Loading...
2000-232ORDINANCE NO 90 o ,42a~ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF LANDFILL CELLS - PHASE II, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2521 - CONSTRUCTION OF LANDFILL CELLS - PHASE II AWARDED TO HANDEX CONSTRUCTION SERVICES IN THE AMOUNT OF $2,247,865 38) WHEREAS, the City has solicited, and received competitive sealed 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 respondent for the construction of the public works or improvements described in the bid invitation, and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive sealed bid for the construction of public works or improvements, as described in the "Sealed Bid Invitations", 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 NUMBER CONTRACTOR AMOUNT 2521 Handex Construction Services $2,247,865 38 SECTION II That the acceptance and approval of the above competitive sealed bid 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 Request for Sealed Bids, 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 sealed bids and the execution of contracts for the public works and improvements as authorized herein, 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 immediately upon its passage and approval PASSED AND APPROVED this the o951-1 day of 2000 EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY AWORNEY BY BID 2521 - ATTACHMENT 1 f6 N LO N m 'W W V „'3 H g n w C d (D E R 07 o O w M n y > W N m otS X °o °o p C G M to W N M N 7 V (D N M 6* 619~ X co O G Gxf ) ~ N ~ N R O V O ~ M c N = _ OF ~X it N C O Go. CD U) z V C ~ M N " Q ~ NN x M N L w i - co V d O y 3 tN0 m m ~ ~ N 6ep N d C N N E ;j > Y t: c to N m M y O N d J W Lj N f/~ fq = r O N J N h Z E N M M J 0 Q M H ~ cli z D D m ^ co Q m u z ~ ° ~ a a aM o °m , o c 'a O O „ L a H F" t U 0 C d r N CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 25 day of r„l; A D , 2000, by and between Gjty of Denton of the County of and State of Texas, acting through Michael W 1&7. thereunto duly authorized so to do, hereinafter termed "OWNER," and Handex Gonstmethnn Cervmeq, Inc ?106 Gravel Drive Ft Wnrth TX 7611 R of the City of Et Worth , County of Tarrant and State of Texas , 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 131D &9521 _ Gnnstnirtion oflandfill Fells Phage 11 in the amount of $7 747 R65 3R 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 and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA-1 and the Specifications therefore, as prepared by all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract Independent Status 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, worker's 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 Indemnification 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 Choice of Law and Venue 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 wri n lt~ (SEAL) ATTEST Alex B. Cyarcko, Assistant Donna E. Aultman, Executive Legal Secretary APPROVED AS TO FORM CITY ATTORNEY Handex Construction Services, Inc. CONTRACTOR 2306 Gravel Dr , Bldg 31 Ft Worth, IX 76118 MAILING ADDRESS Sam PHONE NUMBER (817) 589-8222 ~89-0105 FAX T BY George H. Bannon PRINTED NAME (SEAL) CA-3 PERFORMANCE BOND Bond #ESD7310828 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Handex Constrnrtlon SPrv1rPs, Inc. whose address is 2106 Cinvel Drive Ft Worth TX 76118 hereinafter called Principal, and Nat3mial uvcn Fim Inmranm mmanv of P1tt&Lr7h, Pa. a corporation organized and existing under the laws of the State of Pennsylvania -,and fully authorized 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 Two Million Two Hundred Forty Seven Thnncand Fight Rindre Six Five and IR/i O DOLLARS ($_4242,86538) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising 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 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 20tlfl-232 , with the City of Denton, the Owner, dated the 25 day of Tilly A D _2400_, a copy of which is hereto attached and made a part hereof, for Rid # 7521 - Cnnctrurhnn of landfill Cells phase 11 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, 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 fulfill 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 reimburse 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 PB - 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 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 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 suretyship, 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 95day of t„ly 7000 ATTEST / PRINCIPAL 1 Handex jCqnstruction Services, Inc. BY - SECRETARY BY _ -Z ~d William E abor, Jr. P E ENT H ~fi9~WT ATTEST SURETY I atiaal truce Fire OmpmW of Pittdxrgh, Pa BY BY /3 171 ATTORNEY-IN-FACT Diane S. Armstrong, Attorney-in- Ot The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME Bobby M. Vinson c/o American International Companies STREET ADDRESS P.O. Box 1160, Dallas TX 75221 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PB-2 PAYMENT BOND STATE OF TEXAS § Bond #ESD7310828 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Handex Constr,lrtion .SPrV1CPS , Inc. whose address is 2306 f:rnvel Drive , hereinafter called Principal, and tonal Uucn Fuv * , a corporation organized and existing under the laws of the State of Perwlv-mia , and fully authorized 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, 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 Two Million Twn Hundred Fnrty Seven Thnnsand Fight Hundred Sixty Five, and '381100-- DOLLARS ($Z 247 R65 38) 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 *Inauanm O =mw Pitt&twgh, Pa. THE 0 LIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2000-232 , with the City of Denton, the Owner, dated the .25 . day of -iuly A D 2000, a copy of which is hereto attached and made a part hereof, for Rid # 2521 - Cnnetrurtinn of i andfill Cells Phase If 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 A VD 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 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 PB-3 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 suretyship, 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 origyal,_ is the 25- day of .__July , 2000 ATTEST PRINCIPAL ` - Handex C tructio Services, Inc. _ BY ~ SECRETARY BY - William E. Tabor Jr. PRESID T m ATTEST SURETY / Natignal Uuai FYre jnpAprA OpaTa of PitL#lagli, Pa. BY G/1~C 1X/-^ BY ATTORNEY-IN-FACT Diane S. Armstrong, Attorney-in-Fact The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME Bobby M. Vinson c/o American International Companies STREET ADDRESS P.O. Box 1160, Dallas Tx 75221 (NOTE Date of Payment Bond must be date of Contract corporation, give a person's name ) PB-4 If Resident Agent is not a Bid 2521 - Construction of Landfill Cells Phase 11 -7 2000 American Home Assurance Company POWER OF ATTORNEY National Union Fare Insurance Company of Pittsburgh, Pa Principal Bond Office 175 Water Street, New York, NY 10038 No 04-B-75269 KNOW ALL MEN BY THESE PRESENTS That American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa, a Pennsylvania corporation, does each hereby appoint ---Diane S Armstrong, Thomas A Whipple, Douglas J Dixon of Timonium, Maryland--- its true and lawful Attomey(s)-m-Fact, with full authority to execute on its behalf bonds, undertakings, recogmzances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the company thereby IN WITNESS WHEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa have each executed these presents this 14' day of November, 1998 i awrence W Car Strom, Senior Vice President National Union Fire Insurance Company of Pittsburgh, Pa Vice President, American Home Assurance Company STATE OF NEW YORK I COUNTY OF NEW YORK)ss On this 14th day of November, IM, before came the above- ~O~ named officer of American Home Assurance Company and National X]L(U-.`L~ Union Fire Insurance Company of Pittsburgh, Pa, to me personally - known to be the individual and officer described herein, and WSW'" 0, NOZZOUO acknowledged that he executed the foregoing instrument and affixed Nub" Public. State of New Yak the seals of said corporations thereto by authority of his office No 01 N04652754 Qwllhed m WeslchastetL ounf~r, m'tXphm-7sic9y CERTIFICATE Excerpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh Pa on May 18, 1976 "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is authorized to appoint Attorneys m-Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company in the transaction of its surety business "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking recognizance or other contract of indemnity or writing obligatory in the nature thereof 'RESOLVED that any such Attomeyan Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in auLh certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney-m-Fact " I Elizabeth M Tuck Secretary of American Home Assurance Company and of National Union Fire Insurance Company of Pittsburgh Pa do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corporation and the Power of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attorney are in full force and effect IN WITNESS WHEREOF I have hereunto set my hand and affixed the facsimile seal of the corporation this 25 day of July 442000 Elizabeth M Tuck, Secretary 10,I • w d' 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 officials, igents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses CI - 1 • 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 read "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED" • 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 clamis 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 lunit 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 CI-2 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 [xl A General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000 shall be provided and maintained by the Contractor The policy shall be written on an occurrence basis 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 liability 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 [X I Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $1,000,000 either 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 CI-3 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 [X ] 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 lunit 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) [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all tunes 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 "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 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 [ ] Professional Liability Insurance Professional liability insurance with hunts not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement CI-4 [ ] 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 [ ] 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 ATTACHMENT 1 IX ] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions 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 CI-5 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 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 CI-6 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, 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 mail 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 (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 CI-7 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 entitles 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 CI-8 BID # 2521 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF LANDFILL CELLS IN PHASE 2 AT THE CITY OF DENTON LANDFILL IN DENTON,TEXAS The undersigned, as bidder, declares that the only person or parties interested in dus proposal as principals are those named herem, 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 herem and according to the requirements of the City as therein set forth 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 opimon 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 workdays shown on the bid tabulation sheet Rev 1, 627-00 P - I 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 all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the dispositions of Bid security This Bid will 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 Representatives In submitting this Bid, BIDDER represents, as more fully forth set in the Agreement, that a BIDDER has examined and carefully studied the Bidding Documents and the following Addenda, receipt of all of which is hereby acknowledged (List Addenda by Number and Date) ADDENDA NO DATE 1 June 20, 2000 2 June 27, 2000 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 BIDDER is familiar with and is satisfied as to all Federal, State and local Laws and Regulations that may affect cost, progress, performance and f irmshmg of the Work BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of uiformation and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the site BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, test, studies, and Rev 1, 6-27-00 P-2 date concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing for the Work or 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, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the tunes, 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 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 that 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 genume 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 of 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 Rev 1, 6-27-00 P-3 BID # 2521 ADDENDUM # 2 LANDFILL - PHASE II Opening Date: July 6, 2000 at 2:00 P.M. REQUEST FOR INFORMATION MUST BE FAXED TO 940-349-7302. BID # 2521- LANDFILL PHASE II ADDENDUM #2 Note: This addendum #2 must be acknowledged, signed ad returned with your bid response. 7 o v Name Date CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF LANDFILL CELLS IN PHASE 2 DENTON COUNTY, TEXAS ADDENDUM NO.2 JUNE 27, 2000 The following modifications, clanftcations, additions or deletions shall be made to the appropriate sections of the contract documents and specifications and shall become a part of the Contract Documents 1. CLARIFICATION - Questions about quantities and sequence of excavation. The excavation of Phase 2 was stopped, surveyed, and quantities were determined No further work has occurred in the cell since the survey Regarding the construction sequence of Phase 2, the interior drainage channels must be constructed with cell construction This applies to both alternatives to facilitate the underdrain and allow surface water to drain away from the cell and through the pond outlet into the Pecan Creek tributary 2. MODIFICATION - Bid Summary. Tlus revision includes a change to pages B-2 and B-4 to allow 120 calendar days to complete the proposed construction of landfill cells in Phase 2 3. CLARIFICATION - Groundwater. Appendix D of the specifications includes general groundwater information for the Denton Landfill Please note that Piezometers 984 and 985 (see Appendix D of the specifications for the City of Denton Landfill 1999-2000 Water-Level Elevations table) are located within the Phase 2 cell construction area Also included in Appendix D of the specifications are the Water-Level Elevations in Lower Sand, Highest Measure Water-Level Elevations in Lower Sand, Water-Level Elevations in Upper Sand, and Ilighest Measured Water-Level Elevations in Upper Sand (Figure 5-1 through Figure 5-4) Additional information is available at the Denton Landfill CLARIFICATION - Liquidated Damages. Liquidated damages will accrue in the sum of $200 per day past the allotted 120 calendar working days 5. CLARIFICATION - Questions regarding the depth of the slurry wall. The depth of the slurry wall vanes from approximately 15 feet to 25 feet throughout the Phase 1 and Phase 2 of the Denton Landfill Additional slurry wall information available at the Denton Landfill CLARIFICATION - Surveying. The City of Denton will supply the control points to the contractor The contractor is responsible for all surveying to achieve lines and grades as shown on the plans Once the contractor achieves the lines and grades, the City will perform one survey to verify the lines and grades for documentation and QA/QC purposes If more that one survey is required (after lines and grades are achieved by the contractor) then the contractor will pay for additional surveys needed for QA/QC purposes The City of Denton will perform as-built surveys The contractor will provide mark-ups and all pertinent information to the City for the purposes of developing the as-built drawings FW\K \GRC\Denton\ADD2 DOCt626 00\mat 1 7 CLARIFICATION - Clearing and Grubbing. All materials removed, as part of grubbing will be stockpiled by the contractor in the area north of the excavation for cell 2B 8 CLARIFICATION - Stockpiles. The Phase 2 sand/cover and clay stockpile area shown on Drawing C2 is the only designated area for the excavated materials for Phase 2 9. MODIFICATION - Gravel. The gravel for access roads will be flexible base (crushed rock) Pages D-1 and D-2 of the specifications cover the aggregate material requirements Please note that the specification calls out the unit price per cubic yard in place for the flexible base material 10. CLARIFICATION - Operating hours. Hours of construction are 7 00 am to 7 00 PM, Monday through Saturday Work performed outside these hours may be allowed by the City (upon specific request and approval) as necessary to make up for rain effected days 11 CLARIFICATION - Contractor facilities, Night Watchman, and Flagman. There are no existing on-site office facilities for the contractor The contractor may develop on-site facilities as approved by the City, if needed The contractor will not have to supply a night watchman The contractor will not need to supply a flagman unless construction traffic crosses normal operational traffic at the landfill Please note that at this point no payment for overtime will be required for City inspections 12. CLARIFICATION - Pay Item 29. Pay Item 29 found on pages P-7 and P-12 refers to the construction of the access road found on Drawing C5 Pay Item 29 will required completion including CMPs (with bedding material and compacted backfill), density controlled fill, survey control, and temporary erosion controls 13 CLARIFICATION - Drainage Aggregate. On Drawing C10, Section UDI, the drainage aggregate should meet the SLQCP requirements for Drainage Aggregate around Pipes (Section 2 3 4) 14. CLARIFICATION - Electric line. The City will supply an electrical drop just inside the permit limit on the south side of the landfill, adjacent to the sump The electrical drop will be within approximately 200 feet of the sump The contractor will be responsible for the conduit and electrical lines from the electrical drop to the sump 15. MODIFICATION - Section 2745 - Leachate Collection System. The changes to Section 2745 includes the change in EPG pump from WSDPT 5-2 to WSDPT 5-3 and required piping material from corrugated piping to HDPE, SDR-17 16. MODIFICATION - Bid Item 30. Replace pages P-1 through P-13 with attached P-1 through P-13 Revision 1 This revision includes changing Bid Item 30 to a 3-inch HDPE forcemain contained inside of 6-inch HDPE line, and a change in the sump pump size included in Item 17 of this Addendum 17 MODIFICATION: Section 15140 - Pumps and Miscellaneous Mechanical Items The change to Section 15140 include the change in EPG pump from WSDPT 5-2 to WSDPT 5-3 FW\K \GRC\Denton\ADD2 DOC1626-00\mat 1 18. MODIFICATION - Bid Item 25. Replace pages P-1 through P-13 with attached P-1 through P-13 Revision 1 This revision includes Bid Item 25 changing from units of square yards (SY) to cubic yards (CY) 19. CLARIFICATION - Gabions. The thickness of the reno mattress on the profile on Drawing C 7 is six inches On Drawing C 11, the reno mattress show 6"X8" mesh with 3"- 4"Rock, tins should match the specification requirement for reno mattress under section 2272 Please note that the toe wall is to be included in the unit price for both lump sum and square foot items 20. MODIFICATION - Section 2760 - Geotextde. This revision includes the addition of Section 2 1 F Geotextile "B" (Needlepunched Nonwoven) and Section 2 2 Delivery, Storage and Handling to clarify geotextile requirements (see attached page from Section 2760 Geotextile) 21. CLARIFICATION - Plezometers located within Phase 2 Cell. Piezometers 984 and 985 located within the Phase 2 cell construction area will be plugged by the City of Denton upon a timely notice from the contractor The contractor is responsible for notification to the City of Denton prior to excavating to within 3 feet to 5 feet on the base grade 22. CLARIFICATION - Testing. The contractor is responsible for Pre-Qualification testing to ensure that materials as proposed to be supplied will meet the applicable specifications The City of Denton will be responsible for all QA/QC services and associated testing to ensure that installed materials do meet the applicable specifications 23. CLARIFICATION - Conflicts. If conflicts between the Specifications and the SLQCP arise, the SLQCP will govern HW\K \GRC\Denton\WDD2 DOC1626 00\mat 1 % F Geotexdle "B" (Needlepunched Nonwoven) Properties And Qualifier Units Specified Test Requirements Valuesin Method Type - Nonwoven Fabric Weight Minimum oz/ yd 6 ASTM D 5261 Polymer Composition polypropylene or polyester A arent Opening Size Maximum Sieve 70 ASTM D 4751 Grab Strength (2) Minimum lb 80 ASTM D 4632 Tear Streng62i Minimum lb 25 ASTM D 4533 Puncture Strenfth(2) Minimum lb 25 ASTM D 4833 Burst Strength[ i Minimum psi 130 ASTM D 3786 Notes (o All values represent nummum average roll values (i e , any roll in a lot should meet or exceed the values in this table) (2) Minimum value measured in machine and cross machine direction 2 2 DELIVERY, STORAGE AND HANDLING A All geotextiles shall be sealed to plastic at the factory prior to shipment to the lob site B All geotexules shall be protected from precipitation, inundation, ultraviolet exposure, dirt, puncture, cutting, and other damaging or deleterious condition C Each roll shall be marked with the manufacturer's name, lot number, roll number, and roll dimensions 2 3 GEOTEXTILE REINFORCEMENT A The product will consist of Comtrac 600 100, Manufactured by Huesker, Inc or Engineer approved equivalent The product specified is a high strength geotexnle fabric comprised of polyester yarns, which are crafted into a stable network such that the yarns retain their relative positions The product is inert to biological degradation, naturally occurring chemicals, alkalis and acids and conforms to the nunimum average roll values listed in the following table BV \80158ASpecs\SpecSF 525 doc\627 Wmat I SECTION 02760 Rev 1 6/27/00 Page 3 of 6 GEOTEXTILES 801584 BID ALTERNATE "A" BID SUMMARY TOTAL BID PRICE IN'WORDS One million Six Hundred FiftY Three Thousand Twenty Four Dollars and Thirteen Cents 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 cemfies that the bid pries contained in this proposal have been carefully checked and are submitted as correct and final Umt and lump stem prices as shown for each item listed in this proposal, shall control over extensions Handex Construction Services CONTRACTOR BY Gary Cona y, Vice Pre 2t 2306 Gravel Drive Fort Worth, Texas 76118 Street Address City and State Seal & Authorization (If a Corporation) (817) 589-8222 Telephone B - I BID ALTERNATE "A" PROJECT I 2 Landfill Cells/Dramage Improvements (Items 1 Through 29) Leachate Force Main Installation (Items 30 Through 35) TOTAL 14 sa BID 1,617,045 11 35,979 02 $ 1,653,024 13 Award of the bid will be based on the total The projects are being separated for bookkeeping purposes only WORKDAYS 74 B-2 BID ALTERNATE "A" BID TABULATION SHEET BID No 2521 ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 Mobilization and Demobilization 1 LS $ /LS $ 111740 26 111740.26 2 Clearing and Grubbing 1 LS $ /LS $ 33370.36 33370.36 3 Environmental Controls, complete 1 LS $ /LS $ including all erosion controls, 23696 78 23696.78 establishment of alternative construction entrance, protection of monitoring probes, wells, and other landfill appurtenances, seeding of perimeter channel, seeding of access road sideslopes, seeding of detention pond sldeslopes and disturbed areas around detention pond 4 Landfill Excavation of all materials 334,900 CY $ /CY $ to grade, complete including 1 13 378437 00 staking, survey control, and stockpiling of excavated sods Further information regarding types of materials typically to be excavated is presented in Appendix E 5 Slurry Wall Cap, including 735 LF $ /LF $ excavation along existing slurry 61.57 45253 95 wall, installation of reinforcing geotextile, and bedding sand 6 West and south side under-drain system installation„ complete including staking, survey control 39,910 SF $ /SF $ • Drainage geocomposite, 0.49 19555 90 installed including anchor trench 1,100 LF $ /LF $ 19 83 21813 00 • Gravel filled trench wrapped with geotextile separator, 8- inch diameter Perf ADS N-12 Pipe, and bedding sand I \801584\SP=\b1d tabA dw\626 00\mat 2 Fmcon P-4 Rev 1,06/27/00 BID ALTERNATE "A" BID TABULATION SHEET BID No 2521 7 Compacted Clay Liner complete 27,800 CY $ /CY $ including staking, survey control, 1 94 53932 00 moisture/ density control, and testing 8 Geomembrane liner, smooth, 269,200 SF $ /SF $ installed complete including 0 31 83452 00 shipping and testing 9 Geomembrane liner, textured, 109,320 SF $ /SF $ installed complete including 0 44 48100.80 shipping and testing 10 Double-Sided Drainage 109,320 SF $ /SF $ Geocomposite, Installed complete 0 44 48100 80 including shipping and testing 11 Single-Sided Drainage 272,200 SF $ /SF $ Geocomposde, installed complete 0 29 78938 00 including testing and shipping 12 Leachate Collection Drainage, 220 Cy $ /CY $ Aggregate complete including 44 25 9735 00 testing 13 Protective Cover, installed 27,800 CY $ /CY $ complete including staking and 1 40 38920.00 survey control 14 10-foot wide sacrificial Geotextile 1,200 LF $ /LF $ installed complete 2 01 2412 00 15 6-inch Leachate Collection Line, 1 LS $ /LS $ riser, elbows, end caps, and 8193 12 8193 12 separation geotextile 16 Leachate Collection Sump 1 LS $ /LS $ complete including all labor, 5536 84 5536 84 shipping and materials, 60-mil geomembrane rub sheet, geotextlle cushion, drainage aggregate, and separation geotextile I \801584\Specs\bid-tabA dw\626 Winat 2 Emcon P-5 Rev 1,06/27/00 BID ALTERNATE "A" BID No 2521 BID TABULATION SHEET 17 Leachate Removal System 18- 1 LS $ /LS $ Inch Leachate Sump Riser, 25874.00 25874.00 complete including all labor, shipping and materials (18-inch dia perforated pipe, 18-Inch d1a solid pipe, and caps, elbows), Leachate sump Access Structure, complete including all labor and materials, including pipe support brackets, construction joints, pump retrieval anchor, HDPE sump drain, sump access manifold with valves, and bollards, Leachate Extraction system, complete including sump pump, cables, controls, discharge flexhose and fittings, panelboards, electrical work, underground conduit, bollard, level transducer, and equipment startup 18 Perimeter and Interim channel 97,600 CY $ /CY $ excavation 1 13 110288 00 19 Perimeter and interim channel 1,285 CY $ /CY $ structural fill 0 73 938 05 20 Perimeter channel/ditch final 1,880 LF $ /LF $ grading complete including survey 1 35 2538 00 control 21 Trapezoidal channel Pabion lining 23,610 SF $ /SF $ complete, including earthwork, toe- 3 14 4135 40 wall, reno mattresses, and separation geotextile 22 Interim channel final grading 1,380 LF $ /LF $ complete including survey control 2 61 3601 80 and grading 23 Interim channel gabion lining 3,320 SF $ /SF $ complete including earthwork, all 5 44 18060 80 materials, and low water crossing construction I \801584\Spms\btd tabA dw\626 00\mat 2 MORI P-6 Rev 1,06/27/00 BID ALTERNATE "A" BID TABULATION SHEET BID No 2521 24 Cell Access Road Construction 1 LS $ /LS $ complete Including staking, 21116.31 21116 31 testing, subgrade prep , compaction excavation, fill, 12-Inch thick gravel surface, 90 LF of 24- inch 16 gauge steel CMP (with bedding material and compacted backhll) and Inlet/outlet erosion protection 25 Gravel access road, complete 9,950 CY $ /CY $ including staking, testing, subgrade 25 23 251038 50 prep, compaction, 26 Detention pond excavation 26,700 CY $ /CY $ 1 50 40050 00 27 Detention pond structural fill 2,520 CY /CY $ 1 23 3099 60 28 Pond outlet structure, complete 1 LS $ /LS $ including 30-inch RCP, spillway, 47990 86 47990 86 survey control, density-controlled fill, headwall inlet/outlet pipe protection and discharge pad gabion erosion protection and concrete pad over existing sewer lines Removal of a portion of existing 36-inch RCP stormwater outlet and gabion erosion protection around remaining pipe 29 Access Road, complete including 1 LS $ /LS $ CMPs (with bedding material and 7125 98 7125 98 compacted backfQ, density controlled fill, survey control, temporary erosion control 30 Supply and installation of 3-inch 1,600 LF $ /LF $ HDPE force main contained inside 14 07 22512 00 of 6-inch HDPE line from Leachate Sump to Monitoring Manhole, complete including excavation, bedding sand and backfill 31 Installation of future tie-in to sump 1 EA $ /LS $ complete including materials, 3527.53 3527 53 surveying, excavation, installation, testing, and compacted backfill I \801564VSpws\bid tabA dm\626 00\mat 2 Mon P-7 Rev 1, 06/27/00 BID ALTERNATE "A" BID TABULATION SHEET BID No 2521 32 Installation of sampling Manhole 1 EA $ /LS $ complete including materials, 5824 64 5824.64 surveying, excavation, installation, testing, tie to with sewer manhole and Leachate force main, startup, and compacted backfill 33 Installation of witness riser 1 EA $ /LS $ complete including materials, 1342 37 1342 37 surveying, excavation, installation, testing, tie-in with leachate force main 33A Installation of 8-inch, CMP 72 LF $ /LF $ Leachate force main road 15 01 1080 72 crossings complete including materials, surveying, excavation, installation and compacted backfill 34 Site construction signs 2 EA $ /EA $ 271 89 543 78 35 Trench Safety Plan 1 LS $ /LS 1147 98 1147.98 Bid Alternate "A" Total Price 1 $ 1,653,024.13 Price written in words One million Six hundred Fifty Three thousand Twenty Four Dollars and Thirteen Cents I \801584\Spws\bid tabA doc\626 OOMat 2 Mon P-8 Rev 1,06/27/00 BID ALTERNATE "B" BID SUMMARY TOTAL BID PRICE IN WORDS Two Million Two Hundred Forty Seven Thousand Eight Hundred Sixty Five Dollars and Thirty Eight Cents In the event of the award of a contract to the undersigned, the undersigned will finwh 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 msure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials firmished 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 sattsfacuon 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 Handex Construction Services CONTRACTOR BY _ LL Z~n - 08L~4 Gary Co as , Vice P dent 2306 Gravel Drive Fort Worth, Texas 76118 Street Address City and State Seal & Authorization (If a Corporation) (817) 589-8222 Telephone B-3 BID ALTERNATE "B" PROJECT 1 Landfill Cells/Drainage Improvements (Items 1 Through 29) 2 Leachate Force Main Installation (Items 30 Through 35) TOTAL WORKDAYS BID S 4 2,211,886 36 S 14 35,979 02 88 $ 2,247,865.38 Award of the bid will be based on the total The projects are being separated for bookkeeping purposes only B-4 BID ALTERNATE "B" BID No 2521 BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 1 Mobilization and Demobilization 1 LS $ /LS $ 111740 26 111740 26 2 Clearing and Grubbing 1 LS $ /LS $ 33370 36 33370 36 3 Environmental Controls, complete 1 LS $ /LS $ including all erosion controls, 23696 78 23696 78 establishment of alternative construction entrance, protection of monitoring probes, wells, and other landfill appurtenances, seeding of perimeter channel, seeding of access road sideslopes, seeding of detention pond sideslopes and disturbed areas around detention pond 4 Landfill Excavation of all materials 603,000 CY $ /CY $ to grade, complete including 1.13 681390 00 staking, survey control Further information regarding types of materials typically to be excavated is presented in Appendix E 5 Slurry Wall Cap including 1,060 LF $ /LF $ excavation along existing slurry 61 57 65264 20 wall, installation of reinforcing geotextde and bedding sand 6 West and south side under-drain system installation, complete including staking, survey control 50,180 SF $ /SF $ • Drainage geocompostte 0 49 24588 20 including anchor trench 1,440 LF $ /LF $ • Gravel filled trench wrapped 19 83 2 8 5 5 5 20 with geotextile separator, fl- inch diameter Perf ADS N-12 Pipe, and bedding sand 7 Compacted Clay Liner complete 43,200 CY $ /CY $ including staking, survey control, 1 94 83808 00 moisture/ density control, and testing I \801584\Sp=\btd tabs dm\626 00\=t 2 r>:mcon P-9 Rev 1,06/27/00 BID ALTERNATE "B" BID TABULATION SHEET BID No 2521 8 Geomembrane liner, smooth, 429,100 SF $ /SF $ installed complete including 0.31 133021 00 shipping and testing 9 Geomembrane liner, textured, 156,550 SF $ /SF $ installed complete including 0.44 68882 00 shipping and testing 10 Double-Sided Drainage 156,550 SF $ /SF $ Geocomposite, installed complete 0.44 68882.00 Including shipping and testing 11 Single-Sided Drainage 432,700 SF $ /SF $ Geocomposde,installed complete 0 29 125483.00 including shipping and testing 12 Leachate Collection Drainage, 360 CY $ /CY $ Aggregate complete including 44 25 15930 00 testing 13 Protective Cover, Installed 43,200 CY $ /CY $ complete including staking and 1.40 60480 00 survey control 14 10-foot wide sacrificial Geotextile 1,540 LF $ /LF $ installed complete 2 01 3095 40 15 6-inch Leachate Collection Line, 1 LS $ /LS $ riser, elbows, end caps, and 8193 12 8193 12 separation geotextile 16 Leachate Collection Sump 1 LS $ /LS $ complete including all labor, 5536 84 5536 84 shipping and materials, 60-mil geomembrane rub sheet, geotextile cushion, drainage aggregate, and separation geotextile c \80158ASpec wid tabs d«w26-omit 2 Mon P-10 Rev 1, 06/27/00 BID ALTERNATE "B" BID No 2521 BID TABULATION SHEET 17 Leachate Removal System 18- 1 LS $ /LS $ inch Leachate Sump Riser, 25874.00 25874 00 complete including all labor, shipping and materials (18-mch dia perforated pipe, 18-inch dia solid pipe, and caps, elbows), Leachate SUMP Access Structure, complete including all labor and materials, PVC sump drain, including pipe support brackets, construction joints, pump retrieval anchor, HDPE sump drain, sump access manifold with valves, and bollards, Leachate Extraction system, complete including sump pump, cables, controls, discharge flexhose and fittings, panelboards, electrical work, underground conduit, bollard, level transducer, and equipment startup 18 Perimeter and interim channel 116,200 CY $ /CY $ excavation 1 13 131306 00 19 Perimeter and interim channel 1,285 Cy $ /CY $ structural fill 0 73 938 05 20 Perimeter channel/ditch final 2,250 LF $ /LF $ grading complete including survey 1 35 3037.50 control 21 Trapezoidal channel Gabion lining 23,610 SF $ /SF $ complete, including earthwork, toe- 3.14 74135 40 wall, reno mattresses, and separation geotextile 22 Interim channel final grading 1,750 LF $ /LF $ complete including survey control 2 61 4567 50 and grading 23 Interim channel gabion lining 3,320 SF - $ -/SF - t7-complete including earthwork, all 5 44 18060.80 materials, and low water crossing construction I\8015841SpecAbtd tabs doc\626-OOVnat2 Emcon P-lI Rev 1,06/27/00 BID ALTERNATE "B" BID TABULATION SHEET BID No 2521 24 Cell Access Road Construction 1 LS $ /LS $ complete Including staking, 21116 31 21116 31 testing, subgrade prep , compaction excavation, fill, 12-inch thick gravel surface, 90 LF of 24- inch 16 gauge steel CMP (with bedding material and compacted backfdl) and inlettoutlet erosion protection 25 Gravel access road, complete 11,600 CY $ /CY $ including staking, testing, subgrade 25.23 292668 00 prep, compaction, 26 Detenbon pond excavation 26,700 CY $ /CY $ 1.50 40050.00 27 Detention pond structural fill 2,520 CY $ /CY $ 23 099 60 28 Pond outlet structure, complete 1 LS $ /LS $ Including 30-inch RCP, spillway, 47990.86 47990 86 survey control, density-controlled fill, headwall inlet/outlet pipe protection, discharge pad gablon erosion protection, and concrete pad over existing sewer lines Removal of a portion of existing 36- inch RCP stormwater outlet and gablon erosion protection around remaining pipe 29 Access Road, complete including 1 LS $ /LS $ CMPs (with bedding material and 7125 98 7125 98 compacted backfill), density controlled fill, survey control, temporary erosion controls 30 Supply and installation of 3-inch 1,600 LF $ /LF $ HDPE force main contained inside 14 07 22512 00 of 6-inch HDPE line from Leachate Sump to Monitoring Manhole, complete including excavation, bedding sand and backfill 31 Installation of future tie-in to sump 1 EA $ /LS $ complete including materials, 3527 53 3527 53 surveying, excavation, installation, testing, and compacted backfill I \801584\,Sp=s\bid tabs dw\62&00 mat 2 Fmcon P-12 Rev 1, 06127/00 BID ALTERNATE "B" 9 BID TABULATION SHEET BID No 2521 32 Installation of sampling Manhole 1 EA $ /LS $ complete including materials, 5824 64 5824 64 surveying, excavation, installation, testing, tie in with sewer manhole and Leachate force main, startup, and compacted backfill 33 Installation of witness riser 1 EA $ /LS $ complete including materials, 1342 37 1342.37 surveying, excavation, installation, testing, tie-in with leachate force main 33A Installation of 8-inch, CMP 72 LF $ /LF $ Leachate force main road 15.01 1080.72 crossings complete including materials, surveying, excavation, installation and compacted back-fill 34 Site construction signs 2 EA $ /EA $ 271 89 43.78 35 Trench Safety Plan 1 LS $ /LS 1 1147 98 1147.98 Bid gltemate "B" Total Price 1 $2,247,865.38 Price written in words Twoi,million Two hundred Forty Seven thousand Eight hundred Sixty Five Dollars and Thirty Eight cents I \801$8MSPM\bid4ebB dm\626-00 n t 2 EAICOA P-13 Rev 1,06/27/00 AUG 14 2000 8 38AM NO 823 P 2/4 acoR~. CERTIFICATE OF LIABI DATE (MYMWWI LITY INSURANC 1m) W& 0844 00 PRQUUMK BRTIPICA 8 UBD AS A R NPOR ONLY AND CONPSRS NO RIGHTS UPON THE OERTIPICATE HOLDER THIS CERTIPICAT6 DOES NOT AMEND, EXTEND OR Raft Sollars s AeSOciate8, Ina 02 ALTER THE GQVJIKAGB AFFORDED BY 7H8 POU0188 BELOW 20 N. Orange Ave , suite 7 Orlando PL 32801 INSURERS AFFORDING COVERAOS phone:407-999-9994 Fax 407-999-9970 INSURED INSURER Al Hartford Insurance 00 INSURER B U S F & G andox Construction H INSURERC s p129~~ Qpareq,9 a 31 o 6 NSURERD TX x/611 C yPp=tY1 F or , SURER E COVIERAGUS ---I OCUMENT WRN R 9P®CTTO WXN:N IT11B CERTIFICATE MAYBE ISSUED Oft Op O R C ONTN H C NCE T T E D NDITION OP ANY C RA ANY ROUIREMENY, TERM R DED BY THE POLICIES DESCRIBED HEREIN 16 SUEJECTTO ALL THE TERMS EXCLUSIONS AND CONDITIONS DP §UCH O R MAY PERTAIN, THE INSURANCE F POLICIES ADCRPOATPIIMITA A OWN AMY XAVH BEEN ftBDUO@D BY PAID CLAIMS Imi TYPEOPIdURANCS POUCYNUMBHR NEW W711076w"i UMR9 EACH OCCURRENCE el OOD O eCNCRALLIABILITY 4331 12/27/99 12/27/00 F11 DA=:1(AAYoneSM) 9300 ODO_ A X CCMMERCI(ALOENERAI.wAsmTY 21 17HRM6 00 AAEEM -pmonl 1 0 . LLANO MADE ER OCCUR :1% PERSONAL A ADV INJURY 001000 X V 1 M 62 000 000 ICRALACORBCaTE O , , 82 000 000 PROOUCTS COMPIOP AGG 1 , , OEML AOORBOATE LIMIT APPLIES PER POLICY X J LOC AUT CMOBILE LIABILITY CCOMB~Igo SINKS LIMIT 51,000,000 3 12/27/99 12/27/00 A X ANYAUTO 21 UERMS 433 ALL OWNEDAUTOD EppP Yr IIN 1URY f~ S SCHEDULBDAUTOB X HIRED AUTOS DODILLY IZI I, URY (Pvr I 9 X NON-CMED AUTOS pp y7Y~ pP (PANYea MNlll e . AVTCONLY BAACCIDENT S O 21 LIABILITY OTW¢RTNAN EA ACC I ANY AUTO AUTO ONLY AGG 9 _ EACH OCCURRENCE 610,00.0'.000 EXCESS LIA916ITY( 02006004400 L2/27/99 12/27/00 A00REOATE 110,000,000 a X OCCUR C7 CLAPARMAO8 BUN e e oapucneLfi S X RETENTION S -0- TION A P W X O WORNCRC COMPB A M EMPLOYERS` LIABILITY WW 4330 21 12/27/99 12/27/00 64EApJACCIDENr e1000000 A W &L OM6A9E En EMPLOVe9 i 1000000 SLDIAEASE POLICYLIMrc 91000000 OYMIN PTION OF OPERIAT CLUegNS AO;; D E ePECUA►P I N Certificate holder's interest is aa£loated ee Addstional insured with respects to General Liability for work perforged on their behalf by named inmvwWd Re, Ci Ly of Denton Laad£ill Cenotroetaon - Macro 2 (6166 Wcator Rd , Denton, TX 7620e) Era ATTACKED NOTES FOR CANCSLLATICN CLAUSE. R CANCELLATION CERTIFICATE HOLDER Y ADWTIONALINBUNEOIINEURERLETTE AL. , D)3<NTTEX City of Denton, Texas Attn. Mr, Tom Shaw Procurament Manager 901-D Texas at Denton, TX 76201 oAISDRO CORPORATION 1968 ACORD 26.8 (7197) AUG 14 2000 8 38PM NO 823 P 3/4 IMPORTANT N the certificate holler b an ADDITIONAL INSURED, the pglloy(!es) must be endorsed A statement on cols cadlfoote does not confer rights to the ceAMlcate holder In lieu of such endoreement(a) If SU®ROOATION IS WAIVED, aibjeet in thn Imma and conditions of the dolxpy Certain polities may require an endorsement A statement on this certificate does not confer right- In the oeAHlcale holdor In Ilou of ouch eridorsomsnt(s) DISCLAIMER The OemflOele of Ineulanoe on the reverse aria or this form does not consbluta a contract boh"on the Issuing Insurer(a), authorized representative or producer, and the certificate holder, nor does It affirmatively or negatively amend, extend or altar the coverage afforded by the polio ao Iloted thereon AUG 14 2000 8 38AM NO 823 P 4/4 ~'A ~•~'~A~F V ` ~ 's,~ppyy ~~~~ypp ~~,,,y yy~~~~yy `a " ~'~~d7. r x'9 , " ,p`y.ygy r "SAID POLICY SHAL NOT BE CANCELLED, NONRENEWAD OR MAT&RIALLY CHANGED WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BIDING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE 18 REQUIRED."