Loading...
HomeMy WebLinkAbout2011-111ORDINANCE NO. 2011-111 AN ORDINANCE ACCEPTING PROPOSALS AND AWARDING A THREE YEAR CONTRACT FOR THE INSTALLATION OF UNDERGROUND ELECTRIC SERVICE FOR THE CITY OF DENTON; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR AND PROVIDING AN EFFECTIVE DATE (RFP 4676-UNDERGROUND SERVICE INSTALLATION AWARDED TO WILLBROS T & D SERVICES, LLC IN THE ESTIMATED THREE YEAR AMOUNT OF $2,909,012). WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for the installation of underground electric service in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and reviewed and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS; SECTION 1. The items in the following numbered request for proposal for materials, equipment, supplies or services, shown in the "Request Proposals" on file in the office of the Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFP NUMBER CONTRACTOR AMOUNT 4676 Willbros T & D Services, LLC Exhibit A SECTION 2. By the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Proposal Invitations, Proposals, and related documents. SECTION 3. Should the City and person submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager or his designated representative is hereby authorized to execute the written contract; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under the three year agreement for the installation of underground electric service to the City Manager of the City of Denton, Texas, or his designee. SECTION 5. By the acceptance and approval of the above enumerated items, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. 4 PASSED AND APPROVED this the — day of , 2011. MARK BUFRbUGS. MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: n,/-,, . U, 1,4 vf �7- -'- T- APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY BY: ) 5-ORD- - � 4676 ' % RFP # 4676 Date: May 5, 2011 Exhibit A Undersround Service Installation Item Description Unit Est. Qty. Principal Place of Business WillBros T & D Services, LLC Best and Final Offer Fort Worth, TX Dl Trench with Trencher 6" wide by 30" deep Ft 25,000 $1.50 D2 Trench with Trencher 6" wide by 48" deep Ft 30,000 $1.61 D3 Trench with Trencher 6" wide by 60" deep Ft 5,000 $2.00 D4 Trench with Backhoe 18" wide 48" deep Ft 150,000 $3.25 D5 Trench with Backhoe 18" wide 60" deep Ft 50,000 $3.80 D6 Trench with Backhoe 18" wide 72" deep Ft 30,000 $5.43 D7 Trench with Backhoe 18" wide 84" deep Ft 1,000 $6.68 D8 Trench with Backhoe 18" wide 96" deep Ft 1,000 $8.21 D9 Trench with Backhoe 24" wide 48" deep Ft 1,000 $5.46 D10 Trench with Backhoe 24" wide 60" deep Ft 15,000 $6.29 D11 Trench with Backhoe 24" wide 72" deep Ft 5,000 $7.16 D12 Trench with Backhoe 24" wide 84" deep Ft 5,000 $8.81 D13 ITrench with Backhoe 24" wide 96" deep Ft 1,000 $10.83 D14 Trench with Backhoe 36" wide 48" deep Ft 1,000 $8.19 D15 Trench with Backhoe 36" wide 60" deep Ft 1,000 $9.44 D16 Trench with Backhoe 36" wide 72" deep Ft 1,000 $10.74 D17 Trench with Backhoe 36" wide 84" deep Ft 1,000 $13.21 D18 Trench with Backhoe 36" wide 96" deep Ft 100 $16.24 D19 Special trencher for trenching in rock, 6" width Ft 2,000 $4.00 D20 Rock Adder, Backhoe 18" Width, Cutting & Jack Hammer Ft 100 $2.44 D21 Rock Adder, Backhoe 24" Width, Cutting & Jack Hammer Ft 100 $3.52 D22 Rock Adder, Backhoe 36" Width, Cutting & Jack Hammer Ft 100 $5.27 D23 Rock Adder, Backhoe 18" Width, Large Rock Quantity Ft 1,000 $2.93 D24 Rock Adder, Backhoe 24" Width, Large Rock Quantity Ft 500 $4.22 D25 Rock Adder, Backhoe 36" Width, Large Rock Quantity Ft 100 $6.32 D26 Hand Digging 12" x 30" deep or less Ft 1,000 $12.00 D27 Hand Digging 12" x 3 1 " - 48" deep Ft 500 $16,80 D28 j Concrete Backfill of Trench Excavated by Backhoe Cy 2,500 $20.00 D29 Concrete Backfill of 6" Trench Cy 200 $20.00 D30 Mechanical Tamping of Trench Excavated by Backhoe Ft 5,000 $0.80 D31 2" - 4" Thick Asphalt Saw Cut LF 500 $6.40 D32 V - 6" Concrete Saw Cut LF 500 $7.29 D33 8"+ Thick Concrete Saw Cut LF 500 $13.00 D34 4"+ Asphalt and/or Concrete Saw Cut LF 500 $8.30 CT1 Conduit 1" PVC IFt 3,000 $0.58 RFP # 4676 Date: May 5, 2011 Exhibit A Undersround Service Installation Item Description Unit Est. Qty. WillBrOs T & D Services,LLC Best and Final Offer Principal Place of Business Fort Worth, TX CT2 Conduit 2" PVC Ft 112,000 $0.65 CT3 Conduit 2 & 1/2 " PVC Ft 2,000 $0.69 CT4 Conduit 3" PVC Ft 100 $0.71 CT5 Conduit 4" PVC Ft 21,000 $1.05 CT6 j Conduit 1" PVC 90 degree sweep Ea 200 $5.85 CT7 Conduit 2" PVC 90 degree sweep Ea 900 $6.00 CT8 Conduit 2 & 1/2 " PVC 90 degree sweep Ea 2,500 $6.50 CT9 Conduit 3" PVC 90 degree sweep Ea 1 $7.00 CT10 Conduit 4" PVC 90 degree sweep Ea 250 $9.00 CTl 1 Conduit 2" PVC 45 degree sweep Ea 200 $6.00 CT12 Conduit 2 & 1/2 " PVC 45 degree sweep Ea 200 $6.50 CT13 Conduit 3" PVC 45 degree sweep Ea 1 $7.00 CT14 Conduit 4" PVC 45 degree sweep Ea 65 $9.00 CT15 Conduit 4" PVC 22 & 1/2 degree sweep Ea 80 $9.00 CB1 Conduit 1" PVC Ft 1,000 $0.58 CB2 Additional 1" PVC Conduit in Trench Ft 100 $0.50 CB3 Conduit 2" PVC Ft 15,000 $0.65 CB4 Additional 2" PVC Conduit in Trench Ft 2,000 $0.60 CB5 Conduit 2 & 1/2 " PVC Ft 1,000 $0.69 CB6 Additional 2 & 1/2" PVC Conduit in Trench Ft 1,000 $0.60 CB7 Conduit 3" PVC Ft 100 $0.71 CB8 Additional 3" PVC Conduit in Trench Ft 100 $0.62 CB9 Conduit 4" PVC Ft 20,000 $0.96 CB 10 Additional 4" PVC Conduit in Trench Ft 20,000 $0.75 CB11 j Conduit 6" PVC Ft 20,000 $1.15 CB12 Additional 6" PVC Conduit in Trench Ft 12,000 $1.30 CB13 Bank of two 6", two 4", two 2", and two V installed in conduitspacers Ft 2,000 $8.33 CB 14 Bank of three 6", three 4", three 2", and two 1" installed in conduitspacers Ft 1,000 $10.83 CB15 Conduit 1" PVC 90 degree sweep Ea 10 $5.85 CB16 Conduit 2" PVC 90 degree sweep Ea 100 $6.00 CB17 Conduit 2 & 1/2 " PVC 90 degree sweep Ea 50 $6.50 CB18 Conduit 3" PVC 90 degree sweep Ea 5 $7.00 CB19 Conduit 4" PVC 90 degree sweep Ea 125 $9.00 CB20 Conduit 6" PVC 90 degree sweep Ea 50 $10.00 CB21 Conduit 2" PVC 45 degree sweep Ea 20 $6.00 CB22 Conduit 2 & 1/2 " PVC 45 degree sweep Ea 5 $6.50 RFP # 4676 Date: May 5, 2011 Exhibit A Underground Service Installation Item Description Unit Est. Qty. Principal Place of Business WillBros T & D Services, LLC Best and Final Offer Fort Worth, TX CB23 Conduit 3" PVC 45 degree sweep Ea 1 $7.00 CB24 Conduit 4" PVC 45 degree sweep Ea 200 $9.00 CB25 Conduit 6" PVC 45 degree sweep Ea 20 $10.00 CB26 I Conduit 4" PVC 22 & 1/2 degree sweep Ea 20 $9.00 CB27 Conduit 6" PVC 22 & 1/2 degree sweep Ea 20 $10.00 CI1 Cable, Cu OF SOL, 12/2 awg Secondary Ft 10,000 $0.50 Cl2 Cable, Al #6 Duplex Ft 80,000 $0.65 C13 Cable, Al 4/0 4/0 2/0 Secondary Ft 90,000 $0.88 C14 Cable, 350, 350, 4/0 Secondary Ft 10,000 $0.97 C15 Cable, # 2 Al 15 kV Single Phase Pull Ft 100,000 $0.70 CI6 Cable, # 1/0 Al 15 kV Single Phase Pull Ft 500 $0.77 CI7 Cable, #4/0 Al 15 kV Single Phase Pull Ft 500 $0.93 CI8 Cable, #2 Al 15 IN Three Phase Pull Ft 10,000 $1.25 CI9 Cable, #1/0 Al 15 kV Three Phase Pull Ft 2,000 $1.29 CI10 Cable, # 4/0 Al 15 kV Three Phase Pull Ft 7,000 $2.84 CI11 Cable, 250 MCM Cu 15 kV Three Phase Pull Ft 1,000 $3.50 CI12 Cable, 500 MCM Cu 15 kV Three Phase Pull Ft 7,500 $4.10 CI13 Cable, 750 MCM Cu 15 kV Three Phase Pull Ft 10,000 $5.81 C114 Cable, 8 Triplex Cu Ft 2,000 $0.50 CI15 Install Fault Indicator Single Phase Ea 400 $3.10 C116 Install Fault Indicator Three Phase Set 100 $15,00 CI17 Multiple Duct Bank Tagging of Conductors in Multiple Duct Banks (individual conduits and cables shall be included in base bid Ea 20 $3.00 T1 Elbow, Loadbreak #2 AL 220 mil 15 kV Ea 500 $54.00 T2 Elbow, Loadbreak #1/0 AL 220 mil 15 kV Ea 20 $54.00 T3 Elbow, Loadbreak #4/0 AL 220 mil 15 kV Ea 100 $54.00 T4 Elbow, T Nonloadbreak 250 MCM or 4/0 15 kV Ea 15 $78.00 T5 Elbow, TNonloadbreak 500 MCM 15 kV Ea 60 $104.00 T6 Elbow, T Nonloadbreak 750 MCM 15 kV Ea 90 $104,00 T7 Termination Rack / Utility Pole single phase # 2 Ea 50 478 T8 Termination Rack / Utility Pole vee phase # 2 Ea 4 629 T9 Termination Rack / Utility Pole 3 phase # 2 Ea 12 820 TIO Termination Rack / Utility Pole single phase #1/0 Ea 10 478 TI 1 Termination Rack on a Utility Pole vee phase # 1/0 Ea 5 629 T12 Termination Rack on a Utility Pole 3 phase # 1/0 Ea 5 820 T13 Termination Rack / Utility Pole single phase #4/0 Ea 1 478 T14 Termination Rack on a Utility Pole vee phase # 4/0 Ea 1 629 RFP # 4676 Date: May 5, 2011 Exhibit A Underground Service Installation Item Description Unit Est. Qty. Principal Place of Business WillBros T & D Services, LLC Best and Final Offer Fort Worth, TX T15 Termination Rack on a Utility Pole 3 phase # 4/0 Ea 15 $820.00 T16 Termination Rack on a Utility Pole 3 phase 250MCM Ea 5 $1,222.00 T17 Termination Rack on a Utility Pole 3 phase 500 MCM Ea 30 $1,272.00 T18 Termination Rack on a Utility Pole 3 phase 750MCM Ea 45 $1,272.00 T19 600 - 200 AMP Plug Adapter Ea 60 $8.00 T20 Insulated Plugs/Deadend Plugs Ea 50 $8.00 T21 Splice, #2 AL 220 mil 15 kV Ea 50 $130.00 T22 Splice, #1/0 AL 220 mil 15 kV Ea 5 $135.00 T23 Splice, #4/0 AL 220 mil 15 kV Ea 25 $135.00 T24 j Splice, 250 MCM or 4/0 15 kV Ea 25 $142.00 T25 Splice, 500 MCM 15 kV Ea 30 $142.00 T26 Splice, 750 MCM 15 kV Ea 30 $142.00 Al Arrester Elbow, 10 kV Ea 200 $12.00 A2 Arrester, Bushing 10 kV Ea 25 $8.00 A3 Arrester, Parking Stand 10 kV Ea 3 $12.00 V 1 2 Way Manhole 12' X 12' X 9' with 5' of Cover Ea 4 $3,840.00 V2 4 Way Manhole 12' X 12' X 9' with 5' of Cover Ea 4 $3,840.00 V3 3 Way Manhole 12' X 10' X 9' with 5' of Cover Ea 5 $3,840.00 V4 Additional foot of cover for 4 Way or 3 Way to 10' Ft 10 $1,521.00 VS Polymer Concrete Vault 4'W X 4'D x 8'L Surface Mount Ea 5 $1,360.00 V6 Polymer Concrete Vault 4'W X 4'D x 61 Surface Mount Ea 2 $1,250.00 V7 Polymer Concrete Vault 3'W X 4'D x 51 Surface Mount Ea 5 $586.00 V8 Polymer Concrete Vault 4'W X 4'D x 4'L Surface Mount Ea 2 $450.00 V9 Polymer Concrete Box 13"W X 18"D x 24"L Surface Ea 12 $200.00 V 10 Polymer Concrete Box 12"W X 12"D x 12"L Surface Ea 12 $122.00 V11 Fiberglass Sleeve, Pri. Connection Cabinet 1 Phase Ea 15 $122.00 V 12 Fiberglass Sleeve, Pri. Connection Cabinet 3 Phase Ea 10 $200.00 V13 I Excavation to Access side of a Manhole Ea 10 $1,107.00 V14 I Excavation to Access side of a Vault Ea 10 $553.50 RFP # 4676 Date: May 5, 2011 Exhibit A Underground Service Installation Item Description Unit Est. Qty. Principal Place of Business WillBros T & D Services, LLC Best and Final Offer Fort. Worth, TX V15 6" Conduit Entry into Manhole Ea 6 $130.00 V16 4" Conduit Entry into Manhole Ea 6 $108.00 V 17 2 1/2" Conduit Entry into Manhole Ea 6 $77.00 V 18 2" Conduit Entry into Manhole Ea 6 $75.00 V 19 6" Conduit Entry into Vault Ea 6 $32.50 V20 4" Conduit Entry into Vault Ea 6 $27.00 V21 2 1/2" Conduit Entry into Vault Ea 6 $19.00 V22 2" Conduit Entry into Vault Ea 6 $17.00 P1 Transformer Pad 48" X 54" Fibercrete Ea 250 $122.00 P2 Switch Gear Pad Tx Tx 3' Ea 11 $516.00 P3 Transformer Pad 83" X 83" Old Castle Ea 10 $491.00 E1 Secondary Connection Pedestal Ea 300 $68.00 E2 Single Phase Transformer on Pad Ea 250 $340.00 E3 Three Phase Transformer on Pad Ea 30 $788.00 E4 Switch Gear on Pad - (PME Gear) Ea 11 $340.00 E5 Primary 1 Phase Sectionalizing Pedestal on Sleeve Ea 15 $130.29 E6 Primary 3 Phase Sectionalizing Pedestal on Sleeve Ea 10 $225.75 E7 Fused Cabinet Ea 5 $120.00 E8 Fused Cabinet Sleeve Ea 5 $150.00 SLl 20 Ft Concrete Pole and Street Light, 976 pounds Ea 300 $259.00. SL2 35 Ft Concrete Pole and Street Light 1,750 pounds Ea 12 $323.75 SL3 45 Ft Fiberglass Pole and Street Light Ea 6 $363.00 SL4 Streetlight Poles with either bases or anchor cages on streetlights Ea 20 $622.00 SI Install 2.5" conduit with underground secondary conductors and ditch warning tape. Ft 50,000 $4.77 S2 Secondary Riser Ea 50 $3,06.00 S3 Trip charge for additional trips after initial trip Trip 10 $147.50 S4 Bore for service installations (Residential) Ft 3,000 $20.64 M1 Three man crew to perform small maintenance jobs Hourly 250 $136.00 M2 Three man crew and backhoe to perform small maint. Jobs Hourly 300 $161.30 a u Number of Licensed Utility/Class A Journeyman available to DME $2,909,011.85 Number of Crews Available to DME at one time 8. Cashier's check, certified check or acceptable bid bond in an amount not less than 5% of the total bid submitted or $15,000, whichever is less. CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 19th day of July A.D., 2011 by and between City of Denton of the County of Denton and State of Texas, acting through George C. Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and Willbros T&D Services 4613 Highway 1417 North ShermanTX 75092 of the City of Sherman , County of Grayson 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: RFP 4676-Three Year Contract for Underground Electric Service Installation in the amount of the unit prices shown on the attached Exhibit A 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 Proposers (Advertisement for Proposals), and Instructions to Proposers, 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, and the Specifications therefore, as prepared by: City staff all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. PAGE 1 OF REQUEST FOR PROPOSAL #4676 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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. Right to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be bome by the OWNER unless the audit reveals an PAGE 2 OF REQUEST FOR PROPOSAL #4676 overpayment of 1 % or greater. If an overpayment of 1 % or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. PAGE 3 OF REQUEST FOR PROPOSAL #4676 IN WITNESS WHEREOF, the parties of these presents have executed'this agreement in the year and day first above written. ATTEST: J, , W ATTEST: )) Q Gt/�GG� APPROVED AS TO FORM: ATTORNEY City of Denton (SEAL) e CJONTA-AC-TOI�' T � % �%� N �- � �/I7 J✓ I ZX �2 S 120 MAILING ADDRESS qe,7 - Y9 3 - D.7 e` i PHONE NUMBER 963 - F93 - 0 2o,?-- FAX NUMBER BY: t� U F� azcztJ i n,. S /1 TfrLE PRINT AME - (SEAL) PAGE 4 OF REQUEST FOR PROPOSAL #4676 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § Bond No. K08534342 -11 KNOW ALL MEN BY THESE PRESENTS: That Willbros T&D_ Services,/ whose address is 4613 Highwa 1417 North Sherman TX 75092 hereinafter called Principal, and Westchester Fire Insurance Company,/" , 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 and the laws of the State 9f Texas, hereinafter called Owner, in the penal sum of One Million and 0/100OLLARS($1&ffi00 us 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 2011-111, with the City of Denton, the Owner, dated the 19th day of Jules A.D. 2011 copy of which is hereto attached and made a part hereof, for RFP 4676-Three Year Contract for Underground Electric Service Installation✓ 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 two (2) years 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. PAGE 5 OF REQUEST FOR PROPOSAL #4676 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, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four(4) copies, each one of which shall be deemed an original, this the lsth day of July , 2011 ATTEST: ATTEST: BY: Theresa Gardner, Wit s as to Surety PRINCIPAL Westchester Fire Insurance Company BY: ATTU -1N-FACT Margaret Buboltz The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NA1�ffi: Deborah English - License No. 0007722427 STREET ADDRESS: 4137 Sydney Dr., Frisco, TX 75033 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PAGE 6 OF REQUEST FOR PROPOSAL #4676 \1P 4 PA'S MENT BONA STATE OF TEXAS § COUNTY OF DENTON § Bond No. K08534342 KNOW ALL MEN BY THESE PRESENTS: That Willbros T&D Services, hose address is 4613 Highway 1417 North Sherman TX 75092, hereinafter called Principal, and Westchester Fire Insurance Company ", 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, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of One Million. and 0/1006LLARS($1 000 000► m 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, fimly 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 Chancre 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 2011-111, with the City of Denton, the Owner, dated the 19th day of July A.D. 2011 copy of which is hereto attached and made a part hereof, for RFP 4676-Three Year Contract for Underground Electric Service Installation.✓ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby Expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work 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. PAGE 7 OF REQUEST FOR PROPOSAL #4676 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 chatters arising out of such surety, 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�>copies, each one of which shall be deemed an original, this the 19th day of July 2011 ATTEST: low ."e"'. I �qro./ ATTEST: BY: O�� Theresa Gardner, Witness to surety 6111111100r�E Westchester Fire Insurance Company BY: ATTO EY-IN-FACT Margaret Buboltz The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Deborah English - License No. 0007722427 STREET ADDRESS: 4137 Sydney Dr., Frisco, TX 75033 (NOTE. Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PAGE 8 OF REQUEST FOR PROPOSAL #4676 Information and Complaints ACE USA This information is being provided to you pursuant to the requirements of Articles 1.35, 1.35D and 21.71 of the Texas Insurance Code relating to our Toll Free information and complaint number. IMPORTANT NOTICE To obtain information or make a complaint: You may call the Company's toll -free telephone number for information or to make a complaint at: 1 (800) 352--4462 You may also write to the Company at: ACE USA Customer Services, TL30K P.O. Box 41484 Philadelphia, PA 19101-1484 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1 (800) 252-3439 You may write the Texas Department of Insurance P-O. BOX 149104 AUSTIN, TX 78714-9104 FAX #(512) 475-1771 AVISO 1MPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar at numero de telefono gratis de la Compania para informacion o para someter una queja al: 1 (800) 352-4462 Usted tambien puede escribir a la Compania: ACE USA Customer Services, TL30K P.O. Box 41484 Philadelphia, PA 19101-1484 Puede communicarse con at Departmento de Seguros de Texas para obtener informacion acerce de companias, coberturas, derechos o quejas at: 1 (800) 252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 AUSTIN, TX 78714-9104 FAX #(612) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene dispute concerning your premium or about a claim una disputa concerniente a su prima o un reclamo, you should contact your agent or the company first. debe comunicarse con el agente o la compania If the dispute is not resolved you may contact the primero. Si no se resuelve la disputa puede entonces Texas Department of Insurance. communicarse con el departmento de Seguros en Texas ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ALL-4Y30a (0812001) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. X: Power of gSTCJM TER ]IRE INSURANCE COMPANY. 41 xi Attorney The signotura l Written Coma FURTHER Rl Company, and pursuant to this Res6l0tion,'.b.nd the sive stntj.j.nenf-�f the powers and aul powernt . 0 . uthoirtity otherwise validly Does hereby nominate, c6ftsututeand appoint .oar ' fd-Lupp er, Margaret BubolLj Wendy Stpkeyall of the City of HOUSTON, Texas eac h ch individually dually if there be more than one named, its , deliver wn: -its! behalf-,: and undertakings, recogntzances coatraeta anti oil -T.WentVFiv6.- t . hil . 11 . on -dollars & er n 000)' d the execution of Wap.ce i I dto ts($2$M.%G0 66h writings 46 pur regula elected offli -offhiV fully and aj dac4Nvfedgedbythe INVITNESS WIVREOF.--the .z . W:sStephen M:: 11kney,.A47f�esident, has hereunto R� h;: . 1 In 9r. :.:.FIP�EE"URANCE'COMPANY.:This 2*OXF6bivaty.4i: WESTti -e diced by racsimi(ygµ:tuch... persons t"i;t 6and on behalf gthe -.-',TMS POWEP, OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH ANINCEPTION :ANWAFTER.T-.,.0� lit" E THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES 0 THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. N CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Proposer's attention is directed to the insurance requirements below. It is highly recommended that proposers confer with their respective insurance carriers or brokers to determine in advance of Proposal submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low proposer fails to comply strictly with the insurance requirements, that proposer may be disqualified from award of the contract. Upon proposal award, all insurance requirements shall become contractual obligations, which the successful proposer 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 proposal award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the proposal 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 proposal opening, since the insurance requirements may not be modified or waived after proposal opening unless a written exception has been submitted with the proposal. 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 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, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • Liability policies shall be endorsed to provide the following: •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. •• That such insurance is primary to any other insurance available to the additional PAGE 9 OF REQUEST FOR PROPOSAL #4676 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 claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. 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: [X] 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. PAGE 10 OF REQUEST FOR PROPOSAL #4676 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. N Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 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. 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 limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an" occurrence" basis, PAGE 11 OF REQUEST FOR PROPOSAL #4676 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 limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] 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. [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] 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. PAGE 12 OF REQUEST FOR PROPOSAL #4676 [X] 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 foodibeverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. 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 PAGE 13 OF REQUEST FOR PROPOSAL #4676 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. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, 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. 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' PAGE 14 OF REQUEST FOR PROPOSAL #4676 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. PAGE 15 OF REQUEST FOR PROPOSAL #4676 RFP # 4676 Date: May 5, 2011 Exhibit A rr A ..4 Cn a inc4allafinn Item Description Unit Est. Qty. Principal Place of Business Wi1lBros T & D Services, LLC Best and Final Offer Fort Worth, TX D1 Trench with Trencher 6" wide by 30" deep Ft 25,000 $1,50 D2 Trench with Trencher 6" wide by 48" deep Ft 30,000 $1.61 D3 Trench with Trencher 6" wide by 60" deep Ft 5,000 D4 Trench with Backhoe 18" wide 48" deep Ft 150,000 $3.25 D5 Trench with Backhoe 18" wide 60" deep Ft 50,000 $3.80 D6 Trench with Backhoe 18" wide 72" deep Ft 30,000 $5.43 D7 Trench with Backhoe 18" wide 84" deep Ft 1,000 $6.68 D8 Trench with Backhoe 18" wide 96" deep Ft 1,000 $8.21 D9 Trench with Bacldioe 24" wide 48" deep Ft 1,000 $5.46 D10 Trench with Backhoe 24" wide 60" deep Ft 15,000 $6.29 D11 Trench with Backhoe 24" wide 72" deep Ft 5,000 $7.16 D12 Trench with Backhoe 24" wide 84" deep Ft 5,000 $8.81 D13 Trench with Backhoe 24" wide 96" deep Ft 1,000 $10.83 D14 Trench with Backhoe 36" wide 48" deep Ft 1,000 $8.19 D15 Trench with Backhoe 36" wide 60" deep Ft 1,000 $9.44 D16 Trench with Backhoe 36" wide 72" deep Ft 1,000 $10.74 D17 Trench with Back -hoe 36" wide 84" deep Ft 1,000 $13.21 D18 Trench with Backhoe 36" wide 96" deep Ft 100 $16.24 D19 I Special trencher for trenching in rock, 6" width Ft 2,000 $4.00 D20 IRo,kAdder, Backhoe 18" Width, Cutting & Jack Hammer Ft 100 $2.44 D21 Rock Adder, Backhoe 24" Width, Cutting & Jack Hammer Ft 100 $3.52 D22 Rock Adder, Backhoe 36" Width, Cutting & Jack Hammer Ft 100 $5.27 D23 Rack Adder, Backhoe 18" Width, Large Rock Quantity Ft 1,000 $2.93 D24 Rock Adder, Backhoe 24" Width, Large Rock Quantity Ft 500 $4.22 D25 Rock Adder, Backhoe 36" Width, Large Rock Quantity Ft 100 $6.32 D26 Hand Digging 12" x 30" deep or less Ft 1,000 $12.00 D27 Hand Digging 12" x 31" - 48" deep Ft 500 $16.80 D28 Concrete Backfill of Trench Excavated by Backhoe Cy 2,500 $20.00 D29 Concrete Backfill of 6" Trench Cy 200 $20.00' D30 Mechanical Tamping of Trench Excavated b Backhoe Ft 5,000 $0.80 ' D31 2" - 4" Thick Asphalt Saw Cut LF 500 $6.40 D32 1" - 6" Concrete Saw Cut LF 500 $7.29 D33 8"+ Thick Concrete Saw Cut LF 500 $13.00 D34 4"+ Asphalt and/or Concrete Saw Cut LF 500 $8.30 CTl Conduit V PVC Ft 3,000 $0.58 RFP # 4676 Date: May 5, 2011 Exhibit A rT_-1 ..a C,. a ine+oll�+inn WillBros T & D Services, Item Description Unit Est. Qty. LLC Best and Final Offer Principal Place of Business Fort. Worth; TX CT2 Conduit 2" PVC Ft 112,000 $0.65 CT3 Conduit 2 & 1/2 " PVC Ft 2,000 $0.69 CT4 Conduit 3" PVC Ft 100 .$0.71 CTS I Conduit 4" PVC Ft 21,000 ' $1.05 CT6 Conduit l" PVC 90 degree sweep Ea 200 $5.85 CT7 Conduit 2" PVC 90 degree sweep Ea 900 $6.00 CT8 Conduit 2 & 1/2 " PVC 90 degree sweep Ea 2,500 $6.50 . . CT9 Conduit 3" PVC 90 degree sweep Ea 1 $7.00 . . CT10 Conduit 4" PVC 90 degree sweep Ea 250 $9.00 " CTI1 Conduit 2" PVC 45 degree sweep Ea 200 $6.00. CT12 Conduit 2 & 1/2 " PVC 45 degree sweep Ea 200 $6.50 CT13 Conduit 3" PVC 45 degree sweep Ea 1 $7.00 CT14 Conduit 4" PVC 45 degree sweep Ea 65 $9.60 CT15 Conduit 4" PVC 22 & 1/2 degree sweep Ea 80 $.9.00 . CB1 I Conduit 1" PVC Ft 1,000 CB2 Additional 1" PVC Conduit in Trench Ft 100 . $0.50 CB3 Conduit 2" PVC Ft 15,000 $0.65 CB4 Additional 2" PVC Conduit in Trench Ft 2,000 $0.60 CB5 Conduit 2 & 1/2 " PVC Ft 1,000 $0.69 . . CB6 Additional 2 & 1/2" PVC Conduit in Trench Ft 1,000 $0.60 CB7 Conduit 3" PVC Ft 100 $0.71 . CB8 Additional 3" PVC Conduit in Trench Ft 100 $0.62 CB9 Conduit 4" PVC Ft 20,000 $0,96 CB 10 Additional 4" PVC Conduit in Trench Ft 20,000 $0.75 CB11 Conduit 6" PVC Ft 20,000 $1.15 CB12 Additional 6" PVC Conduit in Trench Ft 12 0000 $1.30 CB13 Bank of two 6" , two 4", two 2", and two V installed in conduitspacers Ft 2,000 $8.33 CB 14 Bank of three 6", three 411, three 2", and two 1" installed in conduitspacers Ft 1,000 $16.83 CB15 Conduit V PVC 90 degree sweep Ea 10 $5,85 CB16 Conduit 2" PVC 90 degree sweep Ea 100 $6,00 CB 17 Conduit 2 & 1/2 " PVC 90 degree sweep Ea 50 $6.$0 CB18 Conduit 3" PVC 90 degree sweep Ea 5 $7.00 CB19 Conduit 4" PVC 90 degree sweep Ea 125 $9.00 CB20 Conduit 6" PVC 90 degree sweep Ea 50 $10.00 CB21 Conduit 2" PVC 45 degree sweep Ea 20 $6.00 CB22 Conduit 2 & 1/2 " PVC 45 degree sweep Ea 5 $6.50 RFP # 4676 Date: May 5, 2011 Exhibit A Underurnnnd Service Installation Item Description Unit Est. Qty. Principal Place of Business WillBros T & D Services, LLC Best And.Final Offer Fort: Worth, TX CB23 Conduit 3" PVC 45 degree sweep Ea I $7A CB24 Conduit 4" PVC 45 degree sweep Ea 200 $9.00 CB25 Conduit 6" PVC 45 degree sweep Ea 20 $10.00 CB26 Conduit 4" PVC 22 & 1/2 degree sweep Ea 20 $9.00 CB27 Conduit 6" PVC 22 & 1/2 degree sweep Ea 20 $10.00 CIl Cable, Cu OF SOL, 1212 awg Secondary Ft 10,000 $0.50 C12 Cable, Al #6 Duplex Ft 80,000 . $0.65. C13 Cable, Al 4/0 4/0 2/0 Secondary Ft 90,000 $0.88 CI4 Cable, 350, 350, 4/0 Secondary Ft 10,000 $0.91 C15 Cable, # 2 Al 15 kV Single Phase Pull Ft 100,000 $0.70 CI6 Cable, # 1/0 Al 15 kV Single Phase Pull Ft 500 $0.77 CI7 Cable, #4/0 Al 15 kV Single Phase Pull Ft 500 $0.93 CI8 Cable, #2 Al 15 IN Three Phase Pull Ft 1Q000 $1.25 CI9 Cable, #1/0 Al 15 kV Three Phase Pull Ft 2,000 $1.29 CI10 Cable, # 4/0 Al 15 kV Three Phase Pull Ft 7,000 $2.84 C111 Cable, 250 MCM Cu 15 kV Three Phase Pull Ft 1,000 $3.50 CI12 Cable, 500 MCM Cu 15 kV Three Phase Pull Ft 7,500 $4.10 CI13 Cable, 750 MCM Cu 15 kV Three Phase Pull Ft 10,000 $5.81 C114 Cable, 8 Triplex Cu Ft 2,000 $0.50 CI15 Install Fault Indicator Single Phase Ea 400 $3.10 CI16 Install Fault Indicator Three Phase Set 100 $15.00 CI17 Multiple Duct Bank Tagging of Conductors in Multiple Duct Banks (individual conduits and cables shall be included in base bid Ea 20 $3.00 , TI Elbow, Loadbreak #2 AL 220 mil 15 kV Ea 500 $54.60 T2 Elbow, Loadbreak #1/0 AL 220 mil 15 kV Ea 20 $54.00 . T3 Elbow, Loadbreak #4/0 AL 220 mil 15 kV Ea 100 $54.00 T4 Elbow, T Nonloadbreak 250 MCM or 4/0 15 kV Ea 15 $78.00 T5 Elbow, TNonloadbreak 500 MCM 15 kV Ea 60 $164.00 T6 Elbow, T Nonloadbreak 750 MCM 15 kV Ea 90 $104.00 T7 Termination Rack / Utility Pole single phase # 2 Ea 50 478 T8 Termination Rack / Utility Pole vee phase # 2 Ea 4 629 T9 Termination Rack / Utility Pole 3 phase # 2 Ea 12 820 T10 Termination Rack / Utility Pole single phase #1/0 Ea 10 478 Tl l Termination Rack on a Utility Pole vee phase # 1/0 Ea 5 629 T12 Termination Rack on a Utility Pole 3 phase # 1/0 Ea 5 820 T13 Termination Rack / Utility Pole single phase #4/0 Ea 1 478 T14 Termination Rack on a Utility Pole vee phase # 4/0 Ea 1 629 RFP # 4676 Date: May 5, 2011 Exhibit A Undnrarmind Gervire. installation Item Description Unit Est. Qty. Principal Place of Business WillBros T & D Services, LLC stand Final Offer. Fort Worth, TX T15 Termination Rack on a Utility Pole 3 phase # 4/0 Ea 15 $820.00 T16 Termination Rack on a Utility Pole 3 phase 250MCM Ea 5 $1,222.00 T17 Termination Rack on a Utility Pole 3 phase 500 MCM Ea 30 $1,272.00 T18 Termination Rack on a Utility Pole 3 phase 750MCM Ea 45 $1,272.00 T19 600 - 200 AMP Plug Adapter Ea 60 $8.00 T20 Insulated Plugs/Deadend Plugs Ea 50 $8.00 T21 Splice, #2 AL 220 mil 15 kV Ea 50 $130.00 . T22 Splice, #1/0 AL 220 mil 15 kV Ea 5 $135.00 T23 Splice, #4/0 AL 220 mil 15 kV Ea 25 $135.00 724 Splice, 250 MCM or 4/0 15 kV Ea 25 $142.00 T25 Splice, 500 MCM 15 kV Ea 30 $142.00 T26 Splice, 750 MCM 15 kV Ea 30 $142.00 Al Arrester Elbow, 10 kV Ea 200 $12.00 A2 Arrester, Bushing 10 kV Ea 25 $8.00 . A3 Arrester, Parking Stand 10 kV Ea 3 $12.00 . Vl 2 Way Manhole 12' X 12' X 9' with 5' of Cover Ea 4 $3,840.00 V2 4 Way Manhole 12' X 12' X 9' with 5' of Cover Ea 4 $3,840.00.. V3 3 Way Manhole 12' X 10' X 9' with 5' of Cover Ea 5 $3.,840.00 V4 Additional foot of cover for 4 Way or 3 Way to 10' Ft 10 $1,521.00 V5 Polymer Concrete Vault 4'W X 4'D x 81 Surface Mount Ea 5 $1,360.00 V6 Polymer Concrete Vault 4'W X 4'1) x 61 Surface Mount Ea 2 $1,250.00 V7 Polymer Concrete Vault 3'W X 4'D x 51 Surface Mount Ea 5 $586.00 V8 Polymer Concrete Vault 4'W X 4'D x 4% Surface Mount Ea 2 $450.00 Vg Polymer Concrete Box 13"W X 18"D x 24"L Surface Ea 12 $200.00 V10 Polymer Concrete Box 12"W X 12"D x 12"L Surface Ea 12 $121.00 V 11 Fiberglass Sleeve, Pri. Connection Cabinet 1 Phase Ea 15 .$122.00 V12 Fiberglass Sleeve, Pri. Connection Cabinet 3 Phase Ea 10 .$200..00 V13 Excavation to Access side of aManhole Ea 10 $1,107.00 V14 Excavation to Access side of a Vault Ea 10 $553.50 RFP # 4676 Date: May 5, 2011 Exhibit A Underground Service Installation Item Description Unit Est, Qty. Principal Place of Business WillBros T & D Services, LLC Best and Final Offer Fort. Worth, TX V 15 6" Conduit Entry into Manhole Ea 6 $130.00 V16 4" Conduit Entry into Manhole Ea 6 $i08..00 V17 2 1/2" Conduit Entry into Manhole Ea 6 $77.00,, V 18 2" Conduit Entry into Manhole Ea 6 ;$.7.5.00 . V 19 6" Conduit Entry into Vault Ea 6 $#.50.. V20 4" Conduit Entry into Vault Ea 6 $27.00 V21 2 1/2" Conduit Entry into Vault Ea 6 $19.00 V22 2" Conduit Entry into Vault Ea 6 $17.00 P1 Transformer Pad 48" X 54" Fibercrete Ea 250 $122.00 P2 Switch Gear Pad Tx 7' x 3' Ea 11 $516.00 P3 Transformer Pad 83" X 83" Old Castle Ea 10 $491.00 E1 Secondary Connection Pedestal Ea 300 $68.00 E2 Single Phase Transformer on Pad Ea 250 $340.00 E3 Three Phase Transformer on Pad Ea 30 $788.00: E4 Switch Gear on Pad - (PME Gear) Ea 11 $340,00 E5 Primary 1 Phase Sectionalizing Pedestal on Sleeve Ea 15 $130.29 E6 Primary 3 Phase Sectionalizing Pedestal on Sleeve Ea 10 $225.75 E7 Fused Cabinet Ea 5 $120.0.0 E8 Fused Cabinet Sleeve Ea 5 $150.00 SLl 20 Ft Concrete Pole and Street Light, 976 pounds Ea 300 $259.06. SL2 35 Ft Concrete Pole and Street Light 1,750 pounds Ea 12 $323.75 SL3 45 Ft Fiberglass Pole and Street Light Ea 6 $363.00 SL4 Streetlight Poles with either bases or anchor cages on streetlights Ea 20 $622.00 S 1 Install 2.5" conduit with underground secondary conductors and ditch warning tape. Ft 50,000 $4:77 S2 Secondary Riser Ea 50 $306.00 S3 Trip charge for additional trips after initial trip Trip 10 $147.50 . S4 Bore for service installations (Residential) Ft 3,000 $20.64; Ml Three man crew to perform small maintenance jobs Hourly 250 $13.6.00 M2 Three man crew and backhoe to perform small maint. Jobs Hourly 300 $161.30 a u Number of Licensed Utility/Class A Journeyman available to DME $2,909,011.85 Number of Crews Available to DME at one time S. Cashier's check, certified check or acceptable bid bond in an amount not less than 5% of the total bid submitted or $15,000, whichever is less. CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by M.B.1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a Date Received person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.O06(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. /V /•,'7 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not Inter than the 7e business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3- Name of local government officer with whom filer has an employment or business relationship. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? 0 Yes No l B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the AND the taxable income is not received from the local governmental entity? local government officer named in this section Yes = No G. Is the filer of this questionnaire employed bye corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownershipof 10 percent or more? Yes 0 No f D. Describe each affiliation or business relationship. i r 4 Willbros T&D Services, LLc /ff% l I Signature o person doing business with the governmental entity Date Adopted OO 29,7.007 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) I 08/23/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER AOn Risk Services southwest, Inc. Houston TX Office CONTACT NAME: (A/c No. Ext): (866) 283-7122 (Alec. No.: (847) 953-5390 E-MAIL ADDRESS: 5555 San Felipe Suite 1500 INSURER(S) AFFORDING COVERAGE NAIC # Houston TX 77056 USA INSURED ,,%t INSURERA: National Union Fire Ins CO Of Pittsburgh 19445 willbros T&D services {ice \III suiteW. 7th410 Street Suite 1410 et�^� Fort worth Tx 76102-7015 USA Yi' `l (/�(v INSURERB: Illinois National insurance Co 23817 INSURER Lexington Insurance Company 9 p Y 19437 INSURERD: Steadfast Insurance Company 26387 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570043576591 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested LTR TYPE OF INS RANCE IN5R WVD POLICY UMBER MMIDD/YYYY POLICY EXP MMIODIYYYY LIMITS / A GENERAL LIABILITY V GL'EACH OCCURRENCE $2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $1, 000, 000 MED EXP (Any one person) $10, 000 CLAIMS -MADE X❑ OCCUR - PERSONAL & ADV INJURY $1, 000, 000 r GENERAL AGGREGATE $4,000,000 v GEN1 AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $4, 000 , 000 POLICY X PRO JECT M LOC A AUTOMOBILE LIABILITY CA 720-49-89 03 01 2011 03 01/2012 OMBINED SINGLE LIMIT Ea accident $2 , 000, 000 BODILY INJURY ( Per person) ANY AUTO Z X BODILY INJURY (Per accident) ALL OWNED SCHEDULED df AUTOS AUTOS HIRED AUTOS NON -OWNED A Lf t� PROPERTY DAMAGE (Per accident) AUTOS 1= d C X UMBRELLALIAB X OCCUR 015881295 03/01/201103/01/2012 EACH OCCURRENCE $25,000,000 V SIR applies per policy terns & condl ions AGGREGATE $25,000,000 EXCESS LIAB CLAIMS -MADE DED I X RETENTION$10, 000 B WORKERS COMPENSATION AND wc025889296 03/01 2011 03/01 2012 WC STATU- OTH. X TORY LIMITS ER EMPLOYERS' LIABILITY YIN E.L. EACH ACCIDENT $1, 000, 000 ANY PROPRIETOR I PARTNER I EXECUTIVE OFFICER/MEMBER EXCLUDED? [:Y: NI A l (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $1, 000, 000 If yes, describe under DESCRIPTION OF OPERATIONS below _ E.L. DISEASE -POLICY LIMIT $1, 000, 000 D Contractor Poll EDc475616500 03/01/2011 03/01/2012 Each Claim Limit $10,000,000 SIR applies per policy ter s & condi ions SIR Each Claim $250,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACO 101, Additional Remarks Schedule, If more space is required) �{ RE: Underground service installation #4676. Cit of Den n its fficials, agents, employees and volunteers are included as Additi.onal_insureds as required by written contrac but 11m-i dd to the operations of the Insured under said contract with respect to -tit e'&eneral Liability and Au o Li ability policies. e aral iahiiity and Auto liability policies evidenced herein are Pima,- an^ ^^= to ter sure ce available to the Additional Insureds, but only to the extent required by written contract with the insured. A waiver of subro a is granted in favor of Additional insureds as required by written contract but limited to the opperation���'e under said contract, with respect to the General Liability, Auto Liability and Workers Compensation pGliciest/ .~-- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE / POLICY PROVISIONS. City of Denton,,-,' enton , AUTHORIZED REPRESENTATIVE 9018 Texas Street Denton TX 76209 USA ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 26 (2010105) The ACORD name and logo are registered marks of ACORD Attachment to ACO" Certificate for Wi 11 bros T&D Servi ces The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the policy. INSURED Willbros T&D services 115 W. 7th street Suite 1410 Fort Worth Tx 76102-7015 USA INSURER INSURER INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR wVD POLICY NUMBER/ POLICY DESCRIPTION POLICY EFF (MMIDD[YYYY) POLICY EXP (MM/DDIYYYY) LIMITS OTHER D Archit&Eng Prof EOc475616500 SIR applies per policy to 3/01/2011 ms & condit 03/01/2012 ons Each Claim Limit $10,000,000 SIR Each claim $1,000,000 Certificate No : 570043576591