Loading...
2011-111ORDINANCE 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 1NSTALLATION 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 CONTR.ACTOR AMOUNT 4676 Willbros T& D Services, LLC E�iibit 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 fortnal 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. PASSED AND APPROVED this the � day of , 2011. MARK . B' OUG S, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY �BY: ''� ; �� ,� ) 5-ORD- � � 4676 ' '� %� RFP # 4676 Date: May 5, 20ll Exhib'It A Undersround Service Installation Item Description Unit Est. Qty. Wi1lBros T& D Services, LLC Best and Final Offer Principal Place of Business 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 $2.00 D4 Trench with Backhoe 18" wide 48" deep Ft 150,000 $3.25 DS 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 Bacichoe 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 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 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, Bacichoe 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 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 Tam in 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 CT1 Conduit 1" PVC Ft 3,000 $0.58 RFP # 4676 Date: May 5, 2011 Exhibit A iJnderground Service Installation Wi1lBros 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 Conduit 4" PVC Ft 21,000 $1.05 CT6 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,SOD $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 l 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 Additional2" PVC Conduit in Trench Ft 2,000 ' $0.60 CBS Conduit 2& 1/2 " PVC Ft 1,000 $0.69 CB6 Additional2 & 1/2" PVC Conduit in Trench Ft 1,000 $0.60 CB7 Conduit 3" PVC Ft 100 $0.71 CB8 Additional3" 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 Additional6" PVC Conduit in Trench Ft 12,000 $1.30 CB13 Bank of two 6", two 4", two 2", and two 1" installed in Ft 2,000 $8.33 conduit s acers CB 14 Bank of three 6", three 4", three 2", and two 1" installed in Ft 1,000 $10.83 conduit s acers 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 Under�round Service Installation Item Description Unit Est. Qty. Wi1lBros T& D Services, LLC Best and Final Offer Principal Place of Business 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 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 UF SOL, 12/2 awg Secondary Ft 10,000 $0.50 Cl2 Cable, AI #6 Duplex Ft 80,000 $0.65 CI3 Cable, A14/0 4/0 2/0 Secondary Ft 90,000 $0,88 CI4 Cable, 350, 350, 4/0 Secondary Ft 10,000 $0,97 CIS Cable, # 2 A1 15 kV Single Phase Pull Ft 100,000 $0.70 CI6 Cable, # 1/0 A1 15 kV Single Phase Pull Ft 500 $0.77 CI7 Cable, #4/0 A1 15 kV Single Phase Pull Ft 500 $0.93 CI8 Cable, #2 A1 151cV Three Phase Pull Ft 10,000 $1.25 CI9 Cable, #1/0 A1 15 kV Three Phase Pull Ft 2,000 $1.29 CI10 Cable, # 4/0 A1 15 kV Three Phase Pull Ft 7,000 $2.84 CIll 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 CI14 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 Multiple Duct Bank Tagging of Conductors in Multiple CI17 Duct Banks (individual conduits and cables shall be Ea 20 $3.00 included in base bid 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.OQ 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 TS 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 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 Under�round Service Installation Wi1lBros T & D Services, Item Description Unit Est. Qty. LLC Best and Final Offer Principal Place of Business 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 Racic 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 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 A1 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 4D x 8'L Surface Mount Ea 5 $1,360.00 V6 Polymer Concrete Vault 4'W X 4'D x 6'L Surface Mount Ea 2 $1,250.00 V7 Polymer Concrete Vault 3'W X 4'D x 5'L 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 Excavation to Access side of a Manhole 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. willBros T& D Services, LLC Best and Final Offer Principal Place of Business 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 7' x 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 ll $340.00 ES 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 30� $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 Ea 20 $622.00 streetli hts S1 Install 2.5" conduit with underground secondary conductors Ft 50,000 $4,77 and ditch warnin ta e. S2 Secondaty Riser Ea 50 $306.00 S3 Trip charge for additional trips after initial trip Trip 10 $147.50 54 Bore for service installations (Residential) Ft 3,000 $20.64 M1 T(�ree 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 _ $2,909,011.85 Number of Licensed Utility/Class A Journeyman available to DME 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 Hi�y 1417 North Sherman TX 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 wark 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 a11 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: Clty �taff 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 clauns 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 a11 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 borne 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 thereo£ 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: W �� . ATTEST: Q �/�� � � w �� �C APPROVED AS TO FORM: ATTORNEY City of Denton (SEAL) e NTR.AC f!' e�? l� � P r° �If c. P 5 T �% �%� N �- ��/I7 J✓ I S ��,-.-.�.o � Tx � S L29'� MAILING ADDRESS �'D,� - ��3 - D�<<i PHONE NUMBER L%Q.� - r5'�3 � C�70�" FAX NUMBER BY: � t� U F� ����r:�; n�. S T LE ,' � �� L� .r' PRINT AME - (SEAL) PAGE 4 OF REQUEST FOR PROPOSAL #4676 rExFORmr�.NCE Bonrv STATE OF TEXAS § COUNTY OF DENTON § Bond No. K08534342 �.i�,., ��;� � KNOW ALL MEN BX '��iESE PRESENTS: That Willbros T&D_ Servzces,� whose address is 4613 Hi wa �417 North Shermaxz T� 75092 . hereinafter called Principal, �d Westchester Fire Insurance Company , a corpozatio�. ozganized aud exis�it�.g wt�dez' the laws of the State of Pennsy�vania , aYZd fi�lly anthozized to transact business in the State of Texas, as Surety, are held and firmly bound wato the City of Denton, a municipal corporation oxgar�zzed and exzstiz�.g �an�d�f� #he laws o�the State o Texas, hereinafter called Owner, ixz the penal sum of On.e Millian and 0/�.00�(7LLARS($1,OOO,QO�us ten pexcent ofthe stated penal sum as an additional sum of money represent�ng additional eourt expenses, atto:naeys' fees, and liquidated dazn.ages arising out of or connected with the below idez�txfied Contract, in lawFul money of the Unzted States, ta be pazd in. Denton County, Texas, for the payment of which sum well az�d trul� to be made, we k�ezeby bind ourselves, owr hairs, executors, administrators, suecessors, and assians, jointly .and severally, fizx�aly by these pxesents. This Bond shali autamaticaily be xn.cxeased by the amount of a�zy Change Order or Supplemental Agree�exzt, �c�vhich increases the Cantract pzice, but in no event shal.l a Change Order or Supplezzaental Agreement, which zeduces the Contract price, decrease the pen.al sum of this Bond. THE OBLICrATION TO PAY SAME is cQnditioned as follows: Whereas, the Principal entered into a certain Contract, identified b� 4rdinanc�e Nuxnber 2Q11-111, with the City o� r7enton, the 4wner, dated the 19th day of Jul� A.D. 2011 ✓, a copy of which is hereto attached and made a part hereof, for RFP 4676-Three Year Contract for Underground Eiectzic Servica Iz�stallatian✓ NOW, THEREFORE, if the Principal sha.11 well, truly and faithfully perfoxzza and fulfill a11 of the wn.dertakings, covenants, terms, conditions and agreements of said Contxact in accordance with the Plans, Specifications and Contract Documents duxing the original term thereof and any exte�asion thereof which may be granted by the Owner, with or w�tk�out notice to the Stzreiy, and during tkxe life of any guaraxzty or Warranty required undex this Contract, and shall also well and trul.y pe�r£arm and fulfill all the undertakings, covenants, tez�ns, conditions and agreements of any azad all duly authorized modifications oi said Contxact that may hereafter be rzxade, notice of whick modafications to the Surety being h.exeby waived; and, if the Principal shall repaix and/or replace all defects due to faulty materials and worlcmanship that appeax withiza. a peziod of two (2) years from the date Qf final carr.npletion and �`inai acceptance of the Work by the Owner; and, if �e Principal shall fiilly iniden�nify and save hannless the Owner from all costs az�d damages whicla Owner may suffer by reasvn of failuxe to so perfozm herein an�d shall fully reizx�.burse and repaq 4wner all oe�tlay and expense wluc�Z the Owner xalay incur iz� zn_aki�.g goad any default ox deficiency, then this obligat�on sha11 be void; othexwxse, it shall xemaiz� in full force and effect. PAGE 5 OF REQUEST FOR PF20POSAL #4676 1'ROVIDEb FUR'�'T-�R, that if any legal action be filed upon this Bond, exclusi�ve venue shall lie in Aez�ton. County, State of Te�as. AND �ROVIDED FURTHEI2, that the said �urety, for value received, hereby stipulates and abrees that no change, extension of tixne, atteration or addition to the terms of tk�e Contract, or to the Work to be performed thezeuzzder, or to the Plans, Specificatiozzs, Drawings, etc., accompanyinb fihe same, sball ix� an.ywase affect its obligat�on o� this Bond, and it does hereby waive not�ce af any such change, extez�sion of time, alteratio�. or addition to the tezz�as of the Contxact, or to the Work to be performed thereunder, or to tkAe ��ans, Specifications,l7rawings, etc. This Bond is gzven, pursuant to tl�e provisions a� Chap#er 2253 of the Texas Gover�nent Code, as anaended, and any othex applicable statut�s of the Sta.te of Texas. The undersigned and desi�n.ated agent is hereby designated by the Surety herein as the Resident Agent iix� Denton Cotuziy to whonn azxy requisite notices may be deXivered and on whom service of pxocess may be �ad in matters arising out of such suzetyship, as pxovided by Axticle 7.19-1 of the Insuxance Cade, Vernon's Annotated Civil Statutes of the State of Texas. IN WX"X'NESS WHEREOF, this i.nstrument is executed in four�a� copies, each one of which shall be deezned an ori�znal, this the �sm day ai ��ly _�, zo�� �—. ATTEST: : /� ��.I � /i. �,/ � � � �r A � � ATTEST: BY: � `�` �_�_ Theresa Gardner, Witn s as to Surety �RINCTPAL Westchester Fire Insurance Com an BY: � � ATTU -IN-FACT Margaret Buboltz The Reside�.i Agent of the Surety in Denton County, Texas for deliwery o£ notice and service of the process is: rjAj�/�: Deborah English - License No. D007722427 STREET ADDRESS: 4�3� sydney or., Frisco, TX 75033 (N�TE: Date of perfonmance Bond naust be date of Contract. If Resident Agen.t is not a corporation, give a person's �zaxne.) PAGE 6 OF REQUEST FOR PROPOSAL #4676 ��.��1 �� STATE OF TEXA.S CQUNTY OF DENTON 0 0 PA'SI�I�ENT BONA Bond No.K08534342 KNOW ALL MEN BY THESE PRESENTS: That aJillbros T&1� Servi.ces;�r�hose address is 4613 i�iahwa I417' North Shernn.axz TX 75092, hereiz�after called PrincipaJ., and Westchester Fire Insurance Company , a corporation organized and existing under the laws of t�e State of Pennsvlvania , and fullq authoxized to transact business i.� the State of Texas, as Surety, are held and firmly bound unto tlae City of Denton, a municipal cozpoxation organizad and existing un.der the Iaws of the State of Texas, lzerainaftar called Owner, axxd unto all pezsons, firms, azad carporations who may fuxnish materials for, oz perform labor upon, the building ox i�pzovements hereinafter referred to, in tb.e penal sum of One Million. and 0/100�L�.ARS($1 000 400► m lawful z,�oney of the United States, to be paid in Denton, Gounty, Texas, for the payment of w�ch sum well and truly to be made, we hereby bind otu�selves, oux heirs, executors, administrators, successors, and assigns, joi,n�.y and severally, fxml� by these presents. This Bond shall autoxnatically be increased by the amount of any Change Order vr Supplenaental Agreement which increases the Contract pxice, but in no even.t shall a Chanoe Order or Supplem.ental Agreez�rxent which xeduces the Contract price decxease the penal sum ofth%s Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entezed into a certaixa Contrac#, identified by Ordinance Numher 2011-111, with the City of 17enton, #he Owxxer, dated the 19th day of Juiv A.D. 2011 �cap� of which is hereto attached and made a part hereof, for RFP 4676-Three Year Contract for Undergxound Electric Sezvice Installation.✓ NOW, THERE�'ORE, if t�ie Principal shall well, tzul.y and faithfully perfoz-z� its duties az�d xnake pxompt payment to all persons, firms, subcontractors, cozporations and claimants supplyzng labor and/oz �aterial in the prosecutzan of the Work provided for in said Contract and an.y azad all duly authorized naodxfications of said Contract that may hereafter be made, notice o� which modi�'ications to the Surety being hereby expressly wai.ved, then tlnis obligation shall be void; otherwise it shall rema.i� in full �orce and effect. PROVIDED FU�ZTHER, that if any legal action be filed on this Bond, exclusiva venue shall lie in Dentan County, Texas. AND FROVIDED FURTHER, that the said Surety, for value recezved, b,ereby stipulates and agxees that na change, e�te�sion of time, alteration or addition to the terms of the Contract, or to the Work to be pezformed thereux�der, or to the Plans, Specifications, Dzavvings, etc., accoz�a.panyi.ng the saxne, shall in anywise affect its obligation on thzs Baud, an.d it does hereby �ovaive notice of any such change, extension of tixne, altezation or addatxon to the tezxns of the Contract, oz to the Work to be performed thereunder, or to tk�e Plans, Speci�catians, Drawings, ete. PAC�E 7 OF REQl7EST FQR PROPOSAL #4676 �TM� , ��5.� 4� � .�: This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Gove�ent 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 Abent in Denton County to whom any requisite notices may be delivered and on �cnrhom service of process may be had in cnatters axising out of such surety, as provided by Arti.cle 7.19,1 of the Insurance Code, Ver�on`s Annotated Cxvi�l Statutes a:f t}ie State of Texas. 1N VJ�TNESS VVHEREOF, this instrument is executed in�>copies, each one of wk�ch skzall be deemed azz oxiginal, 'k�21S '�10 19th day of �uiv , 2011 ATTEST: / � % / �: ,/.��J�. � I L �� � � `i y/ � r : i _ ATTEST: BY: ��`-�.�--�24.'�► Theresa Gardner, Witness to 5urety ' � 1\ ' :. - �C�ili7."�r�� Westchester Fire Insurance Com an BY: � �� - ATTO �'Y'-5�-�'AGT Margaret Buboltz The Resident Agent of the Surety i.n Denton County, Texas for delivery of notice and service of the process is: NAME: Deborah English - License No. OOD7722427 STZZEET 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 v �b\�L� �' S�' In#ormation and Complaints ACE i1SA This information is being provided to you pursuant to the requi�eme�ts af Articles 1.35, 1.35D and 21.71 of the Texas Insurance Code relating to ciur Toil Free information and complaint number. 1MPORTANT �110TIi:E To obtain information or make a complaint: You may caU the Company's toll-free telephone number for information or to make a complaint at: '1 (800) 352--446:3 You rnay also write to the Compan±r at: ACE USA Customer Se�vices, 7L30K P.O. Box 41484 Philadelphia, PA 19i01-1484 You may conract the Texas Departmenr of Insurance to oi�Tain information on compamies, coverages, rights or complaints at: 1 {g00) 252-3439 Yau may write the Texas Departmei�t of Insurance P_O. BOX 149104 AUSTIN, TX 78714-9104 FAX #(512j 475-� 771 AV(SO 1MPORTANTE Para obTener informacion o para someter una queja: Usted puede Ilamar al numero de teletono gratis de la Compania para informacion o para someter una queja al: 1 ($OOS 352-4462 Usted tarrzbien puede escribir a la Compania: ACE USA Customer Services, TL30K P.O. Box 4'1484 Philadelphia, PA '! 9101-i 484 Puede communicarse con el Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas ai: 'I ($00) 252-3439 Pvede escribir al Departamento de Seguros de Texas P.O. Box 7 49104 AUSTiN, TX 78714-9iO4 FAX #(�'12) 475-1771 PREMIUM �R CLA1N1 DISPUT'ES: Should you ha�e a DlSPUTAS SOBR� PRIMAS O RECLAMOS: Si tiene dispute conceming your premium ��r aboui a ciaim una disputa eoncerniente a su prima o un reclamo, you showld contact you� agant or tF�e company firsi. debe comunicarse eon el agente o la compania !f the dispute is not resolved you may contact the primero. Si no se resuefve la disputa puede entonces Texas department of tnsurance. communi�arse con el depar#mento de Seguros en • Texas ATTACH THIS NOTICE TO YO:UFt I'OLICY: This notice is fo� infivrrr�ation only and daes not become a part or co�dition of the attached document. ALL-4Y30a 108/2007j UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. ; :, POW ei' Of ', ; �VESTCH��aT�R F�� INSURANCE C41V�PAN�I ; ; • ,. Atto��aey . . : . <: : I�now All meii by #hese �resefits T�at �'V�STC�IEST�R.FIRE IN5URANCE GOl1i['A ,. `cotpora�on pf the �ol��raqnwealth o�pennsxfvania;pursuant to the fpl lowt�lg Re,yqh,thott adopte�l hy t}ie Boa[d �if`Dir�ctors af t60:.�nid Company on I7eCember ll 2006 in vVit -!tE$CYJ.�D, wat tho folloy�ngaUlhorlaAt�on'aSel�Te to the execunoh�, for end on behelf of tha Cdqipany nf bords uf�derlakings recogniz�f8es rbntrse�s ond qthet wri(ieti commUtiienls�;pf the Campany . . �entaredmlo tht:ordinary �oW'se ��'business.(eact� a RJnite[tL"umni[tinenP'): (�) �: � Euch of thO�Cbe�im,e�t,�the Pracidedf @hd,tlie VieB PfeDidails:oFiiie Company is hereby euthorized to executea��p�lVritten Comrtiitthem fotand on beGalfof theL�ompa�ty:; undae Ihe seel of the Company or ;:: .' oiheqyise. : . .. . � . , . . : � . -».. ..: . . ,:: . . (2) Eqch�dWq pppoinfed atl6iney �li-Fact uf tNe,Company �s hereby aplhp�d 1oeXecu{e ei1}'.Written Commitment for and on behalf ofihe Company Uader ih9sael Qt'.Ihe Company tirolhenvisb� �A tke axtem Ihat �� �� :;. :. .: . . . - . . suChec�ig'disauthonzed�5y;tfi'eg�tofpuiV.ersprqrided;:for�n9UCHpersd�tis�wnhEtFapp'bipUnentaasuchattomey-mfacl -::� � -` (3) EeCli.of ihe Che�tman �e President and the Wee Ptesideqis of IGe Cotppeny is hereb�:puthorized, for and on 6ehalf of tha Compeny 10 nppGint m writpig any persan �hapitop�ey m:fact of�he�COmpaily �hth : (ulG�owe�and gpthM'ty ro execu�e � for end on:bef�atf oLilie ComQank yimd4lhe seel:ot`�he; Compeny or otharwisa, such WrittCh CoM�nitn,�eiils oTlhe CompP�Y as may 1lnspepifiad;ip such wniteh nppdf�Rmeqt.�4laichspecificaN:onmpybeby�:genpr,�l�tyRb:urclasSOf�YiillenCammffitfemY,iirLyspceificationofonaormo�epu�ttqulqr�!iineq.�omnutingnii ����: �-.'� (4) � Each of thq Ghpicliian, ihe Pres�deitttmd. V�ct Pres�dents Af 1hC Compunyi0lte[eby�uutliori�xd, for and on bahalf of the Company to deleyat��iti wd6ng any o1Ne[ officci�91`Ihe Cortjpppy �q ��aulhof%ty la execyYe, for end on behalf of the Company, undar tha Company's seal or othanvise, such W�l1en Commitrnents of Ihe Company ac are specified in such wrillen delegabor., wlvch spaciGcnfion may be by � � genoralrypeor.cl¢ss_ofWritlra.;CAmmitmenlsorby.spesificationofo�4.pr.moreparticylarWrittenComminnenis. .. ..., , . � � 7 he signeturi�i Written Comrr FURTHER RE �ompany,and pwsuant to Ihis ResoWpon?iind the isive s[olBiffent�af lhe powers and aul powar graoth�p'iity othenvise vatidty Does hereby nominate, cons��tute,and appoirit I�qnn� L.YVill�aqt�, Lisa wgrd; LL Wendy Stuvkey all of the Ciry of HOUS fON, Texas, each individually if there del iver c�fl iis; bel�adf, and as its nct aRd dee�l:any and afl'bpncls, undertakings, rec f�ven4y Frve tnillton:.dal3ars & aera:cEnts �$25 OQQ;IIOt?:00� aftd Uie execution of fully and ain�ily as:�i'they hacl been iluly �xee.uted:and acicnowi�dged by t�e regi II+I WTfN�SS iVI�REOF the sa�d.8tephen lyi I�aney,,Yise I�tesident, has here , .. ;:FITtE INSURAN�� E'01VIPAN1:ih�s 2 day Pf Febi'uafy 2,0;11. Tyler, Margaret Buboltz; more than one named, its r,may be �"ized by tacsimi(y�.qa8uch � persons to-§cl fui wtd on be.tiulf olihe ��., "homas, �f: TheresaGardn�r iact;"to make e�ecute, seal and�"" ereo�in pea�alties not exceeding bistdm�.unoii<sAid Company, as F. . „ r�.. � ,, .: i � ��� r �{t' � .� ���.�'.�C.�.-�.�� " � � �: � �GEQ�dlV+! �iamGy. �"1c9 �ide1►4 ; , , � ;,, ,.. ;:. ... .. : COMMONWEAI,T'Ii bF PENNSYLVtti3�1IA ''` ` COUNTY OF PHII,ApELPHIA ss. On this 2 dzy o� Februe�ry AD._24I # before:ine, a A7otary Publ�c'of tfie Commonwealth of Pennsytw�ir�aa`in and €or tt�e Cokinty of Philadel�sh�a carrie SYephen M. Haney ,Vice Prestdent �f the !'VES 1'C�TES2'E`fi �'IItE I1V�URA�YC� C:ONfPA� :to me personally known ttr:be the endi:v.idual at�d offi�et Who executed:the _ preceding instrument_ :apd �je acknovrledged tli�t he execuYed tiie satne �hd Fl�at the seal sffixed to the preced�t�g mst�um�nt is.#h� corporate se�I of�aid Company t�tat the said corporate s al �nd �Is st�pature Were duty aff'vsed by tlie authonty and d�recfi.9n 0�'the said coiporatwn, and'ihaCResoluhon aslopted b3 lh�:Bc�trd of..D rectdrs of said Company, referr�d to in,.fhe;precedin tnstrument ts naw in fozce . ' ,. ::g ... .: , . ,.,. IN TESTIMONY WHEREO�; I tiave hereunfo seCYriy`Gand and af�nced my otii�iat seal at the City of Philadelph�a'tfie day and year first nbov� written. . ��'j� : . � �� i�,� �. �v�. . _ ; c�fMpA 7fst w,fU+iu�. . �,���''�' `,�.��, v' �t+u�.�t � y�t� '4' ,M, ��' � .�I�BFMANG�, � : - ' "': � � _ 3t�' . ; ' . �+�l. pfi�, �ti �.w�' �kl i�ti� � `.S �!Yyi01i :. �PS+1 ���Y ��` ?��y5'L`�h ,� 1�y` :: I, tbe unde which the Li witness q__—°k �MS! �� . �� � :. ,�' �, � T1VS:i1RANCE COMPANY, do }�et�)y certify thai the origitial P(.3kYLR Ur A i 1 VItkY�Y ar . fnrce ansi effect. , �:j.�..� Secret�ryvand affixed the corporat� �ea( qf the Co�sor8tirn� th�s � 7 day of�� ��%�� � � i�/ , ::<' . � �.. .. � ",� � . . . <T�IIS PQWER OF AT:'S'O:I�i�TEY Mr�l' 2dO:f BE U5&D:.TO. EXECUTE ANY BONA:i3�ISH AN �IC�PTIOI�I ➢ATE AFTEI�:;F.eb[y.ary Q2 2P13 : ���\� f� � � THE BACK OF THIS UOCUMENT LISTS VARIOUS SECURITY FEATURES � THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. � 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 ca�riers 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 contr-act. STANDARD PROVISIONS: Wit/aout limiting �cny of the other obligations or liabilities of the Contractor, the Cnntractor shall provide crnrl maintain until the contracterl work has been completerl and accepted by the City of Denton, Owner, the minimum insurance coverage as inclicc�ted hereinafter. As soon as practicable after notification of proposal award, Contractor shall fle with tlie Purchasing Department satisfactory certificates of insurance, containing tlae proposal number and title of the project. Contractor may, upon written request to t/ze Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly rcdvisec� to mccke such requests prior to proposal opening, since the insurance requirements may not be modified or waivecl after proposal opening unless a written exception hc�s been submitted with the proposal. Contractor shall not comrrcence any work or deliver any material until he or she receives notifacation 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 speciiications, 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 ADYANCED WRITTEN NOTICE BEING GIVEN TO THE ON'NER (CIT� EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADYANCE WRITTEN NOTICE IS REQ UIRED ". • 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 1NSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be ma.intained 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. [X] 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 urnbrella 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 proj ects, 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 proj ect. 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 proj ect 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 proj ect. "Services" does not include activities unrelated to the proj ect, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. 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 proj ect, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the govemmental 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 a11 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. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage 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 governrnental 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 EXhlbit A Underground Service Installation Wi1lBros T & D Seivices, Item Description Unit Est. Qty. LLC Best and Final Offer Principal Place of Business 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 $2.00 D4 Trench with Backhoe 18" wide 48" deep Ft 150,000 $3,25 DS 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 Bacichoe 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 Dl2 Trench with Backhoe 24" wide 84" deep Ft 5,000 $8.81 D13 Trench with Sackhoe 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 Hamtner Ft 100 � $2,44 � D21 Rock Adder, Bacichoe 24" Width, Cutting & Jack Hammer Ft 100 $3.52 D22 Rock Adder, Backhoe 36" Width, Cuttmg & 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 ar 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 $20A0 D29 Concrete Backfill of 6" Trench Cy 200 $20.00� D30 Mechanical Tam in of Trench Excavated b Backhoe Ft 5,000 •` $0.80 ' D31 2" - 4" Thick Asphalt Saw Cut LF 500 $6.40 D32 1" - b" Concrete Saw Cut LF 500 $7.29 D33 S"+ Thick Concrete Saw Cut LF 500 $13.00 D34 4"+ Asphalt and/or Concrete Saw Cut LF 500 $$.30 CTl Conduit 1" PVC Ft 3,000 $0,58 RFP # 4676 Date: May 5, 2011 Exhibit A Underground 3crvice Installation WillBros T & D Services, Item Description Unit Est. Qiy. LLC ' Best and Final Offer Priucipal 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 Conduit 4" PVC Ft 21,000 � $1.05 CT6 Conduit 1" PVC 90 degree sweep Ea 200 $5.85 CT'7 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' CI'11 Conduit 2" PVC 45 degree sweep Ea 200 $6.00. : CT12 Conduit 2& 112 " 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 Conduit2" PVC Ft 15,000 $0.65 CB4 Additional 2" PVC Conduit in Trench Ft 2,000 $0.60 CBS Conduit 2& 1/2 " PVC Ft 1,000 $0.69 .. CB6 Additional2 & 1/2" PVC Conduit in Trench Ft 1,000 $0.60 CB7 Conduit 3" PVC Ft 100 $0.71 .' CB8 Additional3" PVC Conduit in Trench Ft 100 $0.62 GB9 Conduit 4" PVC Ft 20,000 $0,96 CB 10 Additional4" PVC Conduit in Trench Ft 20,000 $0,75 CB11 Conduit 6" PVC Ft 20,000 $1.15 CB12 Additional6" PVC Conduit in Trench Ft 12,000 $1,30 CB13 �� of iwo 6", two 4", two 2", and trvo 1" installed in Ft 2,000 $8.33 conduit s acers CB 14 Bank of three 6", three 4", three 2", and two 1" installed in Ft 1,000 $10.83 conduit s acers CB15 Conduit 1" 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& 112 " PVC 45 degree sweep Ea 5 $6.50 RFP # 4676 Date: May 5, 2011 Exhlblt A TTnderurnnnd Service Installafion WillBiros T & D Services, Item Description Unit Est. Qty. LLC Best and.Final Offer Principal Place of Business Fort: Worth, TX CB23 Conduit 3" PVC 45 degree sweep Ea 1 $7:00 CB24 Gonduit 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 Cahie, Cu UF SOL, 1212 awg Secondary Ft 10,000 $0.50 Cl2 Cable, A1 #6 Duplex Ft 80,000 $0.65, CI3 Cable, A14/0 4/6 2/0 Secondary Ft 90,000 $0.88 CI4 Cable, 350, 350, 4/0 Secondary Ft 10,000 $0,97 CIS Cable, # 2 A1 15 kV Single Phase Pull Ft 100,000 $0.70 CI6 Cable, # 1/0 A1 15 kV Single Phase Pull Ft 500 $0,77 CI7 Cable, #4/0 A115 kV Single Phase Pull Ft 500 $0.93 CI8 Cable, #2 A115 IcV Three Phase Pull Ft 10,0o0 $1.25 CI9 Cable, #1/0 A1 15 kV Three Phase Pull Ft 2,000 $1.29 CI10 Cable, # 4/0 A1 15 kV Three Phase Pull Ft 7,000 $2.g4 � CIl l Cable, 250 MCM Cu 15 kV Tlu'eePhase 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 CI14 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 Multiple Duct Bank Tagging of Conductors in Mulriple , CI17 Duct Banks (individual conduits and cables shall be Ea 20 $3.00 , incladed in base bid T1 Elbow, Loadbreak #2 A1.220 mil IS kV �a 500 $54.00 T2 Elbow, Loadbreak #1/0 AL 220 mil 15 kV Ea 20 $54.00 . T3 Elbow, Loadbreak #4/0 AL 220 mi115 kV Ea 100 $54,00 T4 Elbow, T Nonloadbreak 250 MCM or 4/0 15 kV Ba 15 $7$,00 • T5 Elbow, TNonload6reak 500 MCM 15 kV Ea 60 $104.00 T6 Elbow, T Nonload6reak 750 MCM 15 kV Ea 90 $104.00 T7 Tertnination 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 #410 Ea 1 478 T14 Termination Rack on a Utiliiy Pole vee phase # 4/0 Ea 1 629 RFP # 4676 Date: May 5, 2011 EXhibit A Underground Service Installation � WillBros T & D Services, Item Description Unit Es�. Qh'• . LLC Bestuud Firial Offer. Principal Place of Business Fort R'arth, T'X T15 Termination Rack on a Utility Pole 3 phase # 4/0 Ea 15 $820.00 Tl6 Termination Rack on a Utility Pole 3 phase ZSOMCM Ea 5 $1,222.00 T17 Temunarion 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 6U0 - 200 AMP Plug Adapter Ea 60 $8.00 T20 Insulated Plugs/Deadend Plugs Ea 50 '$8.00 T21 5plice, #2 AL 220 m1115 kV Ea 50 $130.00 . 'T22 Splice, #1/0 AL 220 mil 15 kV Ea 5 $135.00 T23 Splice, #4/0 ?.L, 220 mil 15 kV Ea 25 $135.00 T24 Splice, 25D MCM or 4/0 15 kV Ea 25 $142.00 T25 Splice, 500 MCM 15 kV Ea 30 $142.00 T'26 Splice, 750 MCM 15 kV Ea 30 $142.00 A1 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 $3,84Q.00 V2 4 Way Manhole 12' X 12' X 9' with 5' of Cover Ea 4 $3,840.Q0.. 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 8'L Surface Mount Ea 5 $1,3¢0.00 V6 Polymer Concrete Vault 4'W X 4'D x 6'L Surface Mount Ea 2 $1,250.00 V7 Polymer Concrete Vault 3'W X 4'D x S'L Surface Mount Ea 5 $586,00 V8 Polymer Concrete Vault 4'VJ 7{ 4'D x 4'L 5urface Mount Ea 2 $450,00 Vg Polymer Concrete Box 13"W X 18"D x 24"L Surface Ea 12 $200.00 V10 PolYmer ConcreteBox 12"W X 12"D x 12"L 5urface Ea 12 $122.00 V 11 Fiberglass Sleeve, Pri. Connection Cabinet 1 Phase Ea 15 $122.00 V 12 Fiberglass Sleeve, Pxi, Connection Cabinet 3 Phase Ea 10 $200.00 _ V13 Excavation to Access side of aManhole Ea 10 $1,107.00 V14 Ex�avation to Access side of a Vault Ea 10 $553.50 RFP # 4676 Date: May 5, 2011 Exhlblt A Underground Service Iustallatian WillBros T & D Services, Item Description Unit Est, Qty. LLC Sest and Fynal Offer Principal Place of Busiuess 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 -:$15.00 . V 19 6" Conduit Enhy into Vault Ea 6 � $32.50.. V20 4" Conduit Entry into Vault Ea 6 $27,00 V21 2 1/2" ConduitEntry into Vault Ea 6 �$19,00 V22 2" Conduit Entry into Vault EA 6 $17.00 Pl Transformer Pad 48" X 54" Fibercrete Ea 250 $122.00 P2 Switch Gear Pad 7' x 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.Oq 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 ES Primary 1 Phase SectionalizingPedestal on Sleeve Ea 15 $130.29 E6 Primary 3 Phase Sectionalizing Pedestal on 5leeve Ea 10 $225.75 E7 Fused Cabinet Ea 5 $120.0.0 E8 Fused Cabinet Sleeve Ea 5 $I50.00 �. SLl 20 Ft Concrete Pole and Street Light, 976 pounds Ea 300 $259.00. 5L2 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 Ea 20 $622.00 streetli hts S 1 �stall 2.5" conduit with underground secondary conductors Ft 50,000 $4:77 and ditch warnin ta e. S2 Secondary Riser Ea 50 $306.00 53 Trip charge for additional trips after initial trip Trip 10 $147.SQ :. S4 Bore for service instalZations (Residential} Ft 3,000 $20,64; Ml Three man crew to pexform small maintenance jobs Hourly 250 $136.OQ • M2 Three man crew and backhoe to perform small maint. 7obs Hourly 300 $161,30 a u . • $2,909,011.85 Number of Licensed Utility/Class A Journeyman available to DME Number of Crews Available to DME at one time 8. Cashie�'s check, aertified check or acceptable bid bond in an amount not less than 5% of the total bid submitted or $15,D00, whichever is less. CONFI�{CT OF INTEREST QUESTIONNAI9�E For �endor or other person doing business with IacaI governmental en#ity This questionnaire reflects changes mad� ta the law by M.B. 94S�i, 80th Leg., ftegular Session This questionnaire is being filed in accordance with chapt�r 176 of the Local Government Code by a person who has a business relationship as de�ned by Section 176.OQ1(1-a) with a local gnvemrriental entity and the person meets requirements under Section 176.006(a). By law ihis questionnaire must be filed with the records adminisfwator of the local government �:ntity nat later than the 7th business day after the date Ehe person becomes awar�e af facts tha� require the statemsn# to be fiiled. See S�ction 176.006, �.ocal Government Code, FQ�tiVl CIC� OFFICE US� 4NLY Date Received A person commits �n offense if the person knowingly viola#es Section 976.006, Local Governrr�ent Gode. An offense under this section is a Class G misdemean4r. ,� Name of person who has a business re�ationship with local g4vernmenta! entity. �v �/� z � Check this box if you are filing an update to a previously filed questionnz�fre. � (The law requires that you fife an updatetl completed questionnaire with the appropriate filing authority not Ister than #he 7�' busines5 , day after the date the originally filed questionnair� becomes incamplet� or inaccurate.) Name nf local governmenk oificer with whom filer has an employrnent or busiaess re(aiionship. !�✓ �/� Name of Qfficer This section, (item 3 inoluding subp�rts A, B, C& D), must be compfeted far each officer with whom th� filer has an employment or other business relationship as defined by Section 176.009(1�a), Lncal Government Cod�. Attach additional pages to this Form CIQ as necessary. A, Is the local government officer named in this section receiving or likely to receive taxabte income, other than investment income, from the filer of the questlonnaire? � Yes � No B. Is the fiier of the questionnaire recefving or iikely to receive taxable incqme, other ihan investment income, from or at the direetioo of the local government officer named in this se�tian AND the faxaGle inc�me is not received irom the local govemmental entity? � Yes � No G, ls the �ler of this questionnaire emPloyed by a corporation or other business entity with respeck ta which the Socal government officer serves as an otficer or director, or holds an av�+nership of 10 p�rcent or more? � Yes � Ka D. Descrfbe each affiliatian or business relatianship. Willbros T&D Services, LLc % � �, r�. Signature o person doing business with the govemmental entlty �%'� `3�� � Date n�np�na ostz5n.007 A�, �� DAT OSn/23/D20 1YYY) � CERTIFICATE OF LIABILITY INSURANCE 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). c PROOUCER CONTACT 9 AOII RlSIC 52Y'V1C25 SOUtI1WE5t, IYIC. NAME: — HoUSton TX Offi [e (AIC No. Ext): �g66) 283-7122 jaC. No.: (847) 953-5390 � 5555 san Felipe E-Ma� o SUlt2 1500 ADDRESS: _ HoUSton TX 77456 USA INSURER�S) AFFORDING COVERAGE NAIC # �Villbros T&o Services ✓ 115 w. 7th street Suite 1410 Fort worth Tx 76102-7015 USA ,�'1 INSURERA: Ndtl011d� U111011 Fi re I115 CO Of PlttS �t��\� IN5URER8: 1��lI101S National insurance co ��� _ wsuReR c Lexington insurance Company �;� wsuReR o: Steadfast tnsurance Company �� INSURER E: INSURER F: 387 COVERAGES CERTIFICATE NUMBER: 570�43576591 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE PO�ICY 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 PtANCE IN5R WVD POLICY UMBER MMIUD/YYYY MMIOUIYYYY LIMITS / p' GENERAL LIABILITY �'� ACH OCCURRENCE $2 � OOO � OOO ✓ X COMMERCIAL GENERAL LIABILITY . DAMAGE TO RENTED $1� 000 � 000 PREMISES Ea occurrence CLAIMS-MADE X❑ OCCUR - MED EXP (Any one person) $10, 000 PERSONAL & ADV INJURY $1, OOO, 000 � GENERALAGGREGATE 54,000,000 n GEN'L AGGREGATE LIMIT APPLIES PER: � PRODUCTS - COMP/OP AGG $4, 000 , 000 a POLICY X PE � X LOC ^ '4 AUiOMOBILE LIABILITY CA 720-49-89 03 Ol 2011 03 Dl/2012 OMBINED SINGLE LIMIT $z � OOO � OOO Ea accltlenl X ANY AUTO BODILY INJURY ( Per person) Z ALL OWNED SCHEDULED BO�ILY INJURY (Per accidenl) d AUTOS AUTOS HIRE� AUTOS PROPERTY DAMAGE A NON-OWNED v AUTOS (Per accldent) � � d � X UMBRELLALIAe X OCCUR O15$$1295 03/Ol/201103/Ol/2012 EACHOCCURRENCE SZS,ODO,OOO V SIR applies per policy ter s& condi ions AGGREGATE $25,000,000 EXCE93 LIAB CLAIMS-MADE DE� X RETENTIONS10,000 B WORKERSCOMPENSATIONAND WC0�5889296 03/O1 2011 03/O1 2012 WC STATU-� OTH- EMPLOYERS'LIABILIN X TORYLIMITS ER ANY PROPRIETOR I PARTNER I EXECUTIVE v I N E.L. EACH ACCIDENT $1 � OOO � QOO OFFICERIMEMBER EXCLUDED7 � N � A (Mandatory in NH) E.L. DISEASE-EA EMPLOYEE $1, ���, ��� � If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE-POLICY LIMIT $1, 000, 000 _ o Contractor Poll EoC475616500 03/O1/2�11 03/01/2012 Each Claim Limit 510,000,000 = SIR applies per policy ter s& condi ions SIR Each Claim $250,000 � DESCRIPTION OF OPERATIONS 1 LOCATION51 VEHICLES (Attach ACo 101, Additional Remarks Schadule, If more space is required) �{ RE: Underground service installation #4676. � Cit of �en n its fficials, agents, employees and volunteers are included as ad�itional_insureds as required by written contrac , ut �imit �d to the operations of the 2nsured under said contract with respect to-ti1 e'�eneral �iability and au o � Li abi 1 i t pol i ci e.� �P�?ral � ah> >� ty and A,y o i i abi 1 i rv pol i ci es evi denced herei n are p�'i n,�,-�� an^ ^�^n=,�arr� o� orv to t er � ' sura 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 a,dditional insureds as required by written contract but limited to the operation���e un er said contract, with respect to the ceneral Liability, auto �iability and Workers Compensation policiesi/ .~�--i � CERTIFICATE HOLDER CANCELLATION � �= SHOULD ANY OF THE ABOVE OESCRIBED POLICIES BE CANCELLED BEFORE THE ��I E%PIRATION �ATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE � POLICY PROVISIONS. Cl ty Of D211tOn � AUTHORIZE� REPRESENTATNE A-' 9016 Texas Street � Denton TX 76209 U5A � ��/� _�,� � ���� �. �o%� � � 01 9 8 8-2 01U ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD Attachment to ACORD Certificate for w; i i bro5 T&o servi ces The tecros, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the insurer(s). This attachtnent does not contain all terms, conditions, coverages ar exclusions contained in the policy. INSLIRED willbros T&o 5ervices 115 w. 7th Street Suite 1410 Fort Worth Tx 7610Z-7015 u5A INSUREK INSURER INSURER INSURER INSURER ADDITTONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. 1NSR ADDL SUBR POI,ICYNUMBERI POLICYEFF POLICYEXP LIMITS LTR 77'PE OF INSURANCE [rySR NVD POLICY DESCRIPTION (M1iM/DDlYYYY) (M11UDD/YYYY) OTHER D Archit&Eng Prof EoC475616500 3/01/2011 03/O1/2012 Each Claim $10,000,000 �imit 5IR applies per policy te ms & condit ons SIR Each $1,000,000 Claim Certificate No : 570043576591