp~ including s~k~g, survey
c0n~ol, ud 8 OZ. geo~t~e
Unit ~ce m
c0mpl~e
~ ~mt Pncc ~Words
2.IN Return lines i~t~ed
complete, ~cluding
~ncased Cranu~r Malen=l .....
Umt Price m Words
18-iN ~chote Smnp Riser,
compJete hdu~n~ all hbor.
shJ~Jn~ and mn(efl~s (end ~ps),
L~chnte Stop Access
compJete ~cJud~ ~J labor mid
maMfl~, ~ncb. PVC sump drmn~
~C pipin8 m~Jtotd wtflt
h~e~ nd mi~. appuFtenauces;
~nchate Extraction
complete lndud~ sump pump~
cabl~, COU~FOIS, discharge flexhose
nd fliers, panelhoards,
WOFk, under~round ~ ondufl~
boJhrds, leveJ tF~II~II~eF, .Jlld
Unit Price m Words
13 Gabion ~own S~,clure),
complete, hclud~g ear th*~ ork and
MI materiM~
Unit Price m
14 Reuo Ma~r~, msmll~ ~0mple~ 260
Unit Pnco m Word~
De.tab2 ~ 2 1/~98
~0~ 34? 1844
02'19/98 ll 39 RANDALL + BLAKE INC ~ RBI SOUTHLAKE NO 218 POO5×0D6
JAN-JO-1998 17 ]9 WI~ Ft~ ~r~IHG It~ 9~ 9s0 4~?1 P OSxO?
BID TABUL,STION SHEET (oaee 3 of 4)
iTEM ~ DES('KIPTIO~ QUANTITY UNIT UNIT PRICE [ TOTAL
I
' Is- S,700 SY S
including sl~king, testhzg,
subRrade prep., rompaction
rollinf~t etc. -- ...
, Umt Price m Word~
~ 16 [ GrB~elAcce~RoGd, comDiele 14,500 SY
tn~udin~ sta~ng, ~ting,
I
sub.nde p~p., compachoo,
~:~ ~... . ....
Umt Pnce m Words
~ [ POnd O~et Slmcmre, eomplele I ~ $~, ~/~ $~, }~ oo
I
includm~ RCP ~lpes. eoncrele
s~lway, survey ~nlrol lens~1y
eonlroll~ flH~ dumped n~k riprap
Unit Pri~ In %ords
18 J Pe~nuent Si~ Entr~flce Ditch I ~ $ / ~ $
C~nina, complete ineludb~ RCP ~7, 23~. ~7,~M-~
box culvefl, headwalls, ~n.,tv
. cont~oiJ~d fl~_SUl veX con~rol
Ufllt PfICO ill WOldS
~9 f ~l~ens ~nloadin~ ~rea )iIch 1
~rossinK. comptete i,cJudm~ /~.
R~ densit~ c~mrolled
UnK Price ~n Wonts
empurary SiM Atct'~q, comph, te I ~ $ ~ )~ / ~ $ ~? ~ ~.~
I hcludhg CMPs, deusfl~
I flJl~ sury~y control
Umt Price In Words
Umt Price m Words
....
Debdmb2 doc ~ !130/98
303 34? 1844
02/19 98 ll 3~ R~NDALL +
BID TABU~X liON SHEET
22 Site Consl~ctiofl Sigfl~
., ..... $~, ~.~
~ 68 LF 24" RCP w~th slo~d ~ d I ~ $~/~
Eeatm=nt,
48 L~ ~" RCP w~m
treatment.
76 L~' 24" CMP Wllh
ALR~ATiVE Bll) ITEMS
~EM I)Fh('g~l iO~ QUA~IT UNIT ~ PRICE TOTAL
Y
A I ~rai~, installed. ~;i,.Oi~- - LF
I including ex~wtion dram tde and
I a~iregate backfill.
BI I Add G~compoqite l~:~inag, 393,916 SF
] MaterJ~ on Bo. om ~md Sides of F
Call
-a2 J Add ~'~tknebs Pr(sic, live 31,4 t1 CY $__a, ~O / $~-~
I Cove~ Ma~rml aq &Jmwn ,n CY
/ Drawings, JnstaUed (.om. plelt,
I Includin~ Sl&lfla dud qatrw
/ Control , -
1130/98
Debdtab2 doc 4
TOTAL P 07
BID UMMARY
TOTAL BID PRICE IN WORD
In the event of the award of a contract to the undersicSned, the
undereigned will furnish a performance bond and a pa~nt bond
~e ~11 ~ount of ~e ~ontract, to sec~e proper ~omplianee wi~
~e te~s and provisions of ~e contract, to ins~e and ~arantee
~e work ~til final completion and acceptance, and to ~arantee
pa~ent for all lawful claims for labor perfo~ed and materials
furnished in ~e fulfillment of ~e contract.
It is understood ~at ~e work proposed to be done shall be
accepted, when fully completed and finished in accordance wi~ ~e
plans and specifications, to ~e satisfaction of ~e Engineer.
The undersi~ed certifies that ~e bid prices contained in ~is
proposal have been =arefully checked and are s~mitted as correct
and final.
Unit and l~p-s~ prices as sho~ for each it~ listed in this
proposal, shall, control over.e~ensions.
Street Address
City and State
Seal a Au~orization /_ . ~ ~1l~
(If a Co~oration)
Telephone
B - i
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know NI Melt By Thase Presel~to, That CONTINENTAL CASUALTY COMPANY, an IIIioors corpore~on, NATIONAL FIRE INSURANCE
COMPANY OF HARTFORD, a ConneCticut oorporat~on, AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, a Pennsylvania
=orpomtlon (herein collectively called "the CNA Surety Companies"), am duly organized and exls~ng corporations he'wng thefr pnnmpal offices ~n
the City of Chlcago~ and State of Illinois, end that they do by virtue of the signature and seals herein affixed hereby make, consMuta and appoint
Wilhem M O'Connsll~ Jr ~ Sarah Finn~ Brad C Gliba~lr Teresa Palomloo~ Sue Wood~ Dabble Poppe, Shelley Czajkewskl, IndMduall~/
of Danver~ Colqmdo
their true and lawful Attomsy(o).In-Faot w~h full power and authority hereby conferrad fo mgn, seal and execute for and on their behalf bonds
undertakings and other obligatory in~rumenta of elmiisr nature
- In Unlimited Amounts -
and to blm:l tt~m thereby an fully end to the asme extent es if such In~eIJments were elgne~ by a duly authonzed officer of their corporabons
and all the acts of caid Attorney, pumusnt to the authority hereby given ara hereby rat]fled and confirmed
Th;s Power of Attomsy is made and exanutad pursuant to and by autP~lty of the By-Laws and Rasolut]ons, pnnted on the reverse hereof duly
adopted, as ;nd~catod, by the Bcarda of D~rantora of the oorporaflons
In WIt~eas 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
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
M C Vonnabme Group Vice President
State of Illinois County of Cook, as
On this 2nd day of June , 1997 before me personally came
M C Vonnahms , to me known who, being by me duly sworn, did dspcae and say that he rasldes In the Village of Danan State of Ilhno~s
that he ~s a Group Vice President of CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA dascnbed in end which executed the above matrumsnt that he
krmws the seals of smd oorporations, that the basis affixed to the said instrument ara such corporate seals that they were so affixed pursuant to
authority given by the Bcarde of Dlresfora of asld corporations and that he signed his name tt~rafo pursuant to like authority, and ac=knowisdges
same to be the act and deed of said oorporaflone
My Commission F-~p~ras June E, 2000 Etisan T Pachuta Notary Public
CERTIFICATE
I, Robert E Ayo, Aaslatant S~ratory of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE ISSURANCE COMPANY OF HARTFORD
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney here~n above set forth ,s
still in foroa, and fudller cat,fy that the By-Law and Rasolutloo of the Board of Directors of asoh corpora~on pnntod on tbs raveme hereof are sbll
~n force In ta~mony whereof I hsve hereunto subscribed my name and affixed ths seals of the said corporabone
th~ 19 th day of February 1998
~ ~ ~ ~ToINNAELNTFIARLE~'~LAT~YcCEOcMoPI~pN;Ny OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA
Robert E Ayo A~s~eisnt Secret~rV
(Rev ?114/95)
CERTIFIED COPY OF RESOLUTION OF
BOARD OF DIRECTORS OF
(NamJ of CoerCion)
v.~'.
RESOLVED that
(Pera~ Author~ to Sign) (Title)
Of ~E~ ~ / ~ ~ ~ be authorized to sign and submit
(Name of Cor~mt~n)
the Bid or proposal of this co~omllon for the following project
CI~ OF CHANDLER, MUNICIPAL ~NDFILL PHASE 2 CLOSURE,
CI~ PROJECT NO 79601 404.
The foregoing isa tree and correct copy of the resolution adopted by
~ ~ ~.. //. ~ ~l~p,~/~, at the meeting of ~ts Board of
(Namdof Corporation)
Dlrectom held on the ~Z day of ~ ~ , 19~ ?
By ~ t
~c~ (Signature) E~bA ~
(This form must be completed if the Bidder is a corporation )
Cedifled ~"nov of Resolution of Board of Directors 26
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A3'/O
Bid Bond
KNOW ALL MEN BY THE SE PRESENTS, thatwe Randall & Blake, The.
4901 So. Windermere St.
Littletona CO 80120
as Principal, hereinafter called the Principal, and Continental Casualty Company
IHe~e m~ett full name and &ddre~s or re,al t,tie o(Su~W)
~A ela~a
Cb/cago, [~ 60685
a corporation duly o~amzed under the la~ of the State of
as SureW, hereinafter ~lled the SureW, are held and firmly bound unto
ci:y o[ Dentons Purchasing OepC. (Here inse~l full name and a~cess or lesal I~lle of ~er)
901-~ Texas Street
nco , 7620
· sogKsee', ,fte* c~t~d the Oblisee, m the sum of
Five Percent of Bid ~unt ........................ Dollars ($ 5% ....... ),
for the payment of whrch sum well and truly to be made, the said Pnnapal and the said SureW, brad
ourselves, our heirs, ~ecutors, administrators, successors and assigns, jointly and severally, firmly by
these presen~
WH E REAS, the Principal has submitted a b~d for cKe~ mMft full name addres and descnp~son
Land~tll Kxpanalon, Phase I Construc:zon
~emtt Ho. ~590A, aid Ho. 2165
Ear:h ~ovtng, Liner Installation, Box Culvert
NOW, THEREFORE, if ~e Oblt8~ shall accept ~he bid of the principal and the Pnnc~pal shall enter mm a Cont~c~
with the Obiis~ m accordance with the terms o~ such bid and s,ve such bond or bonds as may be s~ctfied m the b*ddm8
or Contract Documefl~ with 8ood and sufftcJen~ sureW for the faithful performance of such Contract and for ~he pFomp~
payment of labor and matetsaJ furmsh~ m the pto~cut~ofl ther~f, of m the pvem of the fadure o[ the Pnncspal to enter
such Contract and swe su~ bond or bonds, tf the Principal shall pay to the Obh8~ lhe d~ffefence not to exceed the
he~eof ~fl the amount specified n said bid and such tarser amount for which the Obh8~ may m sood faith contract
w~th another pa~ to peffo~ the Work cover~ by sa~d b~d, ~hen this obhsatton shall be null and vo d, otis,se to remain
m lull force and effe~
5~gned and sealed this 19th day of geb~ary ~9 98
~ ~ /~1~ ~ Randall & Blake, [nc
~C°ntznental Casualty Company
'~ue ~ood~ A~:orney-~n"Fact
AIA DOCUMENT A~I~ · BID BOND · AIA · · FEBRUARY 1970 iD · THE AMERICAN
I~TITUT[ OF ARCHIT[~S 17~5 NY AVE, NW, WASHINGTON D C 2~
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Lockton Compeniell of Co , Inc HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
4500 Cherry Creek Drive South ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Suite 400 M1 COMPANIES AFFORDING COVERAGE
Denver, CO 80246-1532 COMPANY
303-733-2000 A Travelers Indemnity Company
Randall & Blake, Ino B Indemnity Insurance Co of NA
1801 W Bel leviow COMPANY
Llttleten, CO 80120 C
I D
A X COMMERCIALGENERALLIABILITY 784Fa693T1A-97 7103/97 7103198 PRODUCTSCOMP/OP ACe $ 2,000,000
I CLAIMS MADE ~ OCCUR XCU I NC L PERSONAL & ADV INJURY $ 1 , O00, O00
X Per project egg FIRE DAMAOE (Any one fire) $ 50,000
A XI ANY AUTO 784FEBg3T1L-g7 7/03197 7/03/98 1 ,000,000
A '-~ UMBRELLA FORM CUP784F86g3 7/03/07 7103/98 AQeREOATE $ 4,000 ,000
~OMPENSATION AND Al STATUTORY LIMITS
B EMPLOYeRS'LIABILITY C42411460 1/01/08 1101109 EACH' ACCIDENT '~ 1001000
DEl OalPTION OF OPERATIONS~OO&YIONS VERII;L~elEREOIAL ITEMS
RE Landfill Expansion, Pheee I Construction City of Denton, Its Officials,
Agente, Employees end Volunteers are included as Additional Insured on General
and Automobile Llabilitv~ This Insurance is primary revised 3110/98 ++
g01-B Texas St ~I~K~J;I¥~AtR~KX~J~X~t~NIYX~XI~t~'~X~I~I~(
Dentonl ' TX 76201 M1 A~l'H~l~lr~* RSPRESENTATIVS~I DJ~...~.~ ~ ~L~M~ /r,L 320020000