Loading...
2005-042ORDNANCE No. XdtYf- ¥, , AN ORDINANCE ACCEPTING COMPETITIVE SEALED BEST VALUE BIDS AND AWARDING A CONTRACT FOR PURCHASE OF UNDERGROUND ELECTRIC SERVICE INSTALLATION FOR DENTON MUNICIPAL ELECTRIC; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING FOR AN EFFECTIVE DATE (BID 3240-THREE YEAR CONTRACT FOR UNDERGROUND SERVICE INSTALLATION AWARDED TO BARCO CONSTRUCTION, INC. IN THE ESTIMATED AMOUNT OF SLooo,ooo). WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of State law and City ordinances based on the best value as determined by using the selection criteria set forth in the request for bids; and WHEREAS, the City's selection committee has reviewed and recommended that the herein described bids are the best value based on the selection criteria for the materials, equipment, supplies or services as shown in the "Bid Proposals" submitted therefore; and WHEREAS, the City's Purchasing Agent has determined that the best value bid process provides the best value to the City for this procurement; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" on file in the office of the City Purchasing Agent, are hereby accepted and approved as being the best value based on the selection criteria contained in the request for bids for such items: BID NUMBER VENDOR AMOUNT 3240 Barco Construction, Inc. Exhibit A SECTION 2. That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents. SECTION 3. That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute the written contract which shall be on file in the office of the Purchasing Agent; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted. SECTION 4. That by the acceptance and approval of the above numbered items of the submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this / day of d~6L~, 2005. EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY ........... qqqqqqq CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEIvlENT, made and entered into this 2nd da3, of February A.D., 2005, by and between City of Denton of the County of Denton and State of Texas, acting through Michael A. Conduff thereunto duly authorized so to do, hereinafter termed "OWNER," and Barco Construction, Inc. 2804 N. Ell St. Denton, Texas 76201 of the City of Denton , County of Denton termed "CONTRACTOR." and State of Texas , hereinafter WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid #3240 - Underground Electric Service Installation in the estimated amount of $1,000,000 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City of Denton 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 indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees Jo, and does hereby, indemrfify 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 fights, 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. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: q CiW of Denton OWNER ATTEST: CONTRACTOR APPROVED AS TO FORM: CITY AT~C~R!~E~ MAILING ADDRESS BY: PHONE NUMBER P~ED N~ (SE ) CA- 3 BOND NO. 4346201 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Barco Construction, Iuc.~ose address is 2804 N. Elm St., Denton, Texas ~76201 hereinafter called Principal, and SURETEC INSURANCE COMPANY,~/corporation organized and existing under the laws of the State of Texas , 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, here~after called Owner, in the penal sum of _One million and no cents~DOLLARS ($1,000,000.00~plns 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, fn-mly 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 SAIVlE is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance N~ 2005-042, with the City of Denton, the Owner, dated the 2nd day of February A.D. 2005, a copy of which is h~y~reto attached and made a part hereof, for Bid #3240 - Underground Electric Service Installation~ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of anY and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a.period of one (1) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may' incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PB - 1 THIS BOND IS SUBJECT TO THE ATTACHED RIDER./ 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 rune, 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 apphcable 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% Annotated Civil Statutes of the State of Texas. IN WITNESS WIll,REeF, this instnnnent is executed in. 4 copies, each one of which shall be deemed an original, this the 2~_Ja day of February, 2005.~'~ ATTEST: PRINC~AL SECRETARY Barco Construction, Inc. PRESIDENT ATTEST: SURETY SURETEC INSURANCE cgM~ANY ATTORNEY-IN-FACT Pauline L. Lesch The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: PCL CONTRAUT BONDING AGENCY STREET ADDRESS: 417 Oakbend Dr., #150, Lewisville, TX 75067 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB - 2 BOND NO. 4346201 PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Barco Construction, l. nc.,~vhose address is 2804 N. Elm St., Denton, Tex~s 76201 , hereinafter called Principal, and SURETEC INSURANCE COMPANY/, a corporation organized and existing under the laws of the State of Texas , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the b~lding or improvements her/~inafter referred to, in the penal sum of One million and no cents-DOLLARS ($1,000,000.00~n 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, fn'mly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemcmtal 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 SAM~ is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Numb. y.r 2005-042, with the City of Denton, the Owner, dated the 2nd day of February A.D. 2005;,./- ~_, a copy of which is h.~r~to attached and made a part hereof, for Bid #3240 - Underground Electric Service Installation. NOW, THEREFORE, if the Principkl 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. PB - 3 THIS BOND IS SUBJECT TO THE ATTACHED RIDER./ 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, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed ir9~4 copies, each one of which shall be deemed an original, this the 2~_J day of February, 2005. ATTEST: PRINCIPAL BY: SECRETARY Barco Construction, Inc. PKESIDBNT o, ATTEST: SURETY SURETEC INSURANCE CO/MPANY ATTORNEY-IN-FACT Pauline L. Lesch The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: PCL CONTRACT BONDING AGENCY STREET ADDRESS: 417 Oakbend Dr., #150, Lewisville, TX 75067 (NOTE: Date of Payment Bond must be date of Contract. If Resident ~4gent is not a corporation, give a person's name.) PB - 4 SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 512-732-0099 RIDER To be attached to and form a part of: Bond Number: 4346201 Principal: Barco Construction, Inc. Obligee: City of Denton, Texas Said bond, issued by SureTec Insurance Company, as Surety, is hereby amended as follows: It is hereby understood the obligations under this bond are limited to year one of the referenced multi year contract obligation. Surety shall not be liable to Obligee for Surety's failure or refusal to write, nor for Principal's failure to obtain bonds for the next renewal period. Effective date of rider: February 2, 2005 All other terms and conditions shall remain the same. Signed and sealed this 2nd day of February, 2005. SureTec Insurance Company Surety By: Pauline L. Lesch, Attorney-in-fact suretec multiyr annual renew limit rider.doc rev. 11,11.03 1 REINSURANCE CERTIFICATION Surety Company: SureTec Insurance Company 952 Echo Ln., Suite 450 Houston, Tx 77024 Principal: Barco Construction, 2804 Elm St. Denton, TX 76201 State of Incorporation: Texas Obli~ee: city of Denton Project3~id#3240, Underground Elect Bond No,: 4346201 servic Amount: $1 ,o0o,oo0.00 Reinsuring Company Treasury Limit* Partner Reinsurance Company of the U.S. $45,298,000 Employers Reinsurance Corporation $481,532,000 · *Per Federal Circular 570 dated 7-1-2004 'lc Federal Treasury Compliance Pursuant to 31 CFR 223.10---11, the above referenced Bond is in compliance with Federal Treasury Regulations and Limitations. SureTec Insurance Company has been certified in compliance with the law and regulations of the U.S. Department of the Treasury and acceptable as surety on Federal Bonds under Title 31 USC Sections 9304---9308. All non-Federal bonds, including the bond described, that exceed the Federal Treasury limitation, are reported to Treasury and certified in compliance through the use of acceptable reinsurance as outlined above. Texas Public Works Compliance We certify that the above referenced bond is in full compliance with the Texas Department of Insurance Regulations and is in compliance with Texas Statutes, including Vernon Civil Statutes Articles 6.16 and 7.19-1. Signed this 2nd day of Februar__Y, 2005 · S~ureTe/ollr~u~rance ~pm~any ! Michael P. Whisenant Vice President Countersigned Pauline L. Lesch Attorney-in-Fact SureTec Insurance Company Reinsurance Certification.doc rev. 7-04 I SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll frae telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SuraTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax~: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act"), this disclosura notice is provided for surety bonds on which one or mora of the following companies is the issuing surety: SureTec Insurance Company, U. S. Specialty Insurance Company, and any other company that is added to SuraTec Insurance Company for which surety business is underwritten by SureTec Insurance Company ("issuing Suraties"). The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endorsements to the bond and generally applicable rules of law. This Important Notice Regarding Terrorism Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of the attached document. Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. S u r c GENERAL POWER OF ATTORNEY Knon. ,411 Men by Thexe Presents'. Thai SURETEC INSURANCE COMPANY~e "Company"). a corporalion d013'organized and existing under Ihe laws of Ihe State of Texas. and having its principal office in Houston. Harris Counly. Texas. does b)'these peesenls make. constitule and appoinl ~' Clem F. Lesch, Pauline L. Lesch,X~ar)' Malula, Sics'es %%'. Less'is of Lewisville. Texas ils true and lawful Aitoruey(s)-in-fact. wilh full power and authorily hereby conferred in il.~ name. place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or conlrnols of suretyship Io include waiver~ lo the conditions of~g.~fitracls and consents of surety, proxiding Ihe hood penall.t does not exceed Five l~lillion Dollars and no/100 {$$,000,000.00Jbffnd Io bind the Company Ihereby as fully and lo the same exle01 as if such bonds were signed by thc President, sealed with the corporale seal of the Company and duly atlesled by its Secretary. hereby ratifying and confirming all that thc said Attomey(s)-in-Fact may do in Ihe premises. Said appointment is made under and by authority of Ihe following resolulions of the Board of Directors of the SureTec Insurance Company: Be it Resofi'ed. thai Ihe President. any Vice-President. any Assistant Vice-President. any Secrelary or any Assisianl Secretary shall be and is hereby vested wilh full power and authority to appoint any one or more satiable persons as Allorney(s)-in-Facl t0 represent aud act for and on behalf of Ihe Company subject to the following provisions: .4ttorney-in-Fact may be given full power and auihofily for and in the name of and of behalf of the Coslpaoy. lo execule. acknowledge and deliver, any and all bonds, recognizances, contracts, agreemenls or indemnity and olher eondhional or obligatory undertakings and any and all notices and documents canceling or lerminating the Company's liabilily Ihereunder. and any such instmmenls so execuled by any such Ailomey-in-Facl shall be binding upon Ihe Company }~ if signed by Ihe President and sealed and effected by Ihe Corporale Secretary. Be it Re.soft'ed. thai Ibc signature of any authorized officer and seal of the Company heretofore or hereaftt~ affixed to any power of attorney or any certificate relating Iherelo by facsimile, and any power of attorney or certificale bcarlng facsimile signature or facsimile seal shall be valid and binding upon the Company v/ith respect lo any bond or undertaking lo which il is atlached. (Adopted at a meeting held on 20'h of April. 1999.) In IJTtnexx JJ'Aereof. SUR£TEC INSURANCE COMPANY has caused Ihese presenls lo be signed by its I~rtsident, and ils corporate seal to be hereto affixed this I lth day of June. A.D. 2002. Corporate Seal State of Texas County of Harris ss: SURETEC INSURANCE COMPANY President On this 1 Ith day of June A.D. 2002 before me personally came John Knox. Jr.. to me known. 'who, being by med01y sworn, did depose and say. Ihat he resides in Houston. Texas. that he is President of SURETEC INSURANCE COMP^NY. the company described in and which execuled the above insl~ment: thal he knows Ihe seal of said Company: Ihat the seal a~xedl0said inst~menl is such co,orate seal; that it was so a~xed by order of Ihe Board of Direclo~ of said Company: and thai he signed his name Ihereto by like order. ~(~ m~--~- Donna U. Ibane~ Notary ~ic Nota~ Seal ~ ~'~ · My commission expires June I L ~0~ I. Michael P. Whisenant. Vice President and Assistant Secrelary of SURETEC INSURANCE COMPANY. do herr~y certify that above and foregoing is a true and con-ecl copy of a Power of AItorney. execuled by said Company. which is sli[lis full rorce and effect; and furthermore, thc resolutions of the Board of Direclors. set out in Ihe Power of Ait0ruey are in full force onde/Yect. In Witness Whereof. I have hereunlo set my hand and affixed the seal of said Company at Houston. Texas thi~2nd day of February .20 05 . A.D. Corporate Seal Michael P. Whisenant, Vice President, Assislant Secrclar! CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified.from award of the contract. Upon bid award, all insurance requirements shah become contractual obligations, which the successful bidder shah have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Yt,'ithout limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. ,4s soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A. Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, cla'nn 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. el* That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. · All policies shah be endorsed to read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERL4LLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED'; Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. · Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. Should any required insurance lapse during the contract term, requests for payments originat'mg after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: IX] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $ 1~000~000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. · Coverage B shall include personal injury. · Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404 ~ is used, it shall include at least: · Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500~000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: any auto, or · all owned, hired and non-owned autos. [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all fights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [] [] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under }his contract. Coverage shall be on an"occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [] [] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [1 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. ATTACHMENT1 Ix] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Do Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time fi:om the beginning of thc work on the project until the contractor%/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of Whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carders, 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 foodfoeverage vendors, office supply deliveries, and delivery of portable toilets. 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. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 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. The contractor shall obtain ~om each person providing services on a project, and provide to the governmental entity: Ho O) a certificate of coverage, prior to that person begi,ning 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 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. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 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. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: O) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and Jo Ca) a new certificate of coverage showing extension of coverage, prior to the end of the. coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) reta'm all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) (7) 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 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. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is represenfmg to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll mounts, and that all coverage agreements will be filed with the appropriate insurance carder 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. 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. · CITY OF DENTON THREE-YEAR CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION BID PROPOSAL To Denton Municipal Electric For Underground Electric Service Installation In Denton, Texas The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation. The undersigned has also carefully examined the form of the contract, Notice to Bidders, specifications and the construction units therein referred to, and agree to provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction. Denton Municipal Electric will provide all materials required for construction. The undersigned will do all the work called for in the contract and specifications in the manner prescribed herein and according to the requirements of Denton Municipal Electric as therein set forth. It is understood that the following quantities of work, to be done at unit prices, are only intended to serve as a guide in evaluating the bids, and that this bid will be awarded in its entirety to a single contractor. It is agreed that the quantities of work to be done, will be increased or diminished as may be considered necessary, in the opinion of Denton Municipal Electric. All quantities of work whether increased or decreased are. to be performed at the unit prices set forth below except as provided for in the specifications. This contract is not a guarantee of a minimum pumhase. The undersigned hereby proposes and agrees to perform all work of whatever nature required, .... 4n-etrict-a~e, erd~.e~itb~-and s peciflcations~forzthe .following. st! m or_u n it p rinP..% tn _ wit: For evaluation purposes the price for the annual contract for underground electric service installation will be the total evaluated cost from the Bid Proposal page 38. (Price in Words) ~- In submi~ing this bid, the vendor agrees that acceptance of any or all bid items by Denton Municipal Electdc within a reasonable period oftime constitutes a contract. The completed Bid Proposal must be properly priced, signed, and returned. The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affirms he has familiarized himself with the local conditions under which the work is to be performed; satisfied himself of the conditions of delivery, handling and storage of PAGE 32 OF BID # 3240 Bidder's Initials 'CITY OF DENTON THREE-YEAR CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION Item 03 Installation of a 45-foot fiberglass streetlight standard with arm and cobra fixture. Installation of a 45-foot fiberglass streetlight standard with arm and cobra fixture shall include: pole burial depth of 7 feet, installed straetlight poles shall be vertical and within two inches of the 7 foot burial, excavation for the pole shall be filled with high-density polyurethane foam, streetlight fixtures are to be installed on the arm, install the bulb, and test the light. The contractor shall auger drill all pole holes. Pole hole backfilling shall be accomplished by using 3 gallons of expanding high-density polyurethane foam after the pole has been checked for vertical straightness. The Contractor will be required to correct any deviation from the above raquiraments discovered within 180 days after installation. Items 04 and 05 Installation of single phase.and three phase fault indicators. item 06 Auger drill hole, use sonotube to set and pour cage (if required), set cage, install stub outs for the conduit prior to pouring concrete and set pole. Secure base and straighten the streetlight pole. On direct embedded streetlight poles connect conduits to pole, straighten and foam in the pole. Item 07 Contractors required to tag all conductors. Tagging must be approved by DME before job is accepted. DME will provide the tags. See appendix for information required by DME on all tags. Service Installation item S1 Service Installation. Run secondary or service conductors. Can be from either padmounted transformers or pedestals to customer's service entrance or between pedestals or junction boxes as required for services. PAGE 31 OF BID # 3240 Bidder's Initials 2804 lq Elm De~ton, Tx 76201 Phone: 940-382-3904 Facsimile: 940-387-7496 Email: barco-reaves~nsn,com Barco Consm~on, Inc. d/b/a Reaves Enterp6ses 11 JANUARY 2005 CITY OF DENTON PURCHASING SINCE S1 WAS NOT CLEAR IN THE DESCRIFIION AND THERE WAS NOT A DESCRIPTION FOR S2, S2a, S3, WE PROPOSE A PRICE OF $180.00 FOR A 60' 1VIIlqIMUlvl SERVICE AND $3.50 A FOOT OVER 60'. SINCERELY,.~ ORAN REAVES, JR CiTY OF DENTON THREE-YEAR CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION equipment and all other matters that may be incidental to the work, before submitting a bid. The undersigned agrees, if this bid 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 Specifications. The period for acceptance ofthis Bid Proposal will be ninety (90) calendar days or until award is made; whichever comes first. The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other Bidder, nor any employee of the City of Denton, and that the contents of this bid have not been communicated to any other bidder Or to any employee of the City of Denton prior to the official opening of this bid. Vendor hereby assigns to pumhaser 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 seq., and which arise under the antitrust laws of the State of Texas, Tex. Bus'. & Com. Code, Section 15.01, et seq. The undersigned affirms that they have read and do understand the specifications and any attachments contained in this bid package. NAME AND ADDRESS OF COMPANY: Tel. No. C~L~o- ~<~'~- qoq AUTHORIZ~I~ Signature Date Name ~'~ c'o,,c;, FaxNo. Email. COMPANY IS: Business included in a Corporate Income Tax Return? v/' YES NO ~/ Corporation organized & existing' under the laws of the State of Partnership consisting of __ Individual trading as ,/' Principal offices are in the city of PAGE 33 OF BID # 3240 CITY OF DENTON ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION Installation Units Descriptions and requirements for installation of units are given in the specifications section. Evaluated Item Description Unit Unit Cost Est. Qty. Cost Excavation and D1. Trench with Trencher 6" wide by 30" deep Ft .5o 70,0001 35.000. D2 TrenchwithTrencher6"wideby48"deep Ft I,~5 100,000 'offS.OeO. of D3 Trench with Trencher 6" wide by 60" deep Ft [. fid 5,000 D4 Trench with Backhoe 18" wide 48" deep Ft ~,00 178,000 D5 Trench with Backhoe 18" wide 60" deep Ft ~, 50 10,000 D6 Trench with Backhoe 18" wide 72" deep Ft 4,00 30,000 C[O~ooo.oo D7 Trench with Backhoe 18" wide 84" deep Ft ~/.00 1,000 4000.00 D8 Trench with Backhne 18" wide 96" deep Ft ~,Ob 1,000 5.000.00 D9 Trench with Bankhne 24" wide 48" deep Ft o~. f 0 1,000 ~ooo, CO D10 rrench with Backhoe 24" wide 60" deep Ft ~,~O 15,000 ~'/.~:O.Oo D11 Trench with Bankhoe 24" wide 72" deep Ft fi.Dr3 5,000 I ~ j oeO. cO D12 Trench with Backhoe 24" wide 84" deep Ft ~t. O0 5,000 ~ O. 0o0, OD D13 Trench with Backhoe 24" wide 96" deep Ft ~.OD 1;00O D14 Trench with Backhoe 36" wide 48" deep Ft g,O~} .1,0012 D15 Trench ~vith Backhoe 36" wide 60" deep Ft cq ,~50 1,000 c~. D16 Trench with Backhoe 36" wide 72" deep Ft 3.00 1,000 D17 Trench with Backhoe 36" wide 84" deep Ft /4.00 1,000 Dig Trench with Backhoe 36" wid~ 96" deep Ft /O, 0O 100 [. D19 Special trencher for trenching in rock, 6" width Ft o~,~ 2,000 D20 Rock Adder, Backhne 18" Width, Cn~ing & Jack 14emmet ]Et 3. fig 100 ~ DO. 023 D21 Rock Adder, Backhne 24" Width, Cntting & Jack Hammer Ft ~,00 100 D22 Rock Adder, Backhoe 36" Width, Cuing & Jack 14emmet Ft ~c~. Or3 100 D23 ~ock Adder, Backhoe 18" Width, Large Rock Quantity Ft ~. O L) 1,000 D24 Rock Adder, Backhoe 24" Width, Large Rock Quantity Ft ~.0f 500 D25 Rock Adder, Backhoe 36" Width, Large Rock Quantity Ft ~, O b 100 ~O9.0/3 D26 Hand DiEing 12" x 30" deep or less Ft ~/,~ 1,000' D27 Hand Dig~ng 12" x 31" - 48" deep Ft 6,~t) 500 D28 Concrete Backfill of Trench Excavated by Backhoe Cy , ~7~ 1,200 'c]Ot~. DO D29 Concrete B~ckfill of 6" Trench Cy · 75 2,000 D30 Mee. hanicalTampingofTrenchExcavatedbyBackhoe Ft /. fL) 2,000 D3~. 2" - 4" Thick Asphalt 8aw Cut LF ~q.D_L3 100 D32 1" - 6" Concrete Saw Cut LF 3. c]5 100 D33 8"+ Thick Concrete Saw Cut LF .~, ~_~ 100 D34 4"+Asphalt and/or Concrete Saw Cut LF ~/,~ 100 ~/O~.OO Page 34 of BID # 3240 CITY OF DENTON ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION Installation Units Descriptions and requirements for installation of units are giyen in the specifications section. Evaluated Item Description Unit Unit Cost Est. Qty. Cost Conduit Installation in 6" Wide Trench CT1 Conduit 1" PVC Ft ,30 3,000 CT2 Conduit 2" PVC Ft ,q~/ 112,000 CT3 Conduit2& I/2 "?VC Ft ,~5 2,000 CT4 Conduit3" PVC Ft ', [.0 100 CT5 Conduit 4" PVC Ft ,5S 21,000 Il. 550,o"o CT6 Conduit I" PVC 90 degree sweep Ea ~, o~ 200 CT7 Conduit 2" PVC 90 degree sweep Ea ~], OD- 900 CT8 Conduit2&l/2"PVC90degreesweep Ea AJ,OO 2,500 /o,'oOo.o"o CT9 Conduit Y' PVC 90 degree sweep ' Ea /'~,OP 1 CT10 Conduit 4" PVC 90 degree sweep Ea .~, Ol~ 250 CT11 Conduit 2" PVC 45 degree sweep Ea ~. O~ 200 CT12 Conduit2 & 1/2 "PVC 45 degree sweep Ea ~,Op 200 CT 13 Conduit 3" PVC 45 degree sweep Ea /~, 0 D 1 CT14 Conduit 4" P¥C 45 degree sweep Ea ~, Or) 65 CT15 Conduit 4" PVC 22 & 1/2 degree sweep Ea 5, 0 b 80 ~, 3o Multiple Conduit Installations in 18" to 36" Trench CB1 Cond~itl"PVC · Ft .-;313 1,000 CB2 Additional 1" PVC Conduit in Trench Ft , gib 100 CB3 Conduit 2" P¥C Ft , ~ q$ 15,000 CB4 Additional 2" PVC Conduit in Trench Ft ,q~ 2,000 CB5 Conduit 2 & 1/2 "P¥C Ft ,rio 1,000 , CB6 Additional 2 & 1/2" PVC Conduit in Trench Ft ,50 1,000 -GBq- Conduit3" ?VC Ft , ~D 100 CB8 Additional 3" PVC Conduit in Trench Ft , SD 100 CB9 Conduit 4" PVC Ft ,fi% 20,000 CB10 Additional 4" PVC Conduit in Trench Ft , $~ 20,000 CBll Conduit 6"P¥C Ft /. /o CB12 Additional 6" PVC Conduit in Trench Ft /,lo 12,000 Bank of two 6", two 4", two 2", and two 1" installed in conduit CB13 spacers Ft ~,oO 2,000 Bank of three 6", three/~', three 2", and two 1" installed in CB14 conduit spacers Ft b, 5-O ' 1,000 CBI5 Conduit 1" PVC 90 degree sweep Ea 4. t~O 10 CB16 Conduit 2" PVC 90 degree sweep Ea .. z~,.OD 45 CB17 Conduit 2 & 1/2 ".PVC 90 degree sweep Ea ., ,4, o D 5 CB18 Conduit 3" PVC 90 degree sweep Ea 4,313 1 CBI9 Conduit 4" PVC 90 degree sweep Ea ~ ,DO 125 CB20 Conduit 6" PVC 90 degree sweep Ea , '~O~3 50 Page 35 of BID# 3240 CITY OF DENTON ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION Installation Units Descriptions and requirements for installation of units are given in the specifications section. I Evaluated Item I Description Unit Unit Cost Est, QB'. Cost Multiple Conduit Installations in 18" to 36" Trench (Continued) CB21 Conduit 2" PVC 45 degree sweep Ea CB22 Conduit 2 & 1/2 "PVC 45 degree sweep Ea '~, o O 5 cqb./30 CB23 Conduit 3" PVC 45 degree sweep Ea CB24 Conduit 4" PVC 45 degree sweep Ea ~, ot~ 200 /~ o~O. Om CB25 Conduit 6" PVC 45 degree sweep Ea '7, CB26 Conduit 4" PVC 22 & 1/2 degree sweep Ea CB27 Cnndn-it 6" PVC 22 & 1/2-degree sweep Ea ,r Inst~ll~iion CI1 Cable, Cu UF SOL, 12/2 awg SecoCdarY Ft .2t5 10,000 CI2 Cable, A1 #6 Duplex Ft ,50 80,000 CD Cable, A14/0 4/0 2/0 Secondary Ft ,50 90,000 CI4 Cable, 350, 350, 4/0 Secondary Ft . ~6 10,0012 CI5 Cable,#2A1 15 kV Single Phase Pull Ft ,51~ 70,000 CI6 Cable, #4/0 A1 15 kV Single Phase Pull Ft , [,t~ 9,000 CI7 ~2able,#2 A1 15 kV Three Phase Pull Ft /, oo 1,000 CI8 Cable, # 4/0 Al 15 kV Three Phase Pull Ft /,~0 7,000 CI9 Cable, 250 MCM Cu 15 kV Three Phase pull Ft ~,oo 100 CI10 Cable, 500MCMCul5kVThreePhasePull Ft ~ ~.50 2,000 Clll Cable, 750 MCM Cu 15.kV Three Phase Pull Ft '-~, o O 1,000 CI12 Cable, 8 Triplex Cu Ft , gl) 2,00C Termin~ons T1 Elbow;.L-oadbreak #2-AL 2~0 mi~ t~.tc¥ T2 Elbow, Loadbreak #4/0 AL 220 mil 15 kV Ea T3 Elbow, TNonloadbreak250MCMor4/0 15kV Ea 50.00 3 T4 Elbow, T Nonloadbreak 500 MCM 15 kV Ea TS Elbow, Tlqonlo~tthre~k 750 MGM 15 kV Ea T6 TermlnationRack / Utility Pole single phase # 2 Ea T7 Termination Rack / Utility Polu vee phase # 2 Ea ~q'] ~, or3 4 T8 Termination Rack / Utility Pole 3 phase # 2 Ea T9 T~rm~nation Rack / Utility Pole ~ingle phase #4/0 Ea T10 T~.,,,;,,atinu Rack on a Utility Pole vee phased~ 4/0 Ea Tll Term n~tlnn Rack on aUtil/ty Pole 3 phase # 4/0 Ea T12 Termqnat~nn Rack on aUtility Pole 3 phase 250MCM Ea T13 Termi~ationKackonaUtilityPole3phaseS00MCM Ea g/t:~3,00 ' 1 T14 termination Rack on a Utility Pole 3 phase 750MCM Ea T15 600 - 200 AMP Plug Adapter Ea · TI 6Insulated Plugs/Deadead Plugs Ea Page 36 of BID # 3240 CITY OF DENTON ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION 'Installation Units Item Descriptions and requirements for installation of units are given in the specifications section. Unit Est. Qty. Evaluated Description Unit Cost Cost" A1 IArrester Elbow, 10 kV A2 IArrester, Bushing 10 kV A3 /Arrest~, Parking Stand 10 kV Ea 5,00 Ea Manholes and Vaults V1 2 Way Manhole 12' X 12' X 9' with 5' of Cover Ea V2 ~4 Way ~ole 12' X 12' X 9' wi~ 5' of Cover Ea V3 3 Way M~nh~le 12' X 10' X 9' wi~ 5' of Cover Ea V4 Additional foot of cover for 4 Way or 3 Way m 10' Ft V5 Pol~ Concrete Vault 4'W X 4'D x 8~ S~aee Mo~t Ea V6 Pol~erCon~eteVault4~X4~x6'LS~aeeMo~t Ea . ~.~ 2 V7 Pol~er Concrete Vault 4'W X 4'D x 5~ Surface Mo~t Ea ~ga.oz 2 V8 Pol~ Concrete Vanlt 4'W X 4'D x 4~ S~ace Mo~t Ea V9 Pol~er Conere~ Box 13"W X 18"D x 24"L S~a~ Mount Ea V10 Pol~er Concrete Box 12"W X 12"D x 12"L S~aee Mo~t Ea V11 Fiberglas Sleeve, Pti. Colorlon Cab~et 1 PMse Ea /~. v~ 1 /DO.OD V12 Fiberglas Sleeve, Pti. Colorlon Cab~et 3 Ph~e Ea V13 Excavation m A~ess side of a M~ole Ea V14. Excavation to.Ae~ss side of a Vault Ea 75,0 V15 6" Conduit En~ ~to Manhole V16 4" Condor En~ ~to Manhole V17 2 1~" Conduit En~ ~ole Ea V18 2" Conduit En~ ~to ~ole Ea V19 4"Coaduit-En~-~m ~a~t V20 4" Condor En~ hto VaSt Ea ~0,00 6 V21 2 1/2" Conduit En~ ~to Vault Ea ~.0B 6 //~O'. ~g V22 2" Conduit En~ ~to Vault Ea V23 Co.rote Bloc~g of Conduits en~r~g a M~ole CY , Foundations P1 Transfomer Pad 48" X 54" Fibercrete P2 Switch Gear Pad 7 x 7' x 3' 250 ~qM,'/5o.eo { iiI Equipment E1 Secondary Connection Pedestal Ea :~E~. oO 450 ~oq. 5/30.0 0 E2 Single Phase Transformer onPad Ea /&5,0C~ 250 31~o~,_fiO. 08 E3 Thxee Phase Transformer on Pad Ea / ~ D. r)O 4 /~Ot3.13 O E4 Switch Gear on Pad -(PlvlE Gear) Ea / 5 O. o O 11 /j h 50. O O E5 Primary 1 Phase 8ectionalizing Pedestal on Sleeve Ea. /~. 0/1 1 ']o~ 5,/~ ~ Page 37 of BID # 3240 CITY OF DENTON ANNUAL CONTRACT FOR UNDERGROUND ELECTRIC SERVICE INSTALLATION Installation Units Item Descriptions and requirements for installation of units are given in the specifications section. Unit Evaluated Description Unit Cost Est. Qty~ Cost. Equipment (Continued) E6 Primary 3 Phase Sectionalizing Pedestal on Sleeve E7 Fused Cabinet E8 Fused Cabinet 81eeve Ea /OO.0o 166. Idb. o Fiber Other O1 20 Ft Concrete Pole and Street Light, 976pounds Ea c~/3. t3D 300 76;~Otl, 02 35 Ft Concrete Pole and Street Light 1,750 pounds Ea 0-7~ .t3'/) 12 03 145 Ft Fiberglass ?ole and Street Light Ea /oq~, t)-~ 6 04 Place Fault Indicator Single Phase Ea ~. ti D 25 /o~, 05 Place Fault Indicator Three Phase Ea :~,/~D 2 Streetlight l~oles with either bases or anchor cages on 20Il 06 streetlights Ea ~t30. t)~ Multiple Duct Bank Tagging of Conductom in Multiple Duct ' Banks (individual conduits and cables shall be included in 07 base bid) ES ~,iBO 500 Service Installation S1 One 1" PVC Conduit and One 2-1/2" PVC Conduit Ft .q,OO 70,000 Install 2.5" conduit with underground secondary conductors. sc_ '-3, so S0,000 /SO. aoo.o S2a Add~'onal price per foot for lengths greater than 60' Ft ~),~b 10,000 35,000.00 S3 Trip charge for additional trips after initial trip Trip' .SD,O~ ~ ~.00 Total Evaluated Cost II & 6o~ o It4.5 o Number of Licensed Utility/Class A Journeyman available to DME Number of Crews Available to DME at one time Provide the following as attachments to this proposal: 1. List of owned equipment and number of full-time personnel employed 2. U.S. Department of Labor OSHA 30~0 Logs 3. Completed safety record questionnaire ' 4. Detailed ~afety program description and manual 5. Three references 6. Copy ofjoumeymau certification(s) 7. Completed signature page (pages 32-33 ) 8. Cashier's check, certified check or acceptable bid bond in an amount not less than 5% of the total bid submitted or $15,000, whichever is less. Page 38 of BID # 3240 ACORQ. CERTIFICATE OF LIABILITY INSURANCE PRODUCER Eisenmann Risk Placements, Inc. 14160 Dallas Parkway, Suite 500 Dallas, TX 75254 (972) 764-0965 Fax: (972) 404-4450 / '~c~DcoNSTRUCTION/ 2804 N. ELM DENTON, TX 76201 (940) 381-0772 Fax: (940) 387-7496 THIS CERTIFICATE IS ISSUED AS A MATFER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUClES BELOW. INSURERS AFFORDING COVERAGE iNSURER B: iNSURER C: iNSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOlWlTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAJN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICYEFFECTIVE ~OLICY XPIRATIOfl LTR TYPE OF INSURANCE POLICY NUMBER I DATE [MM~D/YYt DAT~ (~M~PD/Y¥) LIMITS I CLAIMS MAD~ L~ OCCUR MED EXP (AHy ore __-- COCUR r-~ CLAIMS MADE AOGRE*^~ $ WORKERSOOMPENSATIONAND[,/ WC020006'~ 6/20/2004 6/20/2005,~' ~1WCST^~J.~ IO~H- $ A E.L EACH ACCIDENT $ 1008000 E.L DISEASE - EA EMPLOYEE $ ~000000 E.L DISEASE - FOLICY L~MIT $ 1008000 CERTIFICATE HOLDER I I ~DITION/U. INSU~D; ~NSU.E. L~rTE~ CANCELLATION CITY OF DENTON / 901 B. Texas St. Attn: Tom Shaw DENTON, TX 76209 ACORD 25,-S (7/97) © ACORD CORPORATION 1988 03/10/200§ 15:42 972517869§ old}lam & Associates, Inc. 201~1-W. Spring Creek Pkwy. %750 Plano, Tx 75023 972-S17-9454 Barco Conseruction, In'~ ~a Reaves Ente~rises 2804 N. ~ Denton, ~940-387-7496 DOVE.GEE OLDHAM AND ASSOCIATE PAGE 01/01 DA'~E(MMfDO/YYYY) CERTIFICATE OF LIABILITY INSURANCE 3/ o/2oos THIS CERTIFICATE ~S ISSU~:I~ 'AS A MATTE[R OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EX"T~ND OR ALTER THE COVERAGE AFFORDED BY THE., POL!~]ES BELOW, INSURERS AFFORDING COVEI~b~GE INSURER^: Mt. Hawley Ins. Company INEORe~ e: N&~ionwide Mut_ Fire Ina. Co. INSURER Et NAIGI~ THE POLICIES OF INS URANOE'I.ISTEO BELOW HAVE BEEN 18~J'ED TO THE INSURED NAMED ABOVE ~DR THE POLICY PERIOD INDICATED, NOTWITHSTANDtNG 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 ByTHE POLICIES DESCRIBED HEREIN lB SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS, LTR YSRD T~E OF IN~. ~[o~l~q'C~, POLICY NUMBER O^TEiMMI~D~t~ D~,T.E,(MM~O D/YY) [.IMITS e__~ERAL LIASII. ffF¥ -- BACH OCCURR~;I~C~ $ I r 000 ! 000 Z COMMIA~CIALGENERALLIA~ILITY /' PRE~iBEB(Ee~c~Jrefl~el $ ~0~,000 ~.,~e ~,.v.- (~y e.o,. ,~.. I$ EXCLUDE __ ~,=~- ~,~ ~ 2 ~ 000 ,,00.,,0,' es~,~,. ^~e~C~T~ u/art ^~.eues PeR: .RODUCTS- CO?lOP A¢¢ s I r 0 0 0 r 0 0 0 -- ALL OWNED AUTOS 9DOILY it, UURY $ B X HIREDAUTOS/''- 91BA549580-3001/ 03/03/05 03/03/06' 80DILYINJURY ~ NON-OWNEO AUTO~ OARAGE UABILF~Y AUTO ON[.y - F.A AC .CI~L~T $ ~xc~s~J~a~u.A LaalUTY ~,¢H O.C. ?UR~',Er~CS S $ ~ 000 t 000 x--] occur J~J o~,~^o~ ~.~ $ $,000,000 r-~l'O 28007 ll/26/04 1~/26/05 wOr~RSCOMPe,~T,O.^NO I TOr~UMrrS J City of Denton, I~'s of£4c~als, a~ents, employees and volunteers are listed as ~iona! t~.v/General liability coverage is primary and a 30 day notice of canoellation,~//e~eCept 10 clays for non~oayment has been Granted to the City oB Denton. CER~FICATEHOLDER 901-B Texas Street Denton, Texas 76209 At,n; Karen Smith iFa]c: 940-349-7302 CANCELLATION