Loading...
2012-007ORDINANCE NO. 2O 12-00� AN ORDINANCE ACCEPTING PROPOSALS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE BONNIE BRAE SUBSTATION FOR THE CITY OF DENTON; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP 4861-AWARDED TO CAN-FER UTILITY SERVICES, LLC, IN ESTIMATED AMOUNT OF $634,739). WHEREAS, the City has solicited, received and tabulated competitive proposals for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public worlcs or improvements described in the bid invitation, proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. That the following competitive bids for the construction of public worlcs or improvements, as described in the "Bid Invitations", "Request for Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible proposal: RFP NUMBER 4861 CONTRACTOR AMOUNT Can-Fer Utility services, LLC $634,739 SECTION 2. That the acceptance and approval of the above competitive proposals sha11 not constitute a contract between the City and the person submitting the proposal for construction of such public worlcs or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public worlcs or improvements in accordance with the proposals accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Request for Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the authority to talce any actions that may be required or permitted to be performed by the City of Denton under RFP 4861 to the City Manager of the City of Denton, Texas, or his designee. SECTION 5. That upon acceptance and approval of the above competitive proposals and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved proposals and authorized contracts executed pursuant thereto. SECTION 6. That this ordinance shall become effective immediately upon its passage and approval. � PASSED AND APPROVED this the �Q� day of � ,2012, ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM; ANITA BURGESS, CITY ATTORNEY _ -�---__, BY: _ / , 5-ORD- 486 ORIGI�IAL CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 10 day of Januarv A.D., 2012, by and between Citv of Denton of the County of Denton and State of Texas, acting through Geor�-e C. Camnbell thereunto duly authorized so to do, hereinafter termed "OWNER," and Can-Fer Utilitv Services, LLC 3340 Rov Orr Blvd. Grand Prairie, TX 75050 Of the City of Grand Prairie, County of Dallas 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 worlc specified below: RFP # 4861 — Construction of Bonnie Brae Substation in the amount of $634,739 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 a11 the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: Citv of Denton Staff all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 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 indexnnify, 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 andlor 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 lil�ewise 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. CN:�►a 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 lcept 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 borne by the OWNER unless the audit reveals an 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. CA-3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. TTEST: . � /. .r�/. �, . ,, . — -- l� �i� . .r. ,,/ / ANN�fi�`� ALVARADO � � t Nvtary Aublic STATE �F TEXAS My Comm. Exp. Jan. 20, 2015 APPROVED AS TO FORM: _•�v ��� i' . � . _,/. � . CA-4 Ci of Denton OWNE BY: C�� (SEAL) Can-Fer Utilitv Services, LLC CONTRACTOR 3340 Rov Orr Boulevard Crrand Prairie, TX 75050 MAILING ADDRESS 972-484-4344 PHONE NUMBER 972-894-9279 FAX NUMB BY: G �� TITLE ; � 5w. fi��.� PRINTED NAME (SEAL) i� : �;u�_► _ :��� STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Can-Fer Utility Services, LLC whose address is 3340 Roy Orr Blvd, Grand Prairie TX 75050 hereinafter called Principal, and , a corporation organized and existing under the laws of the State of , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of Six Hundred ThirtX Four Thousand, Seven Hundred Thirtv Nine DOLLARS ($634,739) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2012-007, with the City of Denton, the Owner, dated the 10 day of January A.D. 2012, for RFP # 4861- Construction of Bonnie Brae Substation 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 a11 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 mal{ing good any default or deficiency, then this obligation sha11 be void; otherwise, it shall remain in full force and effect. PB - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, sha11 in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each one of which shall be deemed an original, this the day of , ATTEST: BY: SECRETARY ATTEST: SY: PRINCIPAL BY: PRESIDENT SURETY BY: ATTORNEY-IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: STREET ADDRESS: (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) .� ': /U _ \_ :1 1 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Can-Fer Utility Services, LLC _, whose address is 3340 Roy Orr Blvd, Grand Prairie TX 75050 hereinafter called Principal, and , a corporation organized and existing under the laws of the State of , and fu11y 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 Six Hundred Thirt� Thousand, Seven Hundred Thirtv Nine DOLLARS ($634,739) 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 sha11 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 2012-007, with the City of Denton, the Owner, dated the 10 day of Januarv A.D. 2012, for RFP # 4861 — Construction of Bonnie Brae Substation 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. ': . 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 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 four copies, each one of which shall be deemed an original, this the day of , ATTEST: BY: SECRETARY ATTEST: BY: PRINCIPAL BY: PRESIDENT SURETY BY: ATTORNEY-IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: STREET ADDRESS: (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corpo�ation, give a person's nanze.) .� CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidtler's attention is di�ecte�l to the insurance requirements below. It is highly recommended that birlders confe� with their respective insurance carriers or brokers to rletermine in advance of Bid submission the availability of insut�ance certzftcates and encloYSements as prescribed and providetl laerein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqual�ed from award of the contract. Upon bi�l award, all insurance requirerrcents shall become contractual obligations, which the successful bidder shccll have a rluty to maintain tlaroughout the course of this contract. STANDARD PROVISI�NS: Without limiting any of the otheN obligations or liabilities of the Contracto�, the Contractor shall pNOVide and maintain until the cont�acted work has been completed and accepted by the City of Denton, Owner, the minimum insuNance coveNage as indicatea' hereinafter. As soon as p�acticable afte� notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid numbe� and title of the project. Contr°actor may, upon w�itten request to the Purchasing Depa�tment, ask for clarification of any insurance requi�ements at any time; however, Cont�actors are str°ongly advised to make such �equests prior to bid opening, since the insurance requirerrcents may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed o� obtained in satisfaction of these requi�ements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications th�oughout the duration of the Contr�act, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A. • Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, 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. CI-9 • That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured sha11 not operate to increase the insurer's limit of liability. • Cancellation: The City �equires 30 rlay w�itten notice slzould any of the policies described on tlae certificate be cancelle�l or materially changed before the expiration date. • 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. CI - 10 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposecl or obtainecl in stttisfaction of tlais Contrc�ct shall additionally comply with tlze following marked specifications, and shall be �naintained in compliance with these adrlitionaC spec�cations throughout the cluration of the Contract, or longer, if so noted: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. Coverage B shall include personal injury. Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it sha11 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 (XCL� exposures. Broad form contractualliability (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 $500,000.00 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. CI - 11 [X] Workers Compensation Insurance Contractor shall puxchase and maintain Worker's Compensation insurance which, in addition to meeting the minirnum 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 worlc 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 sha11 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, 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. [ ] 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. CI - 12 [ ] 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. CI - 13 ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certi_ficate 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 a11 or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. 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: CI - 14 1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor lcnew or should have lcnown, 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) 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; CI - 15 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 a11 employees of the contractor who will provide services on the project will be covered by worlcers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. CI - 16 NFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. FORM CIQ OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a I Date Received person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government 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 violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. Name of person who has a business relationship with local governmental entity. � 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 later than the 7�h 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 0 No 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 local government officer named in this section AND the taxable income is not received from the local governmental entity? 0 Yes 0 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? 0 Yes 0 No D. Describe each affiliation or business relationship. Signature of person doing business with the governmental entity CIQ - 1 Date Adopted 06l2912007 Bond Number 82292902 I 906001123 PERTORMANCE BOND STATE OF TEXA.S COUNTY OF DENTON KNOW' AL,L MEN BY THESE FRESENTS: That Can-Fer Utility Services, LLC� whose address is 3340 Ro Orr SIv Grand Prairie TX 75050 hereinafter called Principal, and Federal Insurance Company and Libetty , a corporation organized and existing under the laws of the State of Indiana / Massachusetts , an�d fully authorized to t7razasact business in the State of Texas, as Surety, are held azzd firtnly baund unto the City of Denton, a municipal corporation orgarxized and existing under the laws of the State of Texas, hereinafter cal�le� wner, in the penal s of Six Hundred Thirtv Four Tb.ousand, Seven Hundred Tk�irty Nix�eN�ULLARS $634 739 us ten percent of the stated penal sum as axa additional sum of money representing additional court expenses, attorneys' fees, and liquidated datna.ges arising out of or coz�.txected �with the belaw identified Contract, in lawful money of the U;nited Sta.tes, to be paid in Denton County, Texas, fAr the payment of �hich sum well and truly % be made, we hereby bind ourselves, our heirs, e�ecutors, administrators, successors, and assigns, jointly and severally, fim�ly by these presen�.s. This Bond shall automaticaily be incxeased by the amount of any Change Order or Supplezxiental Agreement, which increases the Cantract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Cy�tract price, decrease the penal sum af this Bond. *Mutual Insurance Company ✓ THE OBLIGATION TO PAY SAME is candiiioned as follows: Whereas, the principal entered into a certain Contract, identified by Orclinance N�r 2012-007, with the City of Denton, the Owner, clated the� day of JanUa A.D. 2012, or RFP # 4861- Canstruction of So�ie Brae Substation�/ NOW, THEREFORE, if the Principal shall we11, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conclaitions and a.g�eements of said Contract in accardance with the Plans, Specifications and Contract Documents during the original term thereof and any e�tension thereof which may be granted by the Owner, �with or without notice to the Suraty, and during the life of any guaranty or warranty required under this Contract, and s3aall also weII and tru�y peri'orm and fulfill all the undertai�gs, covenants, terms, conditions and agreemen#s 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 Pri.ncipal shall repaiz az�dloz replace all defects due to faulty materials and woxk�nan,ship that appear witUin a period of two {2) years from �he date of final cozx�.p�etion and final acceptance of the Work by the Owner; and, if the Princxpal s�a.11. fully indemnify and save harmless the Owner from a11 cosYs and damages which Owner may suffer by reason of failwre to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any defauit or deficiency, tb.en t.his obligation shall be void.; otherwise, it shali rema.in in full force and efFect. PB-1 PROVIDED FURTHER, that if any Iegal action be filed upon ihis Bond, exclusive venue sha11 lie in Denton County, �tate of Texas. AND PROVIDED FURTI�R, that the said Surety, far value receive,d, hereby stipulates and agrees that no change, extension of time, alieration or addiiion to the terms of the Contract, or to the Work to be pexfarmed thereunder, or to the Plans, Specifications, Dra,c�vings, etc., accampanying the�same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, e�rtension of time, alteration or addition tQ the terms of the Contract, or to tb.e Wox� to be perfoixn.ed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given puxsuant to the pxo�vi.sians of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the Sfa.te of Texas. The ut�dersigned and desigxaated agent is �ereby 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 Axticle 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, thi.s i.nstrument is executed in four copi�, each one of which sha.11 be deemed an original, this the f�day of c�,.r , 20J'�.✓ ATTEST: �. PRINCI�'AL ANh1ETTE ALVARADO Can-Fer ''ty Services, LLC � � + • Notary._¢ublic STAi� OF TEXfiS B � M , 5 SEC T BY: P STDENT - ATTEST: SURE � Feder n r ce Company �- ----�.\ Y...._---, , ,✓ �-----�----- Insur ce mpany ���Y:������ : � � � `������� Patricia A Smith, Surety Witness B�� ��? ., -IN-F C. Blackburn The Resident Agent of the Surety in Dentan Couniy, Texas for delivery of notice and service af the process is: Any notifications of claims should go directly to the Surety. The Surety Addre�s for Service is: Federal Insurance Company Liberty Mutual Insurance Compan� NAME: 15 Mountain View Rd. 175 Berkeley Street vw�:; _ •�._.,--�.�-.,,�,,,",�o �AQf�� ��A4 0�11f , Phone: (908) 903-3493 Phone: (617) 357-9500 STREET ADDRESS: Fax: (908) 903-3656 Email: surety@chubb.com (NO?'E: Date of Performcmce Bond must be date of Cantract. If Resident 1lgent is not a corporation, give a person's name.) � Address for Attorney-in-Fact Attn: Gloria C. Blackbum pB -� 153Q5 North Dallas Pkwy., Suite 1100 Addison, TX 75001 , Phone: (972) 715-6322 Fax: (972) 386-5561 Email: gloria.blackbum@willis.com �� �� ,\3�'"'� Bond Number 82292902/906001123 PAYMENT BOND STATE OF TEXAS C�UNTY OF DENTON' K1�IOW ALL MEN BY TH�SE PRESENTS: That Can-Fer Utilitv Services, LLC �, whose address is 334d Ro Orr BIv G prairie TX 75050 hereinafter called Principal, and Federal Insurance Company and LibertVk , a cozpQrafion organized and existing un.der the laws of the State of Indiana /Massachuse�tsiid fully authorized to transaci business in the State of Texas, as Surety, ate held and firmly bound unto the City of Denton, a municipal corpora#ion organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persans, f-ums, and corporations who may furnish materials for, or perform labor upon, the bux�di.ng or improve�nents �.ereinafter refe d to, in. the penal s f S� Hundred Thu-�,�Four Thousand, Seven Hundred Thi Nine OLLARS ($634,73 n lawful maney of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and traly to be zrxade, we hereby bind ourselves, our heirs, executois, administratoTS, successors, and assigns, jointly and severally, funzly by these presents. This Bond shall autoz�rxatzcally 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 tuht�ch r�duces the Contract price decrease the penai suzn of this Bond. *Mutual Insurance Company � THE OBLIGA'T`YON TO PAY SAME is conditianed as follows: Whereas, t}�e Principal entered into a certain Contract, identified by Ordinance Numbe 2012-007, with the City of Denion, the Owner, dated tJa� 10 day of Januat A.D. 2012 r RFP # 4861— Construction of Pozazzie Brae Substa.tion✓ NOW, THEREFORE, if the Principal shall well, truly and faithfiilly perform its duties and malce prompt �ayment to all persons, firms, subcontractors, cozporations and claimants supplying labvr and/or material in the prosecurion of the Work provided for in said Contract and any and a1i duly authorized modifications of said Contract that may hereafter be made, notice af which modifications to the Surety being hereby expressly waived, then thi.s oblxgataon shall be void; otherwise it shall rema.in in full force and effect. PROVIDED FURTHER, tl�at if auy legal acfion be filed on this Bond, exclusive venne shall lie in Denton Coun�ty, 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 War� to be �erformed thereunder, or to the Plans, Speci�ications, Drawzzzgs, etc., accompanying the sa3ne, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, e�tension of time, alteration or addition to the tertns of the Contract, or to the Work to be performed thereunder, or to ihe Plans, 5pecifications, Drawings, etc. ,� This Bond is given pursuant to the provisions of Cl�apter 2253 of the Texas Gavez�naez�# Code, as amended, and any otl�er applicable statutes of the State of Texas. T'he undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton Couniy to whozn any requzsite notices may be deIivered and on whom service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vemon's Annotated Civii Statutes of the State of Texas. IN VJITNESS WHEREOF, this instrument ' executed in four copi , each one of which sha1.1 be deemed an original, this tlie �(� day of �,.0 I� ATTEST: r q�yp�ETTE qLVARA!70 � ' � Notaryaublic STA-r� OF TEXAS B�r My Comm. Exp. Jan. 20 201� L SE TARY ATTEST: _ . -- � ��. ` ( �:.: Y: _ ': `���\ Patricia A. Smith, Surety Witness PRINCIPAL Can-Fer ility Services, LLC BY: %J.r� �/( � Ins : Company and iRNEy�-FACT C. Blackbum Mutual '�e Residezat Agent of t.�ie Surety in Denton Coun.ty, Texas for delivery of notice an.d sezvi ce of the process is: Any notification of claims should go directly to the Surety. The Surety Address for Service is: Federal Insurance Company Liberty Mutual Insurance Company 15 Mountain �ew Rd. 175 Berkeley Street NAN1E: y�'aIT�a�p�n�g $oston, MA 02116 Phone: (908) 9033493 Phone: (617) 357-9500 STREET ADDRESS: Fax: (908) 903-3656 � {NOTE: Da�e of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) •; , Address for Attomey-in-Fact: Attn: Gloria C. Blackbum 153Q5 North Dallas Pkwy. Suite 1100 Addison, TX 75001 Phone: (972) 715-6322 Fa�c: (972) 386-5561 Emaif: gloria.blackburn@willis.com �� � �`3�1�� � - POWER Federal Insurance Company Attn: surety Departsnent Chubb pE Vigilant insurance Company 15 Mountain Vierr Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 cNUSB Know All by Yhese Presents, That FEDERAL INSURANCE COMPAN , n Indlana corporatlon, VIGILANT iNSURANCE COMPANY, a New York c�rporation, and PACIFIC INDEMNl7Y COMPANY, a Wisconsin corporation, do each hereby consGtute and appoint Gloria C. Blackburn � as their true and IawFul Ariomey- irr Facl to execute under sach designation in their names and to affuc their corporate seats to and defiver for and on fheir behalf as surety thereon or othervuise, the following Surety Bond Surety Bond Number : 82292902 ! 90600112� Obttgee :City of Denton � Md the execution of such bond or ohtigation by such Attomey- in- Fact in the Companys name and o� its behalf as surety thereon o� otherwise, under its corporate seat, (n pursuance of the authoriry hereby conferred shail, upon delivery thereof, be vaiid and b(nding upon fhe Company. �n Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT iNSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested lhese presents and affixed their corporate seals on thls 20"' day ofNovembe , 2008. �--vv'/l V . �� Kenneth C. Wendel, Assistant Secretary STATE OF NEW JERSEY SS. Counry of Sometset F � L��� Richacd A. Ciullo, Vice President On this 2U"' day of Nwember, 2008, betore me, a Notary Pub1lc of New Jersey, personatly came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, V1GILANT INSURANCE COMPANY, and PAC1FlC lNDEMN[iY COMPANY, the companles which executed the forego3ng Power of Attomey, and the sald Kenneth C. Wendel, being by me duty swom, did deposa and say that ha is Ass(stant Seaetary of FEDERAL IHSl7RANCE COMPANY, V1GtLAM' INSURANCE COMPAHY, and PACIFIC INDEMNI'iY COMPANY and knows the corporale sea�s fhereof, that the seais affixed to the foregoing Power of Attomey are such eorporate seais and were thereW affaed by authorlty of the Sy- laws ot sald Companies; and that he signed said Power of Attomey as AssJstant Secretary ot said Compan3es by tike authorlty; and that he is acquainied wlth Rict:ard A. Ciuilo, and knows him to be �ce Pcesideni of satd Companies; and that the signature ot Rtchard A Ciuito, subscrbed to sa�d Power of Attomey is in the genuine handwriting ot Ftichard A Ciapo, and was thereto subscribed by authodty of said 8y- Laws and in deponenYs presence. Notarial a �o����,, Seal � 3``� �T�, �`"s � WENDIE WALSH � � �r Na 0�0545Q4��� � � � pnuc • NFw���,�� Canmts�ion Expires April l B, 2013 �„�' Notary Public CERTSFICATION Extrad from fhe Sy- Laws of FEDERAL INSl1RANCE COMP/V�fY, VIGILANT INSURANCE COMPANY, and ?ACIFIC INDEMNIiY COMPANY: 'Ap powers of attomey for and on behaff of the Company may and shap be executed in the name and on behaU of the Company, either by fhe Chairman or the President or a�ce President or an AssistaM Vfca Aresident, jolntly with fhe Secretary or an Assistant Secretary, under Neir respective deslgnations. The signature of such officers may be engraved, printed or Gthographed The signature of each of the following officers: Chairman, President, any Yce Presidenl, any Assistant Vlce President, any Secretary, any Assistant Secretary and the seal of the Company may be affaed by facsimiie to any power of attomey or to any certificate retating ihereto appointing Assistant Secretaries a Attomeys- in- Fact for purposes onty of executing and attesUng bonds and undertakings and other writings obGgatory in the rtature thereof, and any such power ot attomey or cectifiqte 6earing such facsim7e signature or Eacsimile seal shail be vaGd and binding upon the Company and any such power so executed and eertified by sucfi iacsimite signature and tacsimiie seal shap de vaG4 and binding upon the Company wlth respect to any bond or undertaking to which il is attached' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSUIiANCE COMPANY, VlGILAN'f INSURANCE CAMPANY, and PACIF7C INDEMNiTY COMPANY {the 'Companies� do hereby cer6fy thal (� Ihe foregoing extract ot fhe By- Laws of the Companies is icue and corted, �) Ihe Campanies are duly Gcensed and authorized W transact surety bvsiness in atl 50 of the United States of America and ihe Distrid of Columbia and are authorized by the U.S. T�easury Departmen� further, Federaf and Ygitant are licensed in Puerto Rico and the U.S. Vlrgin Islands, and Federal is licensed tn American Samoa, Guam, and each of the Provinces of Canada except Prinee Edward lsiand; and (in the foregoing Pcwer of Attomey is true, correct and in fuq force and effect Glve� under my hand and seats of said Companies at Warren, NJ this day of �,s��cF �,owprtr � `�/s'u`�"a.�,� aa' o� a�`'�`0"np'� � Q�f c°s m v � _*_ � `i P t • :7 'C � �OIANP Y '4%S(ORr� *NEW YOp�"� �i•��"� Kenneth C. Wendel, Assistant Secretary IN THE EVENT Y00 WISH TO NOTIFY tlS OF A C7.AIM, VERIFY TIiE AUTBEt1TICITY OF THIS BOND OR NOTIFY OS OF PSIY OTBER MATTER, PLEASE CONTACT IIS AT ADDRESS LISTED AHOVE, OR SY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: suretyi duibb.con Form 1�10- 07548- S�uePath ( Rev.11-OB) CORP CCNSENT C �l�N � s� 2510164 This Power of Attomey limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not vafid for mortgage, note, loan, letter of credit, bank deposit, currency rate, interest rate or residual value guarantees. To confirm the validity of this Power of AtEorney call 610-832-8240 between 9:00 am and 4:30 pm EST on any business day. LIBERTY MUTUAL INSURANCE COMPANY✓ BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PER50NS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, purs t to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint, ,_.Gloria C. Blackburn • • ................................................................................................. its true and lawful attorney-in-fact, wifh full power and authority hereby conferred to sign, execute and acknowledge, at any location within the United States, the following surety bond: Principal Name: Can-Fer Utility Servi�s, LLC`� Obligee Name: City of Denton f� / I.MS Surety Bond Number: 82292902 / 906001123 ✓ Bond Amount: See Bond Form That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE Xlll - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that putpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obfigations. Such attomeys-in fact, subject to the limitations set forth in their respective powers of atiorney, shall have full power to bind the Company by their signature and execufion of any such instruments and to attach thereto the seal of ihe Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other offcial named therein to appoint attomeys-in-fact Pursuant to Article XIII, Section 5 of the By-laws, Gamet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Aufhorization set forth above are true copies thereof and are now in full force and effect IN WITNESS WHERE�F, this Power of Aftorney has been subscribed by an authorized o�cer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 28�' day of MARCH , 2009 . P�,1NSJ J{J����x�� � � �°p � �> 19i2 p � '6�`� ri,%c . �7 �' COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY LIBERTY MUTUAL INSURANCE COMPANY � y �� I��'� Garnet W. Elliott, Assistant Secretary On this 28"' day of MARCH , 2009 , before me, a Notary Public, personally came Gamet W. Elliott, to me known, and acknowfedged that he is an Assistant Secretary of Liberiy Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attomey and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporafion. IN TESTIMON ER��F, ave hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above .���,�o�wF ��`� C�MMONWEALTH flF PENfVSYLVANIA � U �� �` N.otarial seal ,(��� �GC-�� QF = � Teress P.astelha,.NotatyPtib.li� gy Ptymouti�Twp.,MontgomeryConnty Teresa Pastella, Notary Public CERTIFICAT �t.�.�`�.�'E°���, �S'��missTpriExpi�ees,tularch28,2013 E '�� pi}�' Membe, Rennsylvania Associetion. of Nofiaries. I, fhe undersigne , nt Secretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the o�cer or o�cial who executed the sald power of attomey is an Assistant Secretary specially authorized by the chairman or the president to appoint attomeys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. Thls certificate and the above power of attomey may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of fhe company, wherever appearing upon a certified copy of any power of attomey issued by the company in connecfion with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed of my name and affixed the corpocate seal of the said com y, this *y��SLp g ��Fnuqq � cm J — � r 7372 � ��j��I � . ¢�B�M-M�� D �Y >,��; �� David M. Carey, ssistant Secretary day � � ��3 �`/ Exhibit 1 RFP 4811 Proposer's Name: Can-Fer Pricing Sheet for Construction of the Bonnie Brae Substation The respondent shall complete the following section, which directly corresponds to Section 1!! - Scope of Services, and Section Vl, Payment and Performance Requirements. The Contractor shall not make changes to this format. DESCRIPTION ' ' TOTAL AMOUNT. � TOTAL PRICE FOR THE CONSTRUCTION OF THE BONNIE BRAE SUBSTATION AS DESCRIBED IN THE SPECIFICATION AND DRAWINGS INCLUDING THE $ 634,739.00 COST FOR PERFORMANCE AND PAYMENT BOND YES NO CAN CONSTRUCTION OF THE SUBSTATION BE COMPLETED ON OR BEFORE MAY 15, 2012? X IF "NO", DATE THE SUBSTATION CAN BE COMPLETED: ARE THERE ANY EXCEPTIONS TO THE SPECIFICATIONS? IF THERE ARE EXCEPTIONS TO THE SPECIFICATIONS, EXPLAIN ALL SUCH EXCEPTIONS (ATfACH ADDITIONAL PAGES IF NECESSARY). No Exceptions Noted � Payment Term Discounts Payment terms for the City of Denton are typically 30 days. Please indicate the additional discount extended to each monthly invoice that is paid within the time period indicated below. � E - �tr, ' � � EE �Fp`� o yE F 6 �. CITY OF DENTON RFP #4861 FOR CONSTRUCTION OF THE BONIVIE BRAE 5USSTATION ATTACHMENT L ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF DENTON The undersigned agrees this Proposal becomes the property of the City of Denton after the official opening. The undersigned affirms he has familiarized himself with the specification, drawings and other documents; the local conditions under which the work is to be performed; satisfied himself of the conditions of delivery, handling and storage of materials and equipment; and all other matters that will be required for the work before submitting a proposal. In submitting a proposal the undersigned further understands that the work required is to provide construction of the Bonnie Brae Substation fence that functions as described in the specification. The undersigned understands that all requirements of the construction may not be described in every detail and agrees to provide labor, tools, material and equipment necessary to complete all construction to malce the fence functional as described in the specification and drawings before submitting a proposal. The undersigned agrees, if this proposal is accepted, to furnish any and all items/services upon which prices are offered, at the price(s) and upon the terms and conditions contained in the specification. The period for acceptance of this Proposal will be ninety (90) calendar days unless a different period is noted. The undersigned affirms that they are duly authorized to execute this contract, that this RFP has not been prepared in collusion with any other Bidder, nor any employee of the City of Denton, and that the contents of this RFP have not been communicated to any other proposer or to any employee of the City of Denton prior to the o�cial opening of this bid. Respondent hereby assigns to the City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et sea., and which arise under the antitrust laws of the State of Texas, Tex, Bus. & Com. Code, Section 15.01, et sea. The undersigned affirms that they have read and do understand the specifications and any attachments contained in this RFP pacicage. The undersigned agees that the RFP posted on the website are the official specifications and shall not alter the electronic copy of the specifications and/or pricing sheet (Eachibit 1), without clearly identifying changes. The undersigned understands they wiil be responsible for monitoring the City of Denton Purchasing Website at: http://www.citvofdenton.com/index.aspx?�aae=397 to ensure they have downloaded and signed all addendum(s) required far submission with their proposal. Should a conflict arise between the PO, supplier terms, or contract; the terms and conditions set forth in this RFP shall prevail. I certify that I have made no willful misrepresentations in this Proposal Submission, nar have I withheld information in my statements and answers to questions. I am aware that the information given by me in this proposal will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rej ected. NAME AND ADDRESS OF COMPANY: �� -Fc.- (�C-� 1: ru S�_�✓: ��s� !.�_ c. 33�n l�u �rr� 13���_ �-�r�,��. l—I"`k.i 1^,`G � ��SQ Tel. No. g�Z� gYL(— 9' Z�� Email. -�� � ��.`F2r . C.�. Page 58 of 58 of RFP #4861 AUTHO E REPRES NT . Signature Date �( Name ,��yw�es ��f�cr Title C� � Fax No. '�l �Z— $'g�'" �Z�� 1 ♦ � A �UAN7A SERVICES CoMPANY � RFP #4861— Bonnie Brae Substation Construction Project Table of Contents Summary of Understanding — Project Requirements Exhibit 1— RFP 4861 Pricing Sheet � Statement of Project Delivery Schedule Project Delivery Schedule Project Specific Insurance Certificate Attachment C— Business Overview Questionnaire Can-Fer Brochure Can-Fer Foundations and Substations Division Partial Project List Attachment E—Safety Record Questionnaire Safety Questionnaire Additional Information Safety, Health, and Environmental Policy Quality Control Plan Table of Contents Attachment F — References Attachment G— Conflict of Interest Statement Attachment H— Disadvantaged Business Utilization Statement Statement of Equipment Utilization Can-Fer Equipment List Addendum #1 and #2 Receipts Attachment K—Solicitation Checklist Attachment L—Acl<nowledgement Certificate of Fact—Texas Business Status Certificate of Account Status Bid Bond 1 2 3 4 5 9 12 14 16 18 22 27 29 30 31 32 33 40 42 43 44 45 46 il, ♦ � A �UAIYTA SERVICES COMPANY Statement of Understanding - Project Requirements The Bonnie Brae Substation Construction Project consists of: • (98) Drilled Piers and Slabs with a total of approximately 310 CY of Concrete. The rebar and concrete will be provided by Can-Fer. The City of Denton will perform Concrete and Soil Testing as noted in RFP #4861 (RFP). • Installation of all substation steel structure and bus material as provided by the City of Denton and specified in the RFP. • Installation of all Circuit Breakers, Instrument Transformers, and Relay Equipment as specified. • Tie-in of existing transmission line on the east side of Bonnie Brae Street with the new Bonnie Brae Substation • Procurement and installation of Yard Rock. • Installation of all below ground conduit and grounding provided by the City of Denton and as specified in the RFP. • Control cable pulling and terminations are to be completed by the City of Denton as noted in the RFP. • Above grade conduit is to be supplied and installed by Can-Fer. • Setting and Terminating of both switchgear buildings will be completed by City of Denton employees. • Installation of substation concrete driveway connecting the northeast and southeast entrances. A driveway entry will also be poured at the northwest station entrance as noted in the bid drawings. • The subgrade is to be scari�ed 12" and re-compacted after below grade works is completed and priorto installation ofthe yard rock. • Excess material to be placed on the north side of the project. o Material is to be compacted, not placed loose. Important Issues: • Time is ofthe essence. o Work is to be completed no later than May 15, 2012. SWPPP must be maintained and additional fencing added as necessary due to Can-Fer activities. o Every effort will be made to coordinate with Masonry Fence Contractor and City of Denton employees to minimize the necessity of re-work associated with silt fencing. Close coordination will be required between the contractor who is awarded the masonry fence and Can-Fer to ensure construction activities do not interfere with each other. ♦ � A � VAMA SERVICES COMPANY Statement of Project Delivery Schedule Can-Fer has reviewed the project schedule requirements, specifications, and site conditions and believes the Construction of Bonnie Brae Substation can be completed by May 15, 2012. We have included some preplanning items with our proposal such as a project specific insurance certificate. Please see the attached schedule for additional information. 3 ♦ � A �UAMA SERVI[ES COMPANY ATTACHMENT C BUSINESS OVERVIEW QUESTIONNAIRE 1. Contractor Name : Can-Fer Utility Services, LLC 2. Address (Principle Place of Business: 3340 Roy Orr Boulevard, Grand Prairie, TX 75050 3. Does your company have an established physical presence in the State of Texas, or the City of Denton? Yes. Can-Fer's home affice is located in Grand Prairie, TX 4. Tax Payer ID#: 17605892631 5. Email Address of Primary contact: tbode@can-fer.com 6. Website Address: http://www.can-fer.com/ 7. Telephone: (972) 484-4344 8. Fax: (972) 894-9279 9. Other Locations: 10. Organization Class: Corporation 11. Date Established: 2010 (formerly Quanta Utility Services, LLC, Quanta Pipeline Services, and Can-Fer Construction Company) a. Can-Fer Utility Services, LLC is the result of a consolidation in 2010 of three Quanta Services Companies based in the Dallas/Ft. Worth area: Quanta Utility Services, LLC (Electric and Gas Distribution); Quanta Pipeline Services (Pipeline and Compressor Station construction) and Can-Fer Construction Company (Electrical Substation construction and transmission line foundation construction). 12. Former Business Name: formerly Quanta Utility Services, LLC, Quanta Pipeline Services, and Can-Fer Construction Company 13. Date of Dissolution: 2010 14. Subsidiary of: Quanta Services, Inc. 15. Historically Underutilized Business: No E ♦ � A �UAMA SERVICES COMPANV 16. Principals and Officers: Jim Switzer—CEO Roger Carter — CFO 17. Key Personnel and Responsibilities: Tim Keys — Vice President of Operations — Foundations and Substatian Wayland Chappell — Substations Manager Kent Roecker — Director of Estimating Jon Ducharme — Project Manager Thomas Bode — Estimator 18. Number of Personnel by Discipline: Discipline Number of Staff # Registered Electric and Gas Distribution Services: 350 Substation and Foundatian Services: 68 19. Services Provided by Firm: Can-Fer Utility Services, LLC provides turnkey electrical substation and maintenance work as well as foundation services for transmission line projects. In addition, we also provide electrical distribution overhead and underground services. Please provide a detailed listing of all services that your company provides. Please see attached brochure. Please detail your prior experience working on similar projects with Texas governmental entities. Please see the attached projects list and references. Please detail your similar services provided over the past two (2) years. Please see the attached projects list. Detail documented proof of at least three (3) projects in the past two (2) years. Please see the attached projects list. Please detail these services, including, the nature of the services provided, the scope of the activities, the organizations for which the services were provided, the dates of the projects, and the documented benefit to the governmental entity. 10 � � A �UqMA SERVICES COMPAfiY Please see the attached projects list. 20. Has your company filed or been named in any litigation involving your company and the Owner on a contract within the last five years under your current company name or any other company name? If so provide details of the issues and resolution if available. Include lawsuits where Owner was involved. Normal course of business. 21. Please provide at least (3) three references (preferably municipalities) and contract amounts. Include project description, contact names, position, and organization name and telephone number for each reference listed. Please see attachment F. 22. Have you ever defaulted on or failed to complete a contract under your current company name or any other company name? If so, where and why? Give name and telephone number of Owner. No. 23. Have you ever had a contract ternunated by the Ovmer? If so, where and why? Give name and telephone number (s) of Owner (s). No. 24. Has your company implemented an Employee Health and Safety Program compliant with 29 CFR 1910 "General Industry Standards" and/or 29 CFR 1926 "General Construction Standards" as they apply to your Company's customary activities? htt�://www.osha.goV/pls/oshaweb/owasrch.search form?p doc tvpe=STANDARDS &p toc level=1 &p keyvalue=1926 Please see attached additional safety information. 25. Please state the liability and other insurance coverage(s) that will be provide for this p ro j ect. Please see attached certificate of insurance for Bonnie Brae Substation Masonry Wall with City of Denton listed as certificate holder. 26. Please indicate the total number of projects your Firm has undertaken within the last five yea rs? a. Can-Fer's Foundations and Substations division has completed over 200 projects within the last five years with a combined value of over $125 Million. Approximately half these projects and project value are associated with substation work. 11 CAN-FER is a specialty contractor servicing the gas and electrical markets. CAN-FER provides foundation and duct bank installation, electrical distribution systems, electrical substation erection and transmission. CAN-FER also installs distribution and transmission natural gas pipeline, and directional drilling services. Great Southwestern Construction Co. Pedernales Electric Cooperative American Electric Power Oncor Electric Delivery PacifiCorp Abbreviated Client List Lower Colorado River Authority (LCRA) Tri-County Electric Cooperative Brazos Electrical Power Devon Energy Atmos Enerqv Transmission Lines Substation Construction Wind Farms Concrete Foundations Client Services Oklahoma Gas & Electric Enterprise Pipeline Energy Transfer Entergy Drill Diameters up to 13' Rock, Casing/Slurry Drilling Grounding Systems Duct bank Systems Contact Information Tim Keys, V.P. of Foundation Operations tkeys(a�can-fer.com Wayland Chappell—Substation Manager wchannellCcr�can-fer.com Directional Boring Bore Sizes up to 30" Diameter Rack Drillinq Kent Roecker, Director of Estimating kroecker(c�can-fer.com Client Services UG Cable Installation UG Distribution Lines Contact Information James Turner, Mgr. Directional Drilling Billy Marney, Project Estimator jdturner(a�can-fer.com bmarneyna.can-fer.com Client Services Overhead & UG Distribution Lines Network Systems/Lead Cable Splicing Joint Use Facility Install and Transfer Substation Construction AMR / Smart Reader De lo ment Duct bank Installation Contact Information David Turner dturner(a�can-fer.com Billy Marney, Project Estimator bmarney(a�can-fer.com Safety Training Class Largest underground contractorin U.S. Top 5 in horizontal direcfional drilling Eight Fuil-Time Safety Personnel Continuous Safety Classes OSHA 30D Certifications Daily Safety Briefings Apprenticeship School New Pipeline Construction Fabrication Hot Taqpina Ciient Services Weekly Tool Box Meetings Drug Testing Program Zero Lost Work Days Certified Operators Integrity Testing Services Plant and Station Services Emer4encv Response Contact Information Lynn Shelton, Vice President ilshelton an.can-fer.com Bud Cobb, Estimator Ernie Sistrunk, Business Development bcobb(c�can-fer.com esistrunk(cr�.can-fer.com Gas Distribution Lines Gas Distribution 5ystems Developer Installed Svstems Armand Abric aabric@can-fer.com Client Services Meter Relocation Services Plant & Station Services Hot Tappina Contact Information QUANTA � SERVICES Billy Marney, Project Estimator bmarney(a�can-fer.com Ranked #1 Utilify Specialty Contractor, #2 Overall Specialty Coniracfor by Engineering News-Record ♦ � A QUANTA SERVICES COMPANV Completed Substation Projects (Partial List) Soufh Texas Elecfrical Cooperaiive Sunniland Substation Three Rivers, TX Construction of new 69kV substation, Project consisted of 2 high bays (230kV) and 7 low (25kV) scope of work included foundations, grounding, contluit, steel erection, and control cable installation. Contact: C, W. Calhoun Contract Type: Unlf P17C2 Phone: 361-485-6145 Contract Amount: 1, 025, 000. 00 Emaif.� cwcalhoun(o�stec,orq Complefion Dafe: 11/2019 Garland Power & Light Shiloh Substation Garland, TX Construction of new 230kV substation. Project consisted of 2 high bays (230k1� and 7 low (25k1n scope of work included foundations, grounding, conduit, steel erection, and control cabie installation. Contact: Sfeve Fosfer Confracf Type: Lump Sum Phone: 972-205-3470 Email: contact: Phone: Email: Contach. Phone; Email: Coniract Amount; 1, 400, 000. 00 sfosfer@garlandpower- Completion Date: 03/2012 li hq f.orq Dixie Electric Member Coop Airline Substation Baton Rouge, LA Construction of new 230kV substation. Project consisted of 2 high bays (230k1� and 7 low (25k1n scope of work included foundations, grounding, conduit, steel erection, and control cable installation. Mike Landry Contract Type: Lump Sum 225-261-1221 x325 ContractAmount, 1,400,000,00 Completion Date: 07/2009 Garland Power & Light Eim Grove Substation Garland, TX Construct of new 138kV substation including site work, fencings, foundations, grounding, conduit, and steel erection, Joe Cheri — Cify of Garland Contract Type: Lump Sum 972-205-3046 Contracf Amount� $1, 405, 496, 00 jcheri(c�qarlandpower- Complefion oate: 9/2009 li ht.or Garland Power & Lighf Fairdale Substation Garland, TX Construction of new 138kV substation civil package. Including site work, fencing, lantlscaping, foundafions, grounding, antl conduit, Contact: Joe Cheri — City of Garland Contract Type; Lump Surn ,.�� , ��, 14 ♦ � A �i UAMA SERVICES COMPANY Phone: 972-205-3046 Email.� jcheri a(�parlandpower- r�,9hf.org Contact, Phone: Email: Confacf: Phone; Email: ContractAmount: $1,722,340,00 Completion Dafe; 9/2008 Garland Power & Light Marquis Substation Garland,TX Construction of new 138 kV159kV substation scope of work included foundation, grounding, conduit, steel erection, and control cable installations. Joe Cheri — City of Garland Contract Type: Lump Sum 972-205-3046 Contract Amount, $2,147, 000.00 jcheri an.parlandpower- completion �ate: 12/2006 li9ht• orq PeakPowerEngineers Kirkland Air Force Base Main Switch Station Joint Venture project with Peak Power and Great Southwestern Construction. Jerry Whitaker Contracf Type: Lump 5um 303-462-1100 Contract Amount $3,148, 000.00 Compleflon Dafe: 5/2005 Albuquerque, NM 15 ♦ � A �UAN7A SERVICES COMPANY ATTACHMENT E SAFETY RECORD QUESTIONNAIRE The City of Denton desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and considerthe safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, the City of Denton has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Denton shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Denton, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or �nal orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations wifhin the past three (3) years. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of Health (TDI�, the Texas Parlcs and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, fmal orders, and judicial final judgments. c. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Denton. In order to obtain proper information from bidders so that City of Denton may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Denton requires that bidders answer the following three (3) questions and submit them with their bids: 16 ♦ � A � UANTA SERVICES COMPANY QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES X NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Denton, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institutian, received citations for violations of environmental protection laws or regulatians, of any lund or type, within the past �ve years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the bidder has indicated YES for question number two above, the bidder must provide to City of Denton, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the bidder has indicated YES for question number three above, the bidder must provide to City of Denton, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. i7 • � A �UAN7A SERVIEES COMPANY _� Safety Questionnaire - Additional Information Company Name: Can-Fer Utility Services, LLC Address: 3340 Roy Orr Blvd #100 City: Grand Prairie Telephone: 972-484-4344 Email address: tbode@can-fer.com State and Zip Code: Texas 75050 Fax:972-484-4223 Number of years in business: 6 NAICS Code (SIC if NAICS not available): 238110 1. Experience Modification Rates a) List your firm's Experience Modification Rate (EMR) for the three (3) most recent years, (Information is available from your Workers' Compensation Insurance Carrier) Year EMR Rate Policy Number Carrier 2011 .85 MWC11713400 OLD REPUBLIC INS Carrier 2010 .82 MWC11672400 OLD REPUBLIC INS 2009 .80 MWC11619200 OLD REPUBLIC INS Telephone: 713-526-3366 Policy Anniversary Date: Au�ust 1't Type of Policy: X� Interstate ❑ Intrastate If Intrastate, please list applicable states: b) If your organization does not have an EMR or your EMR is greater than 1.0, please explain why. � 2. Please provide additional OSHA injury statistical data: Dat a� Number of Lost Workday Cases not da s losf b� Number of Restricted Workday Cases not restricted da s �� Number of Medical Treatment Cases* not includin first aid d� Total Recordable Cases a+b+c e� Total Corporate Hours Worked hourl and salaried em lo ees f� Recordable Case Frequency Rate (RCFR) d x 200,000 / e Fatalities h) Averaqe number of employees Year 2010 5 5 8 18 1206552 2.99 0 568 Year 2009 2 2 9 13 1296289 2.01 0 614 Year 2008 4 3 14 21 1683444 2.61 1 759 18 ♦ � A �UANTA SERVICES COMPANY OSHA recordable cases that resulted in DART cases Number DART (bl cases x 200,000 hrs. = Incidence Rate i) 1lfumber annua! hours worked 1.66 I .62 I .95 *Medical Treatment Case is a case in which an on-the job injury requires otherthan first aid treatment (and is not considered a restricted or lost workday) as defined by the U.S. Bureau of Labor Statistics recordability criteria (i.e., prescribed medication, physical therapy - more than one visit, fractures, imbedded foreign body, etc.). First aid injury treatment cases are not required to be added to the OSHA Form 300 log. 3. List any fatalities your firm has had in the fast three (3) years. Include location, cause, and corrective actions. (Attach supplemental informafion as requirec� 4/12/08 Fatality occurred while performinq storm repair work. Winch line snapped causinctpole that it was su�portinq to fall. The pole struck the employee resulting in a fatality. 4. List any OSHA SERIOUS, REPEAT, YVILLFUL, or CRIMINAL citations your firm has had in the last three (3) years. Please describe. (Attac/t supplemental inforniation as require� One serious citation issued in 2010. Is still ongoinq. No final disposition yet. Corrective Action: winch line inspection prior to use each time 5. Do you have a written safety and health manual? Yes _x_ No If yes, provide the Table of Contents. 6. Do you have an employee training program? .. Does it include instructions in the following? Company safety policy/rules Confined Space Entry* (29 CFR 1910.14� Health and Safety Plao Requirements Chemical and Physical Hazard Emergency Response Procedures Injury Reporiing Personal Protective Equipment (29 CFR 1910.132) ......................................... Yes No x Hot Work .............................................. x Decontamination Procedures Hazard Communication (29 CFR X 1910.1200)? Toxic Substances Electrical Safety/Lockout-Tagout (29 X CFR 1910.147) Safety Belts and Lifelines, Fall x Protection* (29 CFR 1926 Subpart M First Aid/CPR If so, how many x �- - x � � Drum Handling � Yes ❑ No Yes No x x x x x x x 19 ♦ � A �UAMA SERVICES COMPANY Non-injury Accident Reporting (near- miss) Respiratory Protection (29 CFR 1910.134)/ Respiratory Fit Testing Portable Fire Extinguisher (29 CFR 1910.157) Railroad Roadway Worker Protection* (49 CFR 2141 x � � Drilling Hazards x x x Hearing Conservation (29 CFR 1910.95) Compressed Gas Cylinders (29 CFR 1910 Subpart 1Vn Trenching/Excavation (29 CFR 1926 x x x x If you provide Trenching/Excavation Environmental Awareness Training x Safety training, do you have a x Competent Person? * If you responded yes to providing training to the marked categories, please provide a copy of your written program for review. 7. Does this training comply with the OSHA HAZWOPER standard at 29 CFR 1910.120(e)(3)? ........................ � Yes ❑ No 8. Can you provide documentation of such training, if required? ............................................................................ � Yes ❑ No 9. Do you have a medical surveillance program as required by 29 CFR 1910.120(�? ............................................ � Yes ❑ No 10. Does your company have a written Alcohol and Substance Abuse Program? .................................................... � Yes ❑ No If yes, does it include the following? a. 5-panel substance testing? ................................................................................................................................ b. Pre-employment/pre-job assignment testing (within 30 days of pre-job assignment)? .............................. c Post-accident drug and alcohol testing? ........................................................................................................... d. Reasonable suspicion drug and alcohol testing? ............................................................................................. 11. Do you hold periodic safety meetings for your employees? ................................................................................... Daily ❑ Weekly � Bi-weekly ❑ Monthly ❑ Less often, as needed ❑ 12. Does your company perform Job Hazard Analyses (.IHA) for new and existing tasks? ............... If yes, please provide an example of a recently completed JHA. 13. Do you conduct field safety inspection/audits of work in progress? ..................................................... a) If yes, who conducts the inspection?Safe b) How often? Weeklv � Yes ❑ No � Yes ❑ No � Yes ❑ No � Yes ❑ No � Yes ❑ No ...... � Yes ❑ No ...... � Yes ❑ No 14. Do you conduct routine equipment inspections/maintenance on your vehicles includingdrill rigs, excavators etc.? ........................................................................................................................ 15. Does your company have post accident investigation procedures? ..................................................................... 16. Do you notify all employees of accidents and precautions related to accidents and near misses? .................... How is this notification accomplished: Safety alerts/ emails 17. a) Safety meeting? .................................................................................................................................................... � Yes ❑ No � Yes ❑ No � Yes ❑ No � Yes ❑ No If yes, how soon after event? asap b) Written notification? ..................................................... .................................................................................. � Yes ❑ No If yes, is this noti�cation posted near the site where the incident occurred? ....................................................... � Yes ❑ No c) Are accident reports distributed to management? ............................................................................................ � Yes ❑ No ................................................................................................................................................................ �1] ♦ � A � UANTA SERVICES COMPANY To whom? CEO/Dent. heads ................................. How often? Everv time 18. Is safety a specific evaluation criterion in the annual performance reviews of: Employees? ................................................................................................................................................................ � Yes ❑ No Supervisors? .............................................................................................................................................................. � Yes ❑ No Management? ............................................................................................................................................................ � Yes ❑ No 21a. What portion or type of services do you plan to Subcontract? Dependin� on scope size we will sub out maior sitework , rebar tiein�, material testin.g; all other labor work performed by companv labor and equipment. 21b. When services are subcontracted what level of screening is used to evaluate prospective subcontractors? We screen Safetv and OSHA/ EMR records first; insurance and bonding covera�es; vears in business;experience in the industry; references s 21 A �UAMA SERVICES COMPANY Safety, Health, and Environmental Policy Purpose • To identify the minimal policies and procedures for safety, health, and environmental processes. Scope • These policies and procedures apply to all Operating Unit facilities and project sites. Statement of Policy The Company considers safety a core corporate value. The policy of the Company is to provide and maintain safe and healthful working conditions. The Company follows operating practices that safeguard all employees, resulting in safe working conditions and efficient operation. Safe work practices are maintained and take precedence over shortcuts and expedient actions. An attitude of safety consciousness should be maintained throughout the organization. Philosophy The Company is committed to providing employees with a safe working environment. The following statements comprise the philosophy that guides this policy: it is possible to meet all Company objectives without injury or damage to health or property. Accidents resulting in personal injury or damage to health or property represent needless human and economic losses and must be prevented by every reasonable means available. There is no conflict between safety, quality, and productivity. Sound safety practices enhance quality and production. Equipment, tools, procedures, training, and all other elements of the work environment must be designed and managed to eliminate or reduce employee exposure to injury and health hazards. A good safety record is an element of good personal performance. Employees at all levels are responsible for the safety and well-being of themselves and their fellow workers. A good safety record is evidence of good management practices. Managers and supervisors at all levels are accountable for the safety and safety performance of all employees who report to them. Managers and supervisors must provide leadership. Each employee has a duty to cooperate with and willingly participate in the accident prevention effort. Compliance with all safety regulations and procedures is mandatory. The Company intends to comply with all statutory regulations governing the workplace, and each employee is expected to fully cooperate and participate in this effort. The prevention of accidents while off the job is equally important. Each employee should apply the principles of safety learned on the job to prevent accidents in the home, on the highway, and in other external activities. Safety Responsibilities 22 ♦ � A �WAMA SERVICES COMPANV To achieve a safe working environment and adhere to the policies and procedures provided in the Safety, Health, and Environmental Program Manual, employees must be aware of their role in preventing accidents and maintaining the standards set forth by Company policies. The following sections, which explain employee responsibilities, are intended to be illustrative and informative, but not necessarily all-inclusive. All Employees Employees must: Accept ownership of the Safety process. Maintain constant safety awareness and exercise reasonable caution in all activities on or away from the job. Assist fellow workers in maintaining safety awareness at all times. Understand and comply with all government, company, and customer safety regulations and procedures that relate to job activities. Report any unsafe conditions, injuries, near-misses, or safety suggestions to their supervisors immediately. Cooperate in accident and incident investigations to determine and eliminate causes or hazards. Supervisors Supervisors must treat safety training and compliance with safety rules as a primary responsibility. Supervisors must: • Ensure that all their decisions and actions comply with the Company Safety, Health, and Environmental Program Manual. • Ensure that their employees are familiar with the Company safety, health, and environmental policies expressed in this manual. • Ensure that their employees have the knowledge and training necessary to perForm each task safely. • Take immediate action to abate and eliminate safety or health hazards in their areas of responsibility. • Ensure that their employees understand and comply with all safety regulations and procedures that relate to their job activities. • Immediately investigate any accidents or near-misses occurring in their areas of responsibility to determine and eliminate the causes. • Report all accidents, injuries, and near-misses immediately to the Safety Department. • Complete all Supervisor Accident Investigation Report forms within 24 hours and send them to the Corporate office. • Supervisors cannot allow unsafe acts or permit poor housekeeping, defective or unguarded machinery, poor ventilation, insufficient light, or extreme noise. • Occupational Safety and Health Administration (OSHA) and Company regulations encourage supervisors to conduct periodic inspections of their�operations. 23 ♦ � A �UANTA SERVICES COMPANY Compliance with this suggestion demonstrates the supervisor's voluntary cooperation in adhering to the safety, health, and environmental policy and willingness to participate ir� the effort to enforce the Company's philosophy concerning safety. Supervisors are in a key position in the organization to carry out the safety, health, and environmental policy and prevent injuries to workers. A conscientious supervisor is always aware of the duty to keep supervised employees from harm. To effectively maintain safe conditions and promote safe work methods, supervisors must be welf-informed in the following details of the safety program: • The Company safety, health, and environmental policy and what it specifies regarding the responsibility and authority of supervisors: • The integration of safety concerns with other supervisor responsibilities. • Which areas, operations, machines, and personnel the supervisor must direct. • Procedures and requirements for scheduling maintenance and repairs, evaluating working conditions, and provisioning guards and protective devices. • The minimum qualifications for workers that ensure knowledgeable and safe operation of equipment or handling of hazardous material. . • Policies governing disciplinary action and under which circumstances action is permitted. • Safety, first aid, fire prevention and protection, and health training responsibilities. • Safe work methods for each job and where to obtain addit�onal information. • Safety devices and personal protective equipment required for each job and procedures for making these items available to workers. • The relationship of a supervisor to the safety committee. Planning 5upervisors must be able to anticipate potential hazards and take preventive measures. Supervisors must consider safety suggestions from management and employees and plan as much for safety as for any other part of the job. The supervisor, or designee, must hold daily job safety briefings at the work site and complete the Job Hazard Analysis (JHA) or Task Hazard Analysis(THA) process. Job Instruction Job safety instruction is one of the most important parts of Company supervision. The supervisor should provide personal, point-by-point demonstrations and instructions for operating machinery and tools. Production • 4rganizing work safely makes the job easier. Safety is a big responsibility. Efficiency 24 • � A �UANTA SERVICES COMPANY Operations are.inefficient if accidents occur due to unsafe acts, conditions, or work methods. Supervisors should ensure that every employee knows that a safe operation is an efficient operation. Good Housekeeping • Supervisors must stress to employees the importance of good housekeeping. Communication • By discussing safety with workers, supervisors can encourage employee cooperation with safety, health, and environmental policies and receive ideas that can aid in making working conditions safer. Morale and Safety Attitude One of the most difficult safety activities for the supervisor is developing and maintaining a good safety attitude in all employees. Developing this attitude requires tact, psychology, teaching, selling, diplomacy, discipline, and example. A worker without a good safety attitude can have an accident in an "accident proof' operation. Good morale and proper attitudes on the part of employees support safety efforts even when the supervisor is busy with other matters. The supervisor must help employees develop attitudes to work safely at all times. Supervisors must learn the skills for creating safety attitudes and use them continually. Summary of Responsibilities A balanced program of morale building, training, educating, and providing good examples is more effective than relying on devices, mottoes, committees, or any single aspect of the program. To summarize, supervisors have a dual responsibility to management and employees. Supervisors must coordinate efforts for safety and look to both management and employees for action as well as suggestions and complaints. Supervisors can make their own work easier and more effective by: Planning for safety � Conducting demonstrations of safe job practices. • Establishing the proper attitude for safety. • Organizing fact-finding efforts and cooperating with employee and supervisory committees. • Regularly checking working conditions against safety standards. • Serving as a good example in following safety precautions and using safety equipment. • Keeping up with new developments in safety by studying bulletins and publications on safety practices. 25 ♦ � A �UANTA SERVICES COMPANY Safety at Work • To promote the importance and value of safety in the workplace, each supervisor must: • Take the initiative in telling management about ideas for safer layout of equipment, tools, and processes. • Be responsible regarding the care and safekeeping of equipment. � Ensure that proper machine guards are provided and used. • Take pride in knowing how to use equipment safely. • Take charge of operations that are not routine to ensure that safety precautions are determined and observed. • Arrange for adequate storage and enforce good housekeeping. • Know what materials are hazardous and how to handle them safely. • Become an expert on waste disposal for good housekeeping and fire protection. • Be aware of employees who would be safer workers in other jobs. • Impress safety on workers through discussion and example. • Work with every employee without favoritism and help employees work together. • Establish good relationships with employees, the safety committee, and the Company Safety Department. • Use good judgment when criticizing or praising and know the value of public praise. • Explain and demonstrate how to perform each job and observe workers to ensure that jobs continue to be completed safely. • Review all incidents/accidents and take corrective measures. • Keep everyone informed about the Company safety, health, and environmental policy. • Know what personal protective equipment is necessary on each job and ensure that such equipment is used. Managers Managers must emphasize the importance of safety to supervisors and employees and ensure that they are provided with the necessary means to achieve safety goals. It is the responsibility of all managers to: • Provide guidance for decision making and perFormance by communicating and supporting the Company safety, health, and environmental philosophy. • Emphasize the importance of safety and health as a meaningful part of the objective-setting and performance evaluation processes at all levels of the organization. • Allocate the necessary resources to provide and maintain a safe and healthful work environment. • Provide an organizational structure that is conducive to an effective safety and health program. 26 ♦ � A �UANTA SERVICES COMPANY Section Quality Control Plan Table of Contents TABLE OF CONTENTS Titie Page 1.0 QUALITYASSURANCE/QUALITYCONTROL OBJECTIVE 4 2.0 QUALITY SYSTEM 2.1 QA/QC Review by Management 5 2.2 Implementation 2.21 QualityAssurance/QualilyControl Team 5 2.22 Responsibilities of Construction Manager 5 2.3 Records and Reporting 6 2.4 Quality for Subcantracting 6 3.0 QA/QC PERSONNEL MINIMUM QUALIFICATIONS 3.1 General Requirements for Performing QA/QC Functions 8 3.2 ContractPersonnelQualificationsDocumentation 8 4.0 NON-CONFORMANCES 1 CORRECTIVE ACTIONS 4.1 Non-ConformanceAction Report 8 4.2 Non-Conforming Equipment, Material, and Supplies 8 4.3 Non-Conforming Services 8 4.4 Evaluation ofNan-Conforming Occurrences 9 4.5 Corrective Action Plan (CAPJ 9 5.0 FIELD EXECUTION OF THE QA/QC PLAN 5.1 General 10 5.2 Field Inspection Reports 10 5.3 Records and Files 11 27 ♦ � A �UANTA SERVICES COMPANY Section Quality Control Plan Table of Contents TABLE OF CONTENTS (continued) Title 6.0 Q UALITYASSURANGE / Q UALI TY CONTROL CHECKLIST 6.1 Quality Control Plan 6.2 Project Initiation 6.3 Site Preparation 6.4 Fencing 6.5 Foundations 6.6 Conduit and Cable Trench 6.7 Grounding (belowgrade) 6.8 Structural Steel 6.9 Insulators 6.10 Switches 6.11 Bus 6.12 General Building Construction 6.13 ControlGable/FiberOptics 6.14 Relay Panel 6.15 Transformer Receiving / Installation Inspection 6.16 Testing 6.17 Poles/Overhead Conductor 6.18 Pilings 6.19 Drili Piers 6.20 Energizatton & Turnover 7.0 ATTACHMENTS 1 Non-Conformance/CorrectiveAciion Plan (CAP) Flow Chart 2 Quality Control Specifications 3 QualityAssurance/ Quality Control Forms Page 12 12 12 13 13 14 15 16 16 17 17 18 19 20 21 22 24 26 26 27 28 28 ♦ � A �UAIfTA SERVICES COMPANY ATTACHMENT F REFERENCES. Please list three (3) Government references, other than the City of Denton, who can verify the quality of service your company provides. The City prefers customers of similar size and scope of work to this proposal. REFERENCE ONE GOVERNMENT/COMPANY NAME: City of Garland LOCATION: Garland, TX CONTACT PERSON AND TITLE: Steve Foster—Transmission Superintendent TELEPHONE NUMBER: (972) 205-3470 SCOPE OF WORK: Turnkey Substation Construction CONTRACT PERIOD: To Be Completed End of February 2012, Currently Ahead of Schedule REFERENCE TWO GOVERNMENT/COMPANY NAME: Grayson-Collin Electric Cooperative LOCATION: Parker Road Substation — Parker, TX // Sherman West Substation — Sherman, TX CONTACT PERSON AND TITLE: Bruce Stevens— Manager of Maintenance and Operations TELEPHONE NUMBER: (903) 482-7123 SCOPE OF WORK: Substation Below-Grade (Foundations, Grounding, and Conduit) CONTRACT PERIOD: Parker Road — April 2010 to May 2011 // Sherman West —Jan 1, 2011 to Feb 15, 2011 REFERENCETHREE GOVERNMENT/COMPANY NAME: South Texas Electric Cooperative, Inc (STEC) LOCATION: Sunniland Substation (Interstate 37, Exit 276) CONTACT PERSON AND TITLE: C.W. Calhoun — Substation Designer TELEPHONE NUMBER: (361) 485-6130 SCOPE OF WORK: Turnkey Substation Construction CONTRACT PERIOD: 60 Days, Work Started September 15, Currently On Sched 29 ♦ � A �UANTA SEftVICYS COMPANY ATTACHMENT G There are no known conflicts of interest which would require completion of Form CIQ 30 ♦ � A �UANTA SERVICES COMPANY ATTACHMENT H DISADVANTAGED BUSINESS UTILIZATION Statement of Utilization While Can-Fer Utility Services, LLC is not classified as a Disadvantaged Business Enterprise (DBE), we continually strive to utilize local and regional DBE entities. Can-Fer has solicited quotes from DBE entities associated with the Bonnie Brae Substation Construction Project. 31 ♦ � A � UANTA SERVICES CoMPANY Statement of Project Equipment Utilization Can-Fer does not assign specific equipment until notice of award is received. We maintain an extensive fleet of equipment and do not bid projects if we do not have the equipment resources to complete the work. If requested, upon project award an equipment utilization list can be provided. 32 ♦ � A � UANTA SERVICES COMPANY MAJOR EQUIPMENT SUMMARY EQUIPMENT AN-FER has the right resources - both skilled workers and equipment— needed to eliver comprehensive network solutions for our electric gas and telecom customers. !e operate an extensive fleet dedicated to the construction and maintenance of electric �ansmission and distribution lines and substations as well as pipeline installation and iaintenance. We also have access to the Quanta-wide fleet of more than 26 000 pieces f equipment. an-Fer maintains fully equipped corporate, division and field offices with all required usiness equipment, including up-to-date computer hardware and software. We are xperienced with all major project controls software, as well as working with customer- eveloped project controls systems. IOrY Adapters 3 Air Compressor 2 Augers 68 ipe __ ,I Air Swvl Ext Air Swvl Large Ingersol Rand 185 Belling 30" Bax Belling 30"-60"/4" Box WFJ Combo 114"14" Box WFJ Combo 12"/4" Box Combo 24"l4" Box Combo 30"/4" Box WFJ Combo 36"/4" Box Combo 42" Box WFJ Combo 60"/4" Box WFJ Dirt 102"/4" Box Dirt 18"14" Box Dirt 30"/4" Box Dirt 36" Box Dirt 78"/4" Box H&T Dirt 84" Box H&T Dirt 90" Box H&T Ditt 96"/4" Box H&T Mud 34"/4" Box Mud 36"!8" Box Prog 24"/8" Box Prog 30"/8" Box Prog 36"!8" Box Prog 54"/8" Box Prog 60"/8" Box Prog 66"18" Box Prog 72"l8" Box Proa 84"/8" Box 33 2 1 1 1 1 2 1 1 1 1 1 2 1 1 1 1 1 1 1 1 3 2 3 1 1 1 2 1 ♦ � A �UANTA SERVICES COMPANY MAJOR EQUIPMENT SUMMARY Backhoes 16 Backyard Machines 10 Boom Loader 1 Bucket Trucks 140 Prog 96"/8" Box Rock 102"/8" Box Rock 108" with wings Rock 12"14" Box Rock 18"/4" Box Rock 24"l8" Box Rock 30"!8" Box Rock 36"!8" Box Rock 42"I8" Box DC/DF Rock 48"18" Box Rock 54"!4" Box Rock 60"/8" Box Rock 66"/8" Box Rock 72"l8" Box Rock 78"/8" Box Rock 90"/8" Box Rock 96"/4" Box Rock Prog 102"/8" Box Rock Prog 108"18" Box John Deere 310J KOM 1NB140-2N Case 580L 2X4 Newh LB75 - 2X4 Newh LB75R - 2X4 Case 580M - 4x4 Case 580M III - 4x4 Caterpillar 420D - 4x4 BriMar EH 16-10 EZ Hauler 7500 EZ Hauler Track 2500 EZ Hauler Track 4100 Skylift IC35 Skylift Mini-0334 2 Stage JCB Ford F550 - 2 Ton Freightliner M2106 International 4300 Internafional 7300 International 7300 SFA Kenworth T300 Sterling Acterra Sterfing Bullet Sterling M7500 Telelect 5TG55 National 500E15 Ton 34 � � � � Q Q E � 0 � � � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � � 0 � � � 4 4 39 39 2 34 8 4 2 2 1 ♦ � A QUANTA SEIMCES COMPANI' MAJOR EQUIPMENT SUMMARY Cate o T e Frei htliner 23 Ton Bulldozers D 450J 2 Ri er 90H Diesel 19,000 Lbs Cable Pullers TSE UP70TR 4 UG TSE UP70BD Camoplasf GT1600HY Terex 4047 2 Cars Che Im ala 2X4 4 Dr. 3 Ford Taurus 2X4 4 Dr. Cancrete Buckets 1 CY 3 Connex Boxes 2 Core BBL 17 Cranes 3 Crawlers 2 Crawler pozers 2 Diggers 76 Drills 4 20' 18"/4" Box 20"/8" Box 30"/4" Box 36"/8" Box 48"14" Box 48"/8" Box Maxcut 60" Box 60"/8" Box Maxcut 72" Box Maxcut 78" Box 84" Box Maxcut 84" Box Maxcut 90" Box 96"/8" Box Terex RT230 30 Ton Hydraulic RT 40 Ton Hydraulic RT LB RTC 8040 Mantis 1001050 Ton Crawler Caterpillar D6R-LGP Deere 450J-LT Ford C4047 Freightliner - M2 International International 4047 International 4300 International 7300 International C4047 Kenworth T300 4X4 Sterling Acterra Air Cluster 48" Air Hammer 12" � 35 � � � E � � 0 0 0 � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � � � � � � � � � � � � � � ♦ � A � UANTA 3ERVICES COMPANY MAJOR EQUIPMENT SUMMARY �' Category Drills - Truck-Mounted 5 Drill Bit 1 Driil Crawlers 3 Drill Excavators 3 Drilis — LoDrill 2 Easement Machines 8 Excavators 1 Excavators — Mini 7 Forklifts — Telescoping 6 Goosenecks 2 Heater 2 Heaters — LoBoy 1 Hi-Rangers 2 Hydraulic Power Units 2 Light Plates 3 Loader 1 Pickups 142 Type Air Hammer 18" Air Rock IR ECM-370 Watson 1100 Watson 2500 30" -18" Hammer Watson 3110 Adrill EDT-10 CAT345 Adrill EDT-10 CAT345BL Adrill EDT-7 LB5800 Caterpillar LM-40 320 LLMHT-45 PC300 EZ Hauler 3800 SD 7500 SDP 4100 SDP 7500 Kobelco SK220LC 45,000 Ik Bobcat 331 G Case CX14 KOM PC35MR-2 KOM PC35R Takeuchi Takeuchi TB016 Gradall 534C Gradall 544D Skytrak 10054 Odom Master Universal White CP100AKI International 7300 Pioneer HP65F4L 6.5 KW JCB 4X4 2.5 CY Chevy 1500 -1/2 Ton Dodge 1/2 Ton 2X4 CC Dodge 2 Ton 4X4 CC Dodae Ram 2500 - 3/4 Ton � I 1 1 3 2 1 3 1 1 1 1 1 2 3 2 1 1 2 1 1 1 1 1 1 2 3 2 1 1 1 2 2 3 1 2 4 3 17 A �UANTA SERVICES COMPANY MAJOR EQUIPMENT SUMMARY I' Pressure Diggers 16 Pressure Washer 1 Reel Carriers 4 Rock Star Diggers 4 Rope Rigs 14 Service Buckets 22 Skid Loaders 6 Skid Plates 2 SUVs 2 Tampers 4 Tensioners 8 Trailers 160 ( TVpe Ford F150 -112 Ton Ford F250 - 314 Ton Ford F350 -1 Ton Ford F450 -1 1/2 Ton Ford F550 - 2 Ton International 4900 4x4 International 7400 International 7400 SFA 6X6 Peterbilt 330 Reetlrill LT7500 Texoma Sterling TD35K Heated 300 Gallon Smith T-4RC TSE 4 Freightliner M2106 Kenworth Rope Rig T-4DP-36 Sherm Riley PLW-180-4T 4 Drum TSE DP-20-4H 4 Drum Wagner Smith 4 Drum Wagner Smith T-4DP-36 4 Drum Wagner Smith T-4DP-75 Ford F550 - 2 Ton GMC C5500 Bobcat S175 4X4 Bobcat S250 - 4X4 Bobcat SK1026 - 4X4 Case 1845C - 4X4 KOM SK1026-5N - 4X4 5'X10' Ford Expedition Wacker Wacker 2006 BS60-21 Wacker BS60-21 Reel Carrier T-4RC-48X48-16 Wagner Smith 38" RC-BWT T-BWT-4-38 Wagner Smith T-BWT-4-38 Wagner Smith T-BWT-4-38RC TWF PT24-20ED20 -12 ton Haul Brimar EH 16-10 -16' EM01 Eagle -16' Odom 1216S -16' CFS ZTR-BL12S -18' 37 36 56 5 13 6 2 1 3 4 4 2 1 2 2 2 2 2 2 2 2 4 2 20 2 1 1 1 1 2 2 2 � � � � � � � � � � m � ♦ � A �UANTA SERVICES COMPANY MAJOR EQUIPMENT SUMMARY Cate o - T e ' C C:arnn 2 Big T Cargo Haul Mark Cargo 5X10 3.5K WS Cargo 5X8 Cargo 6X12 CM Cargo 6X16 Cargo TlA 6X12 7K CM Dump T/A 7X1214K Load PJ Dump TIA 8X1214K Internationai EQ TlA 26' 20K Butler EQ T/A 32' 60K Big T Flatbed 20' Gooseneck 14K Flatbed 20' Gooseneck Straight Deck Apache Flatbed 32' Gooseneck Ranch King Flatbed 32' Gooseneck LoBoy Terex BSTR T/A 70T LoBoy Terex Jeep T/A 70T LoBoy Terex TRIA 70T 70K LoBoy 55TN Load King Oil Waylon Scott Pole CFS CF 40 Pole CFW CF 40 Ranger Belshe BF9T Ranger Skylift Backyard Machine Reel Vermeer CF10 Roll Up CFS CF 12 Storm North American Cargo UG/Material Cargo Box Trailer Utility Utility Ford F650 - 2112 Ton Utility Pero Trailer Products 5'x8' Otlom 1216S Utility-16' Odom 2025 Utility 30' Ham Utility 6X12 Utility 6X14 Big T Utility 6X16 DIA C Utility 6X20 Big T Utility 7X16 Big T Utility 7X18 DIA C Utility 7X18 Load King Utility 7X20 Trailer Master Utility 7X20 DIA C Utility S/A 6'x12' 3.5K Water Pu Big T Utility T/A 7X1610K Vacuum Dragon 130 BBL Wire Shop Built 38 � 1 1 1 1 1 3 1 1 1 1 1 2 27 23 4 2 2 2 2 2 2 1 2 14 2 1 2 1 1 2 1 3 1 1 1 1 2 2 ♦ � A �UAIYTA SEftVICES COMPANY MAJOR EQUIPMENT SUMMARY Cateqory ` �`Type - �:. Trenchers 9 Trowels 2 Trucks 25 URD Pullers 2 Vans 8 Wire Carriers 2 TOTAL . Odom ZTR-BL12S 16' Vermeer RTX1250 Vermeer V120 Vermeer RT1250120 HP DWitch 1230H 20 HP DWitch RT-40 40 HP Honda GH240 42" Fr htl T/A CL8 4X6 T1A CL8 4X8 Volvo TlA CL8 4X6 Dum S/A FL70 Flat Bed Ford F550 - 2 Ton Fuel 2K Che Haul Ford F650 — 2-1/2 Ton Mechanic Ford F550 - 2 Ton Mechanic International 4900 4x2 Mechanic Takeuchi T6016 Service Chev 2 Ton 4X4 RC Service Ford 1 1/2 Tan 4X4 RC Service Ford 2 Ton 4X4 RC Service Fard 3 Ton 4X4 RC Service IHC 2 Tan 2X4 RC Water 4K 4X6 Hogg & Davis Hydra 985E Chev 1 Ton 2X415P Ford 1 Ton 2X415P 4 Spool Wagner Smith T-4RC-48X48 39 10 2 2 3 1 1 2 0 0 0 E � 0 � � E E 0 0 0 0 0 0 E � 0 0 RFP #4861 ADDENDUM #1 Addendum #1 to be returned with Proposal The following are changes/clarifications to the specifications and are attached to this document: 1. RFP document — the changes are highlighted in yellow 2. EL07 — Bill of Material has been updated 3. SD13 — Steel drawing has been updated 4. Answers to the questions submitted by respondents are included. NO OTHER CHANGES AT THIS TIME. Tlais form shall be signed and returned with your bid. Name: Sighature: Company: Title: Date: �57�; r►��.`fa� ///z�/ll RFP #4861 ADDENDUM #2 Addendum #2 to be returned with Proposal Please see the attached responses to the questions submitted during the pre-submittal conference. NO OTHER CHANGES AT THIS TIME. This form shall be signed a�cd returned with your bid. NaFne: �G� Signature: ��!%��j�,�`--' Company: ��,. -�.- �i�f'1 �t •�°id��S. LLC. -; Title: ��f , y,.,�,-�.� Date: / 1 �Z ?� %/l -� � � . A � UAMTA SERVICES COMPAIdY ATTACHMENT K SOLICITATION CHECKLIST Checklist for RFP #4861 Title: Bonnie Brae Substation Construction Project Opening Date: November 29, 2011 at 2:00 PM . Contractor Name and Address: Can-Fer Utility Services, LLC 3340 Roy Orr Boulevard Grand Prairie, TX 75050 Contact: Thomas Bode TX Taxpayer VIN#: 17605892631 Phone :_(972) 484-4344 Fax: _ (972) 894-9279 Email: tbode@can-fer.com 1. Submit one (1) original and two (2) copies of submittal � 2. Submit one (1) copy by email to eblds citvofdenton.com :�� 3. Email Exhibit 1 to ebids@cityofdenton.com ,�� 4. Submittal Content (Meet Secti IV) • Review all requirements�i�!� �� • Ensure your firm meets all stated minimum requirements �.� • Documentation included to support the evaluation criteria� • Company Information � • Relevant Experience and Qualifications • Quality Assurance / Quality Control � • Litigation History Statemen �_ • Addendum(s) Reviewed and return � • Attachment A, Review � • Attachment B, Review _�ab � Attachment C, Review, complete, and return �_ • Attachment D, Not Applicable • Attachment E, Review, complete, and return �_ • Attachment F, Review, complete, and return � • Attachment G, Review, complete, and return �� • Attachment H, Review, complete, and return � _ • Attachment I, Review, do not return %� _ • Attachment J, Review, complete, and return • Attachment K, Review, complete, and return • Exhibit 1-Pricing Sheet, Review, complete, and return 5. Submit Proposal by email, courier, hand delivery or mail,�� � �,12 � f 42 �//� / Corporations 5ection P,O.Bos 13G97 Austin, Teti�s 78711-3697 • �� �.�, `�•� 2- � � n�. �<<; �i� a�,' 1Q�. ,,��� �l1��. Of�ice af the �eca•eta�y of State Cerfi�cate of Fact Hope .A�ndrade Sccretary of 5tate Tha undersigned, �s Seccetary of State of Texas, doas ha�•eUy certify that the docunient, Ap�lication %r Certif cate of Authority for CA�1'-FER Uti(ity Sei-�Tices, LLC {fi1e iwniber SQ0�52d02), a DELAWARE, USA, Forei�n Lirnited Liability Coiupany (LLC), was filed iai ihis office oii Febiu�ry 1�, 2005. Zt �s further ceitified tliat the entity status in Texas is in eYistence. �� � t �� ,� � �� �- �� .����y I� �� ��� � � �� Tn testimoiiy whereof, I h�ve liereunto signed my tiatne officially and caused io be impressed lierean the Seal o£ State at my off'LCe in Austin, Texas an October 31, 2011, Hope Andrade Secretary of State F�tx-�a'�,��.s<� : gi {t } ;:::, , � j`� �`s'1i���.i ��j t?.����� � Yt. , 3 $��; ��'a f . Come ti�isitus ott tl�e iitter�etatlrtfp://it�x�1{�.sos.state.h.us/ Plloue: (512) �G3-S555 F��; (512) 463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS-WEB TID: 1026�4 T)ocutnent: 3947198G0002 d°'�ri �Qk`� � � � 'rxx�}f �EXAS �fli�'IFTRCyLLER C�F T'�ElSLI� 1�CCQUMTS sUSf�N cc}�ir�� • Cc�Mf'`I'f�ol:t.Fsft � liU�'rIN, �'[�Xr�S ��774 0'ctober 31, 2011 CER.TIrICATE OF ACCOUNT STATUS, THE STATE OF TEKA5 COUN�X Ok' TRAVIS 2, Susan Combs, Comptrolle� of Pub�a.c ACCOUnts of the S�ate of Texas, DO HEREBX CERTIFY that according to �he recprds o£ thzs office CAid-FER UTILI7'Y SERVICES � LI,C is, as o� this date, in good standing t�rith this office having no franchise tax xepoxts or payments dve at this time, This certiPicate is val�,d �.hrough the date that the nex� franchise tax report wzJ.J� be due November 15, 2011. This certificate does not make a representation as to the status of the entity's rec}istration, if any, with the Texas Secre�ary o� State. This certificate is valid for th� purpase o� conversion when the converted entity 1s subjec� to �ranchise tax as requa.zed by lasa. This cextifi.cate is not valid foz any other filing with the Texas Secretary of Sta�e. GIVEN UNDER MY HAND AND SEAL OF QFFTCE in the City of Austin, this 31st day of OCt01�@J; 2011 A. D. Susan Combs Texas Comptroller �axpapex number: 17605892631 File number; D800452602 Form 05-3D4 {Rev. 72-07/17} . 4 y ;' "; :`''�t `• } `'� �� +�+ . �� S�S!:�}' ' 3 i.=,i�'� i ii +;i� is i : ;y .: C9-iUB� 8ond No. gid Bond CHU�B GRQUP 4F INSURANCE COMPANIES Surety I�epartment,l5 Mountain View Road, P.O. Box 1815, Warren, fVJ 07o6i-i 615 Ph�ne: (J08} 9a3-3485 • Facsimlle: (908j 903-3656 BID BOND FEDERAL INSURANCE COMPANY AR10URt $ �Cn��nr AII �len �y 'These Presents, That we, Can-Fer Utility Services, LLC �J% 3340 Roy Orr Blvd., Suite 100, Grand Prairie, TX 75050 (hereinafter called the Principal), as Principal, and the FEDERAL iNSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of ihe State of Indiana, (hereinafter cailed the Surety), as Surety, are held and firmly bound u�to City of Denton 901-B Texas Street, Denton, TX 76209 (hereinafter called the �bligee), in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which we, the said Principal and the said Surety, bind ourselves, aur heirs, executors, administrators, successors and assigns, jaintly and sev�rally, firmly by these presents. Sealed wifh our seals and dated this 12th day of December, 2011 WHEREAS, the Principal has submitted a bid, dated December 12, 2011 for Construction of the Bonnie Brae Substation, RFP #4861 NOW, THEREFORE, THE CONDtTION OF THIS QBLIGATION IS SUCH, that if the Obfigee shall accept the bid Qf the Principal and the Principaf shall enter into a contract with the Obligee in accordance with such bid aRd give bond with good and sufficient surety for the f�ithfu! performance of such cantract, or in the event of the fiailure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, nof to exceed the penalty hereof, between the amount specified in said bid and the amount fior which the abligee may Iegally contract with anather party to perform the work covered by said bid, if the fatter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full foroe and effect. , �,�,`'�A'�C�' '� �D �� � � � �� � °�oiaN� . Form 15-02-0002 (Aev Y7•94) FEDER SURANCE C I�IIP'AN By: DiLynn Guern ttorney-in-Fac Chubb 5urety c�uBs POWER Federal Insu=ance Company Attn: surety Department OF Vigilant Insurance Company 15 Mountain �iex Road ATTORNEY Pacific Indemnity Company Warren, N<7 07059 FCnow Att by These Presents, That FEDERAL INSURANCE COMPANY, an Indlana corporation, VIGILANT INSURANCE COMPANY, a New York corporatlon, and PACIFIC (ND�MNITY COMPANY, a Wisconsin corporalion, do each herebyconstitute and appoint DiLynn Guern as their true and lawful Attomey- in-.Fact to execute under such designaGon in iheir names and ta affix their corporate seals to and deiiver for and on their behalf as surety thereon or othenvise, the following Surety Bond: SoretyBondNumber :Bid Bond Obtfgee :City of Denton Md ihe execuqon of such bond or obtigation by such Attomey- in- Facl in the Company�s name and on its hehalf as surety thereon or othenvise, under its corporete seal, in pursuance ot the authority hereby conferred shap, upon detivery thereof, be vatid and binding upon the Company. In Witness YVhereof, said FEDERAL iNSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY C�MPANY have each executed and attested these presents end affixed thelr corporate seais on this 20'� day ofNovember, 2008. ����� Kenneth C. Wendel, Assistant Secretary STATE O£ N£W JERSEY sS. County of Somerset / � ��%- Richard A. Ciullo, Vice President On thls 2U'^ day of Nnvember, 20D8, before me, a Notary Pabllc of tJew,lersey, personally came Kenneth C. W endel, to me known to be Assistant Secretary of FEDERAL INSURAMCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFlC iNDEMNITY COMPANY, the compan(es which exewted the foregoing Power of Attomey, and the sald Kenneth C. Wendel, being by me duty swom, did depose and say that he ts Assistant Seuetary of FEDERAL IIJSURANCE COMPANY, VIG1t_AAIT INSURANCE COMPAKY, and PACIFIC INDEMNITY COMPANY and knows ihe corporate seals thereof, that the sea(s a�xed to the toregoing Power of Attomey are such corporale seats and were thereto a�xed by aathority of fhe Sy- l.aws vf said Companies; and that he signed sald Power ot Attomey as Assistant Secretary of said Companies by Iike authority; and thaf he Is acqnatnted with Rlchard A. Clutio, and kaows him to be Yce President of said Companies; and lhat the signature of Rlchard A Cluito, subscri6ed to sald Power of Attomey Is In the genufne handwritfng of Richard A Clutto, and was thereto subscribed by authorlty of sald By- Laws and in deponenYs presence. ,„,„,.,��,,,,,, Notarial � o�E W "K ���: ......,'4��,�� Seal _ 3; �,�, •;z ; WENDIE WALSFI °s ° rveuc ,' £ ��1►rubYC. Sf�O�fi of NC�WJersLyr � Na 0054504 �"Ek;��;s�.+,�� Coanmlosian f�pires Apri[ 1 B, 2013 ^w.,....,,.��* Notary Public CERTIFICATION Extract from tha By- Laws af FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PAC(FIC INDEMN�I( COMPANY: 'Ail powers of attomey tor and on behaif of the Company may and shaq be executed in the name and on behalf of the Company, either by the Chafrman or the Presldent or a Yce President or an Assistant Vlce Presfdent, jolntly wilh the Secretary or an Asslstant Seuetary, under their respective designatfons. The signature of such o�cers may be engraved, printed or Gthographed The signature of each of the fotlowing oncers: Chainnan, President, any �ce Presldent, any Assistant Vice President, any Seaetary, any Assistant Seuetary and the sea{ of the Company may be affixed by facslmlie to any power of attomey or lo any certificate retating thereto appointing Assistant Secretarles or Attomeys- in- Fact for purposes onfy of executing and attestlng bonds and undertakings and ulher writings obtigatory in the rtature thereof, and any such powe� of attomey or certificate bearing sueh facsimile signature or facsimile seal shal{ be vaiid and 6inding uppn the Company and any such power so executed and certifled by such iacsimlle signature and facsimiie seal shall be vaiid and binding upon the Company with respect to any bond or undeRaking to which It Es attached.' 1, Kenneth C. Wendef, Assistant Secretary of FE�ERAL INSURANCE COMPANY, VtGIlANi' lNSt1RANCE COMPANY, and PACIFIC INDEMNiTY COMPANY (the `Companies7 do hereby certity that (i) the foregoing extract of the 8y- Laws of the Companies is t�ve and correct, (6) the Companies are duly licensed and authorized to transact surety 6usiness in all 50 oE the United States of America and the Distrid of Coium6ia and are authorized by fhe U.S. Treasury Depariment; fc�rther, Federal and �gltant are ticensed fn PueRo Rlco and the U.S. Virgfn lsiands, and Federal Es licensed In Amedcan Samoa, Guam, and each of the Provinces of Canada except Prtnce Edward lsland; and (ii7 the foregoing Power of Attomey is hue, correck and in full force and effect Gfven under my hand and seals of sald Companies at Warren, NJ thls 12th �SUPaN� �,ou+am t .a`:-�H�c �Qy � j ��otrORarFO � �~� �9 2} _ —*— m ` �Z � �c' } �M �g�4 * � iY M+o�aKP kiscnKS��' *�Ew YG0.t- aayof December, 2011 li " ' � _ � Kenneth C. Wendel, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY O£ THIS BOND OR NOTIFY US OF ANY OTHEA MATTER� PLEASE CONTACT vS AT ADDRESS LISTED AHOVE, OR BY Telephone (906) 9D3- 3493 Fax (908) 903- 3656 e-mails surety0 chubb.eom Form iS1Q0154B-SurePath ( Rev.11-08)CORP CONSENT �' 1 � DATE (MMIDD/YYYY) 'ORO CERTIFICATE OF LIABILITY INSURANCE ,,,,q„�,; THIS CERTIFICATE IS ISSUED A5 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 INSl1RED, 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 John L. Wortham & Son, L.P. CONTACT NAME: P. O. BOX 1388 pHONE A/C e: 713-526-3366 Fax a.�c No : 713-521-1951 Houston, TX 77251-1388 E-MAIL ADDRESS: � INSURER 5 AFFORDING COVERAGE NAIC # / iNSUReRa: Old Reoublic Insurance CompanV 24147 INSURED Can-fer Utility Services, LLC ✓ 3340 Roy Orr Blvd., #100 .y, Grand Prairie TX 75050 \��`'lA�� l•�� RER F : COVERAGES CERTIFICATE NUMBER: 11735912 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. INSR TypE OF INS ANCE AD�L SUBR POLICY EFF POLICY EXP LIMITS LTR � D POLICY NU R MM/DDIYYYY MMID�/YYYY A GENERAL LIABILITY MWZY59308 8/1/2011 S/�/20�2 EACH OCCURRENCE $ 5,000,000 � DAMAGE TO RENTED S,OOO,OOO � COMMERCIAL GENER4L LIABILITY� PREMISES Ea occurrence $ CLAIMS-MADE a OCCURV MED EXP (Any one persan) gexcluded � PERSONAL & ADV INJURY $ 5,000,000 GENERALAGGREGATE $ 5,000,000 � GEN'L AGGREGATE LIMIT APPLIES PER: PROOUCTS - COMP/0P AGG $ S,OOO,OOO POLICY � PE � LOC $ A AUTOMOBILE LIABILITY MWTB21321 8/1/2011 SI1�2012 Ee aBCldeDtSINGLE LIMIT $ 5 000 000 � ANY AUTC�/ BO�ILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accidenl) $ � AUTOS AUTOS ' � HIRED AUTOS � AO OS NED PROPERTY DAMAGE Per accident $ $ $ UMBRELLA LIAB pCCUR FACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION $ � $ $ $ WORKERS COMPENSATION WC STATU- O q MWC11713400 S/1/2011 8/1/2012 TORY LIMITS AND EMPLOYERS' LIABILIT Y I N ANY PROPRIETOR/PARTNER/EXECIJTIVE N � A E.L. EACH ACCIDENT $ 'I OOO 000 / OFFICERIMEMBER EXCLUDE�7 � (Mandatory in NH) E.L. DISEASE- EA EMPLOYEE $ 000 � If yes, describe under E.L. DISEASE - POLICY LIMIT $ � 000 000 DESCRIPTION OF OPER4TIONS below DESCRIPTION OF OPERATIONS 1 LOCATION51 VEHICLES �Attach ACORD 101, Additlonal Remarks Schedule, if more space is required) Re: Bonnie Brae Substation Construction/ see attached addendum CERTIFICATE HOLDER CANCELLATION / SHOULD ANY OF THE ABOVE DESCRIBE� POLICIES BE CANCELLED BEFORE City of Denton ✓ THE EXPIRATION �ATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Karen Smith ACCORDANCE WITH THE POLICY PROVISIONS. 901-B Texas St. Denton TX 76209-4354 AUTHORIZEO REPRESENTATIVE �ia"�v,u�°• lt�ahtl�a' #�w�r� John L. Wortham & Son, L.P. lJ 1�00-LU lu /it+vrtv ��nrvrv�� �v�.. .-.�� ��ynw �..........�.. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD CERT NO.: 11735912 CLIENT CDDE; lOQUANTSER (HOO) Sandy Moore 11/29/2011 11:]2:10 AM Page 1 of 4 � {.rCKI ll'II,HI G Mvv�i����n ecer�sanline"" � CERT NO.: 11735912 CLIENT COOE; lOQUANTSEH (HOU) Sandy Moore 11/29/2011 11:3d:10 AM Page 2 of 9 ecertsonline*M CERTIFICATE ATTAGHMEN I" CERT NO.: 11735912 CLIENT CODE: lOQOANTSER (HOU) Sandy Moore 11/29/2011 11:32�10 AM Page 3 of 4 NAMED INSURED: Can-fer Utility Services, LLC� 3340 Roy Orr Blvd., #100 Grand Prairie TX 75050 CERTIFICATE ADDENDUM CERTIFICATE HOLDER: City of Denton Attn: Karen Smith 901-B Texas St. Denton TX 76209-4354 �ATEISSUED 11 /29/2011 General Liability policy includes_Citv of Denton, its officials, agents, employees and vo unteers as an addition�� ;nsured when required by written contract but only as respects liability arising out of named insur'ed's work for additional insured.ls— Auto Liability policy includes Citv of Denton, its officials, agents, employees and vo unteer as an additional insured when req red by written contract but only with respect to legal responsibilitTy for acts or omissions of the named insured. ✓ The coverage afforded to the certificate holder as an additional insured is primary and non-contributorv with any similar insurance maintained by them when required by written contract`� Ge Pral ,iah;lity, Auto Liability and Workers' Compensation policies include waiver of su�br �tion in favor of City of Dentnn." its officials, agents, employees and volunteers w�Fien required by written contract but�rr no event shall such coverage exceed the limits, terms or conditions of the policy.� l.�`'� � 113�/�2� 7� ecertsonline*^� CERTIFICATE ADDENDUM CERT NO.: 11735912 CLIENT CODE; lOQUANTSER (HOO) Sandy Moore 11/29/2011 11:32;10 AM Page 4 of 9