Loading...
2002-152oRDrNANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE SPENCER/WOODROW 138KV TRANSMISSION LINE UPGRADE; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (BID 2838-SPENCER/WOODROW 138 KV TRANSMISSION LiNE UPGRADE AWARDED TO ERNEST P. BREAUX, INC. IN THE AMOUNT OF $475,648.20). WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid 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 works or improvements, as described in the "Bid Invitations", "Bid 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 bids: BD NUMBER CONTRACTOR AMOUNT 2838 Ernest P. Breaux, Inc. $475,648.20 SECTION 2. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION 3. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION 4. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the ~'~/~-Say of ~ ,2002 EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL F. ORM: HERBE~UT~ ATTORNEY 3-ORD- Bid 2838 Speficer' W CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into t~is 21 day of May A.D., 2002, 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, thereinafter termed "OWNER," and Ernest P. Breanx Electrical . lnc, PO Box 11640 New lberia_ I.A 70560-1640 of the City of New lberia , County of lberia and State of l.oui~ianna "CONTRACTOR." , hereinafter termed WlTNESSETH: 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 2838- Spencer-Woodrow 138kV Transmission Upgrade in the amount of $475,648.20 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 attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in CA - 1 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City. staff of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and 'Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claima and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day fncst above written. ATTEST: (SEAL) ERNEST P. BREAUX ELECTRICAL, INC. CONTRACTOR 2812 BROKEN ARROW ROAD NEW IBERIA, LA 70560 APPROVED AS TO FORM TY ATTOI~FE~z CA - 3 P.O. BOX 11640 NEW IBERIA, LA 70562-1640 MAILING ADDRESS 337-364-8183 PHONE NUMBER 337-364-8231 FAX N]JMBF~R BY: TITLE PRINTED NAME (SEAL) PERFORMANCE BOND Bond No. 81889142 STATE OF TEXAS COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Ernest P. Breaux Electrical, Inc. whose address is PO Box 11640 New lberia, LA 70560-1640 hereinafter called Principal, and ¥~deral Insurance Company , a corporation organized and existing under the laws of the State of Indiana , 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 Four Hundred Seventy. Five Thousand Six l-lundred Forty. Eight and 20/100 DOLLARS ($_4_Z5..~5_41~) 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, fmnly 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 2002- 152 , with the City of Denton, the Owner, dated the ~!Lst day of May A.D, 2002 : a copy of which is hereto attached and made a part hereof, for Bid 2~138- Spencer-Woodrow 138kV Transmission Upgrade 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 fuli force and effect. PB - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 21st day of May 2002 ATTEST: PRINCIPAL ATTEST: SURETY Misty Wright Federal Insurance Company ATTORN~Y:I~iF~CT Amy Sustaire The ResidentAgent of the Surety inDenton County, Texas for delivery of noficeand service ofthe process is: NAME: Daniel Johnson STREET ADDRESS: 2001 Bryan Street #3400, Dallas, TX 75201 (NOTE: Date of Performance Bond must be date of Contract. corporation, give a person's name.) PB - 2 If Resident Agent is not a PAYMENT BOND Bond No. 81889142 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Ernest P. Breaux Electrical, Inc. whose address is PO Box 11640 New Iberia, LA 70560-1640 hereafter called Principal, and Federal Insurance Company ., a corporation organized and existing under the laws of the State of Indiana ., 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, frans, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of Four Hundred Seventy. Five Thousand Six Hundred ForV Eight and 20/100 DOLLARS ($~) 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 2002- 152 , with the City of Denton, the Owner, dated the 21st day of __Mag A.D. 2002 , a copy of which is hereto attached and made a part hereof, for Bid 2838- Spencer-Woodrow 138kV Transmis~qion Upgrade NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, fu'ms, 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 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 __ which shall be deemed an original, this the 21st day of May copies, each one of 2002 ATTEST: PRINCIPAL BY: SECRE/FARY BY: ~¢ ~'~'~ fErn~st P. ~eaut Electrical, Inc. PRESIDENII. J / ATTEST: SURETY Mfsky ~g~ighl ~A Federal Insurance Company ATTORNEY-IN-FACT Amy Sustaire The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: Daniel Johnson STREET ADDRESS: 2001 Bryan Street #3400, Dallas, TX 75201 (NOTE.. Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB - 4 f Chubb POWER Federal Insurance Company Attn.: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road ATrORNEY Pacific Indemnity Company Warren, NJ 07059 Know NIbyThesePresems, ThatFEDERALINSURANCE COMPANY, anlndla~corpel'atkn, V~lLANTINSURANCE COMPANY, a New YoA corpamtion, and PACIF~INDEMNITYCOMPANY, a Wisconsin ~rpomtion, dosachhembyconst~uteandappoint Marc W. Boots, Joy Hajovsky, Morris D. Plagens, Jr., Amy Sustaire, James R. Donnelly, Jr. and Beverly A. Ireland of Houston, Texas .................................... ~ ........ each as their true and lawful Attorney-in-Fact to execute under such designafion in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereonbr other~se, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the coume of business, and any instruments amending or attedng the same, and consents to the modification or aitemtion of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and affested these presenls and affixed their corporate seals on this 3rd dayof Hay, 2002 kenneth C. Wendel, Assistant Secretary ! STATE OF NEVV JERSEY ]. SS. County of Somerset Onthis 3rd dayof May, 2002 , berne me, a Notary Public of New Jersey, personalJy came Kenneth C. Wendel, to me known to be Assisutnl Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANy, the companies which executed the foregoing Power of Attorney, and Ihe said Kenneth C. Wendel being by me dun sworn, did depose and say thai he is Assisutnl Secretary off FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seats thereof, lhut Ihe seals affixed Io the Ioregoing Power of Altorney are such corporale seals and we,'e Iherelo alflxed by authority oi the By-Laws of said Companies; and Ihat he signed sai,d pgwer of Anomey as Assistant Secretary el said Companies by like authority; and thai he is acquainted wilh Frank E. Robenson4 and knows him Io be Vice ~,', ,~j'~of~id Companies; and that the signature of Frank E. Robedson, subscribed to said Power of Atlomey is in the genuine haedwfigng el Frank E. I~.~.si~!~ .a~.o/ ~-i~to subscribed by author/ly of said By-Laws and i. depanenlis presence. .'-.".-' '--. e % - ;'~',' -~ARY ; % Nela~PuUlc, Smmo~Nm~je~y "'-'f"~.,,..,.,,,,..,V'/~// ,j~% pUBL-\ .'~,~ Oemmt~k~Exl~reoFeb. 8,2~LgRTiFiCATiON / / "~E~,r~4[o.m th.p. lil~L~U~j~-of FEDERAL INSURANCE COMPANY VIGILANT INSURANCE COMPANY and PACIFIC INDEMNITY COMPANY: ~'~A'~I/:~we~l o~'%~ttbmey..~ for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Cft~atmles.er~ffie President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, pdntod or ]ithogmphed. The signature of each of the following officers: Chairman, president, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeysqn~Fact for purposes only of executing and attesting bonds end undertakings and 'other writings obligatory in the nature thereof, and any such power of attomey o,~ certir]cate besdng such facsimile signature or facsimile seal shah be valid and binding upon the Company and any such power so executed and car/ified by such facsimile signature'and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, ViGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify thai (0 the foregoing extract of the By-Laws of the Companies is true and correct, (ti) the Companies are duly licensed and autflodzed Io b'ansa~ sureb/b,,Jsines~ kl all 50 of the United Stales of America and ttte District of C~umbia and am autndtized by the U. S. T,,~,,,y Department; runt's, Fede~l and Vigilant are licensed in Puerto Rico and ~ U. S. Virgin Islands, and Federal is licensed in Amedcan Samoa, Guam, and each of the Pi'ovthces of Canada ~ Prince Edward Island; and (iii') the foregoing power of Attorney is true correct and in full force and effect. Given under rny hand and seals of said Companies at Warren, NJ this 21st eec dayof May, 2002 Kenneth C. Wen~e[/-~ssistant Secretary l in THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MA'I-rER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (90~) 903-3485 Fax (908) 903-3656 e-mail: suretyi~chubb.com CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates 'of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however,.~Contractors are strongly _ advised to make such requests. prior t.o bid opening, since the insurance requ~ments rrLay not , b~ed or__rwaived after bid opening un_~e, ssa 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 thee 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, claim administration and defense expenses. · Liability policies shall be endorsed to provide the following: Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. All policies shall be endorsed to READ: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERLILLY 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 form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: [X ] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000:000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. · Coverage B shah 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. IX] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than 5500:000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: · any auto, or · all owned, hired and non-owned autos. [X ] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment i in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [] [] [] [1 [] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis, 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. Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. ATTACHMENT 1 [ x] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage Ccertificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be fried 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. 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. BID PROPOSAI To: City of Denton, Texas Purchasing Department 901~B Texas Street Denton, Texas For Bid Number: 2838 Project Title: Spencer - Woodrow138kV Transmission Upgrade From: Company Name: Mailing Address: City, State, Zip: Telephone: Fax: ERNEST P. BKEAUX ELECTRICAL, INC. P.O. BOX 11640 NEW IBERIA, LA 70560-1640 337-364-8183 337-364-8231 We offer the bid stated on the following pages for construction of the above referenced project, to be done in accordance with the plans and specification, on the Spencer Utility Site, Denton, Texas. In submittingthe attached bids, ERNEST P. BREAUX ELECTRICAL, INC. (company name) agrees that acceptance of any or all items by the City of Denton, Texas within 60 days constitutes a contrafit. The complete bid proposal must be properly priced, signed, and returned. Bidder: Signature: Titie: WAYNE F. GUILLOT VICE-PRESIDENT Date: APRIL 24, 2002 Page 1 of 9 CITY OF DENTON BID PROPOSAL FOR WOODROW 138kV TRANSMISSION LINE BID NUMBER: 2838 COMPANY NAME: ER_NEST P. BREAUX ELECTRICAL, INC. POLE UNITS A pole unit cort~ists of one pole in place. It does not include pole-top assembly unit or other parts attached to the pole. QUAN. UNIT PRICE EXTENDED UNIT UNITS INSTALLATION COST Pole, Steel, 70', TUS-SA (#1) l 5 ) 125 · 00 5 ~ 125 · 00 Pole, Steel, 85', TUS-$AA (#2) I 5,430.00 5,430.00 Pole, Steel, 85', TUS-SAB (#3) I 6,330 · 00 6 ~ 330.00 Pole, Steel, 95'. TUS-SWT (#4) 1 7,220.00 7 ~ 220.00 Pole, Steel, 85', TUS-SB (#5) I 5,875 · 00 5 ~ 875 · 00 Pole, Steel, 90', TUS-5C (#6) 1 10,650.00 10 ~ 650.00 Pole. Steel. 80', TP-138-7 I 5,665 · 00 5 ~ 665 · 00 Pole, Steel, 80', TP-138-8 I 3,250.00 3,250 · 00 Pole, Steel, SS', TP-138-9 I 6,085 · 00 6 ) 085 · 00 Pole, Steel, 805 TP-138-10 I 3 · 310 · 00 3,310.00 Pole, Steel, BY, TUS-SD (#l l) I 10 · 695.00 10,695.00 Pole, Steel, 50', M37 (~s 12 & 13) 2 3 · 165 · 00 6,330 · 00 Pole, Steel, 80', TUS-SAC (#Sl) I 4 · 530. O0 4,530.00 Pole, Steel, 110', TUS-NSWT (#S2) 1 11,385.00 11,385~-00 TOTAL 91,880.00 City of Denton Page 2 of 9 415/02 CITY OF DENTON BID PROPOSAL FOR WOODROW 138kV TRANS~IISSION LINE BID NUMBER: 2838 COMPANYNAME: ERNEST P. BREAUX ELECTRICAL, _INC. POISE TOPS UNITS A pole-top assembly unit consists oft.he hardware, crossarms and their appurtenance, insulators, etc., required to suppor~ the conductors and OHGW. QUAN. UNIT PRICE EXTENDED UNIT UNITS I]WSTALLATION COST rUS-SA I 2,260.00 2,260.00 YOS-SAA · ! 2,860.00 2~860.00 rUS-SAB 1 2,860,00 2,860.00 rUS-SWT I 6,710.00 6~710.00 i..rUs'SB ~ 3. 670.00 3. 670.00 TUS-SC ! 3,540.00 q. 540.130 TP-138-7 I 3 ~ 085.00 3,085. O0 T~-13S-S 1 4,280.00 4,280.00 TP-138~9 I 3 ~ 085.00 3 ~ 085.00 TPq38-10 I 2,080. 007 2,080.00 TUS-SD I 5 ~ 590.00 5 ~ 590.00 M37 2 5.510.00 11.020.00 TUS-SAC I 3,100.00 3: 100.00 TU$-NSWT I 12,010.00 12.010.00 TOTAL 66~ 150.00 City of Denton Page 3 of 9 4/5/02 CITY OF DENTON BID PROPOSAL FOR WOODROW 138kV TRANSMISSION LINE BID NUMBER: ' 2838 CO1VIPANYNAME: ERNEST 'P. BREAUX ELECTRICAL, INC. CONDUCTOR UNITS A conductor assembly unit consists of 1,000 ft of a single conductor or OHGW, and includes all required tie wire, splices and armor rods where necessa~. The length of conductor or OHGW shall be determined by taking the sum of all straight horizontal span distances between centerline of the poles, The conductor sizes and types are listed by the Conductor "Code Name", where applicable. QUAN. UNIT PRICE EXTENDED UNIT UNITS ENSTALLATION COST Cond., 1590.0 MCM, 61/0 AAC, Coranpsis 9.725 1,995.00 19,401.3 8 Cond., 795.0 MCM, 37/0 AAC, Arbutus 11.357 1,380.00 15.672.66 OHGW, 3/8" EHS 4.876 460.00 2 ~ 242.96 Fiber optic cable, .718" dia ADSS 1.591 1,535.00 2,442.19 Cond., 1033.5 MCM, 61/0 AAC, Larkspur 1.612 1 ~ 765.00 2,845 · 18 Cond., 556.5 MCM, 37/0 AAC, Mistletoe 1.74 1 ~ 150~00 2,001.00 Wire, 2/0 copper, Stranded, Sof~ drawn, Bare 0.175 460.00 80.50 W~, 4/O copper, Stranded, Soft drawn, Bare 0.08 615.00 49.20 TOTAL 44. 735.06 The Bidder shall complete the following information and submit with bis Bid Tabulation: BULL W/zEEEL INFORMATION Digmeter Bull Wheel Dimneter Groove Thickness of Neoprene at Bottom of Groove STRINGING SHEAVE INFORMATION Diameter Tangent Sheave Diameter Groove Thickness of Nenprene at Bottom of Groove Diameter Large Angle Sheave Diameter Groove Thickness of Neoprene at Bottom of Groove **RENTAL UNIT inches WILL PROVIDE IF inches AWARDED PROJECT inches **RENTAL UNIT inches WILL PROVIDE IF inches AWARDED PROJECT inches inches inches inches City of Denton Page 4 of 9 4/5/02 CITY OF DENTON BID PROPOSAL FOR ~vVOODROW 138kV TRANSMISSION LINE BID NUMBER: 2838 CONIPANYNAM]E: ERNEST P. BREAUX ELECTRICAL, INC. FOUNDATION ASSEMBLY UNITS A foundation assembly unit consists of all concrete, fie wire, rebar and anchor bolts to construct the foundations. QUAN. UNIT PRICE EXTENDED UNIT UNITS INSTALLATION COST ~DN-TUS-SA i 15 ;350.00 15,350.00-- FDN-TUS-5AA ! 12, ~35.00 12 ~ 535.00 FDN-TUS-5AB I 15 ~ 110.00 15.110.00 FDN-TUS-SWT I 15,350 · 00 15 ~ 350 · 00 FDN-TUS-SB 1 12,535.00 12,535.00 FDN~TUS-SC I 30,535.00 30. 535, O0 FDN-TP-135-7 I 13,155.00 13,155.00 FDN-TP-138-8 1 6,740.00 6. 740.00 FDN-TP-138-9 1 15,350.00 15,350.00 FDN-TP-t38-10 I 6 ~ 740.00 6.74.0.00 FDN-TUS-5D I 37. 000.00 37,000.00 tM-101 (M37) 2 2,000.00 4,000. O0 FDN-TUS-SAC 1 10,750.00 10,750.00 FDN-TUS-NSWT I 30,535~00 30,535.00 TOTAL 225 t 685.00 City of Demon Page 5 of 9 ¢/5/O2 CITY OF DENTON BID PROPOSAL FOR WOODROW 138kY TRANSMISSION LINE BID NUMBER: 2838 COMPANY NAME: ERNEST P. BKEAUX ELECTRICAL, INC. MISCELLANEOUS ASSEMBLY UNITS A miscellaneous assembly unit consists of an additional unit needed in th~ project for new line consnmction but not othm'wise listed in the proposal. This section includes grounding a~semblies consisting &the conductor, ground rod, grounding plate, connector~ and clamps ~ shown on the respective drawings for the various types. It also inalud~ fuse cutouts, reclosers, sectionalizers, switches, capacitors, regulators, metering and other assembly units. QUAN. UNIT PRICE EXTENDED UNIT UNITS INSTALLATION COST T~-2AD 3 270.00 810.00 TM-2BD 3 260.00 780.00 TM-2CD 3 230.00 690.00 TM-4~ 6 165. O0 990.00 Stsucmre 17921 ** 1 3,07 O, 00 3,070.00 Structure 17922 ** I 2,760.00 2,760.00 TOTAL 9,100.00 ** This assembly unit price include~ all of the labor and material required to convert the existing stracvare to the proper configuration .City of Denton Page 6 of 9 415/02 CITY OF DENTON BID PROPOSAL FOR WOODROW 138kY TRANSMISSION LINE BID NUMBER: 2838 COMPANY NAME: ERNEST P. BREAUX ELECTRICAL, INC. REMOVAL ASSEMBLY UNITS Removal assembly units cover the funfishing of all labor, eqnipment~ and material for the removal of existing units of construction from existing 1/nes, disassembling nito matofial items, and all hbor and transpor/ation for the retoming of all matra/als to the warehouse of the Owner, or disposing of all ma~rlals in an orderly manner or/aauspoifing elsewhere to the site of the project for reuse in the prosecution of this Contract as approved by the Owner. The removal units ava specified by the prefix ] and followed by the assembly unit designation of existing asse~nbly units to be removed. T~e following special notes apply to specific removal units: a. Poles. All poles of the same height, regardles~ of pole cless, are des/gnated by the stone unit. The Contractor is not required under this unit to remove fi-om the pole any ground wire or pole numbering attached to the pole. This unit includes the refilling and mmpthg of holes in a workmanlike manner unless they arc reused. b. Pole-Top Assemblies. The unit ofreraoval of pole-top assemblies includes, in addition to the removal of the assembly itself, any necessary haudlthg, resaggiug, and retying of conductors th those cases where existing pole-top assembly will b~ removed and replaced by a new pole-top assembly and where any existing conductor is to be reused. The unit of removal of pole-top assembbe~ includes any holding or handling of mainline or tap conductors at tap linea, angles, and dead,ntis wbe~ such is nivolved, and r~nstalling of such conductor in acenrdance with the specifications. c. Conduttor. The conductor removal unit covers the removal of conductor or cable and reeling d. Guys. All guys regardless of length, V~pe of aliachment, or size of guy strand are specified by the same unit. f. Transformers. The unit for removal of transformer assembly units is divided into two sections, (1) Conventional Transformer Assembly, and (2) Self-Protected Transformer Assembly. "Serf-Protected" refers to transformers where all protective equ/pment is mounted on or wflhin the ~xansformer. "Conwntional" refers ~o tran~formcxs wh~re the protective equipment is mounted separately from the to~mformer. g. Secondary Units. The unit for removal of aeconda~ assemblies includes in addition to the removal ofthe assembly itself, aH necessary handling such as uniying, resagging, and retying of secondary conductor or cables where existing secondmy conductor or cable is to be reused. In ad(~m, the unit for removal of seconda~ assembly includes the handling or holding of any conductor at tap line~ where such is involved, and the reinstalling of such tap conductor th accordance with the specifications. h. Service Unit. The unit for removal of service assemblies includes, in addition to the removal of the assembly itself, all necessary handling such es untying resagglng, and retying of service conductor or cable where existing s~vice conductor or cable is reused. i. TM-CUT. The unit for cutting off the top of a pole to one foot (1 ~ above the dis~bufion. j. TM-FOMOVE. The unit for removing the existing F~er Optic linc from an existing pole and re-attachthg it to the new pole. City of Denton Page 7 of 9 ~-/5/02 CITY OF DENTON BID PROPOSAL FOR WOODROW 138kV TRANSMISSION LINE BID NUMBER: 2838 COMPANY NAME: ERNEST P. BREAUX ELECTRICAL, INC. REMOVAL ASSEMBLY UNITS (Continued) QUAN. UNIT PR/CE EXTENDED UNIT UNITS INSTALLATION COST 175 6 385.00 ~. q] {~. (]f~ I TP-69G 9 385.00 3,465.00 I TS-5 3 920.00 2 ~ 760.00 1C2-1 7 195.00 1~365.00 ] c7 2 460.00 920.0O IC7A 5 385.00 1,925.00 ITo-] (Ouy) 2a 155.00 4.340.00 I TA-I (Anchor) 12 S0.00 ~ 60.00 I GI06~I0 I 310~00~ 310.00 I MS-lO I 115.00 115.00 IK14 ] 40. O0 40. O0 tM-CUT 6 155.00 930.00 rM-FOMOVE 7 155.00 I. 085.00 [ Arbutus (795) 8.561 1 ~ 075 · 00 9 · 203,08 I Hawk (477) 8.134 845.00 6 ~ 873.23 : Penguin (4/0) 1.427 460.00 656 · 42 13/8" EHS 2.71] 310.00 840.41 TOTAL 38t098.14 CiW o~ Denton Page 8 of 9 4/5/02 CITY OF DENTON BID PROPOSAL FOR WOODROW 138kV TRANSMISSION LINE BID NUMBER:' 2838 COMPANYNAME: ERNEST P. BREAUX ELECTRICAL, INC. PROPOSAL SUMMARY EXTENDED TOTAL DESCRIPTION INSTALLATION COST POLE ASSEMBLY UNITS 91,880.00 91,880.00 POLE TOP ASSEMBLY UNITS 66, 150.00 66,150.00 CONDUCTOR ASSEMBLY UNITS 44 , 735 . 06 44 , 735 . 06 I~OUNDATION ASSEMBLY IINITS 225,685..00 225,685.00 MISCELLANEOUS ASSEMBLY UNITS 9 , 100 . 00 9 , 100 . 00 REMOVAL ASSEMBLY UNITS 38 , 098 . 14 38,098 . 14 TOTAL TRANSMISSION LINE COINSTRUCTION I 475,648.20 475,648.20 City of Denton Page 9 of 9 4/5/02 CHUBB GROUP OF INSURANCE COMPANIES Surety Department, 15 Mountain View Road, P.O. Box 1615, Warren, NJ 07061-1615 Phone: (908) 903-3485 · Facsimile: (908) 903~3656 FEDERALINSURANCECOMPANY BID BOND Bond No. 81861164 E AmountS Know All Men By These Presents, 5% of GAB*** · That we, Ernest P. Breaux Electrical, Inc. (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of indiana, (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Denton (hereinafter called the Obligee), in the sum of Five percent of the greatest amount bid*** Dollars ($ 5% of GAB*** ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 25th day of April 2002 WHEREAS, the Principal has submitted a bid, dated April 25, 2002 for Spencer/Woodrow 138ky Transmission Line Upgrade NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to pedorm the work covered by said bid, if the latter amount be in excess of the ' former, then this obligation shall be null and void, otherwise to remain in full fome and effect. Ernest P. Breaux Electrical, Inc. Form 15-02-0002 (Rev. 11-99) FEDERAL INSURANCE~OMPANY BY: Amy', At tor~-Fact Chubb POWER OF Surety A'I-I'ORN EY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company "" Attn::"~rety Department 15 Mountain View Road Warren, NJ 07059 Know AJI by These Pmseots, That FEDERAL INSURANCE COMPANY, an indiana cora, VIGILANT INSURANCE COMPANY, a New York coq~omtion, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Marc W. Boo t: s, Joy Hajovsky, Morris D. Plagens, Jr., Amy Sustaire and Ja.mes R. Donnelly, Jr. of Houston, Texas-' .................................................................. each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their coq~orate seals to and deliver fo,' and on their behalf as surety thereon or sthefwiea, bends and unde,'takings and other wnttogs obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending ar altering the same, and c~nsenta to the .modification or alteration of any instrument referred to in said b~ds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executodandattestodtheeapreaastsandaffixedtheircorpomtoeaeisoflthis 20th day of November, 2000 I(ennath C. Wendel, Assistant Secretary [ Counly of 8omenm~ Onthis 20th~yof November, 2000 Assistant Secrethry of FEDERAL INSURANCE CO~MpANY, V~GILANT INSURANCE COMPANY, and PACIFIC INDEMNITY GOMPANY, the cempanic~ which &'~V j ;~ CERTIFICATION E.~r,;,~ fmm~ of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE coMPANY, and PACIFIC INDE~MNITY COMPANY: 'Ali powers of attorney for and an behalf of the Company may and shell be executed In the name and on behalf of the CoF~gany, either'by the Chairman or the President ar a Vice President or an Assistant Vice Prealdent, jointly with the Secretm7 or an Assistant Secretary, under their real~.~ctive designations. The signature of such ofllcem may be engraved, printed or Ilthographod. The signature of each of the fal,k:~ing officers: Chairman, PresCient, any Vice President, any Assistant Vice President, any Secreisr/, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attamey or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and underisk]ngs and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or faoeimile seal shall be valid and binding upon the Company and any such power co executed and csrflflod by such facsimiis signature and facsimile seal shall be valid and binding upon the Company with respect to any bond er undertaking to which it is attached.' I, Kenn~;~ C. VCends~, Aeaistan~ S an.'s~.'a~ ~,, of FEDERAL li,ISLJP. ANCE ~OMPA;~Y, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies") ds hereby certify that (I) the foregoing extract of the By-Laws of the Cdm~nfas is t~ue and con'ect, (ii) the C~ml:~eckis am duly lic~ead end antherizod to tmneact surly bus~neea in all 50 of Ihe Unt~:l Statea of Amedca end the Dialfict nt C.~umbis and are authndzed by itle U. S, TmasuryrDeFertmant; further', Federal and V'lgflan~ are licsctead in pleads Rico and ~e U. S. V~egin Islands, and Federal is I~cansed in Amertcan Samea, Guam, and each of ~ Provinces of Canada exce¢ Pfinca Edward Island; and April (lit) the foregoing Power of Attorney is trna, correct and In full force and effect. Given under my hand and seals of seid Campaniea st Warren, NJ this 25th dayof - Kenneth C. Wendel, Assistant Secretary 2002 . IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THiS BOND OR NOTIFY US OF ANY OTHER MA'Ir'ER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-maih surety~chubb.com 15-10-0225 (Ed. 4-99) CONSENT Client#: 9652 EPBREAUX " CERTIFICATE OF LIABILITY INSURANCE I 06104102DA"'" " " PRODUCER Bowen, Mlclette & Brltt, lnc, 1111 North Loop west,//400 Houston TX 77008 713 880-7t00 INSURED Ernest P. Breaux Electrical, Inc. P.O. Box 11640 2812 Broken Arrow Rd. 70560 New Iberla, LA 70562-1640 THIS CERTIFICATE IS ISSUED AS A MAi ;=R OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIEB BELOW. INSURERS AFFORDING COVERAGE INSURERA: Liberty Mutual Ins Co INSURER R: Royal Ins Co of America INSURER C; American Cas. Co. of Reading,PA INSURER D: INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CL.~IMS. A GE~NERAL LIABILITY RG26910042t0031 11101101 t1101102 EACH OCCURRENCE sl,000,000 X COMMERCIALGENERALLIABILITY FIREDAMAGE(Anyonelim) $250,000 i cu~Ms M~E [] OCCUR ~ED ~X. (~.y o....~on) $5,000 __ PERSONALAAOVINJURY $1,000,000 __ eENEFU~L AeGREeA~ $2,000,000 GEN'L AGGREGA~ LIM IT ~-~PLIES PER: PROOUCTS -COMP/OP AGO $2~000~000 A A~OMOmU~UAmU~, ~ AS269t004210021 1tl01101 11101102 CO~mNSOStND~U~T X ~Y AUTO (E..=:id.n*) $1,000.000 X~ NIRED ^U~OS B EXCESS U^mUT~ PHN0t 64649 1110tl01 11101/02 EACH OCCURRENCE $5,000,000 ~ occu. ~ ¢~s =^DE ^OeREe^~ $5,000,000 ~ DEDUCTIBLE C WO~EEF~S CO~PSNS^~ON AND iWC194319919 11/01101 1t/01/02 X i ;.~ ~CR ^CO,DENt I $t.000.000 E g D SEASE - F.A EMPLOYESI $1~000~000 II ;.~ D~SEASE - .OLIC~ u~r~ I $1 ~000,000 RE: Bid #2838-Spencer-Woodrow 138 kV Transmission Upgrade. City of Denton, Its Officials, Agents, Employees and VOlunteers are named additional Insured on a primary basis on general Ilabllty and auto liability policies and provided waiver of subrogation on workers' compensation policy as required by written contract. Said See Attached Descriptions) CERTIFICATE HOLDER I I N)DmONALINSURED}INSURERLETTER: ~ CANCELLATION City of Denton 90t B Texas St Denton, TX 76201 121 ~ ® ACORD CORPORATION 1988 ACORD 25-S (7/97) 1 of 3 #S113121 IM106670 IMPORTANT If the certifi~ate holder is an ADDITIONAL INSURED, the policy(les)must be endorsed. A Statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certa!n policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between t~e issuing insurer(s), authorized representative or producer, and the certil'lcate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25'S{7/97)2 of 3 #Sl13121/M106670 [' DESCRIPTIONS (Continued from Page 1) / ~pollcy shall not be cancelled, nonrenewed or materially change without 30 days advanced written notice being ~given to the Owner (City) except when the policy Is b?lng cancelled for nonpayment of premium in which case 10 Jdays advianced written notice Is required. 'AMS 25.3 (07J97) 3 of 3 #Sll 3121/M106670 WO.KE.. CO"PamAT,O. 'LOYa=.S UA".JTy mUR CE POL WC000313 (Ed. 4~4) WAIVER OF OUR RIQHT TO RECOVER FROM OTHER8 ENDORSEMENT We have the fght to recover our payments from anyone liable for an InJuw covered by this poll~y. We will not enforce our fight against the pamon or o~gan~za~lon named in the Schedule. (This agreement appllee only to the extent that you perform work under a w~tten conlmct that requires you to obtain this agreement from us.) Th[s agreement sha]l not operate dlrectly or Indirectly to benefit anyone not named In the Schedule. Schedule City of Denton ... its Officer~,Of.ficia!s,.Agents, Em~loyee~ and ·Volunteers 901 .B Texas Street Denton, TX 76201 RE: Bid #2838-Spencer-Woodrow 138kV Transmission Upgrade Thisend~r~m~entc~t~e~w~ic~batt~c~edand~e~ec~veon~eda~mu~dun~f~m~e~ted. (The~fowna~)nbe;owbrequ~ m~w~hens"~sendor~ementbhmu~aubaequent~eparatlondlhepollcY.) F.~o~ementEffective 11/01/01 P~'yNo. WC194319919 Icau~ Ernest P. Breaux Electrical, Inc. WC000313 (Ed. 4-84) American Cas, Co. of Reading, PA C43pyr~ht 1963 National Couoca on Compensation Irmurar~e. POLICY NUMBER:RG2691004210031 Insured: Ernest P. Breaux Electrical, Inc. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Denton its Officials, Agents, Employees and Volunteers 901 B Texas St. Denton, TX 76201 RE: Bid #2838-Spencer. Woodrow 138 kV Transmission Upgrade (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CG 20 t0 l'l 85 Copyright, Insurance Services Office, Inc., 1984 [] ~AH~ET ADDZTXOHAL /NSURED' 'i X'i' ZS UN/~ERSTOQ~ AN~ A~iltEl~n THAT ANY..PER~O#,,-FZ~ OR* O~TZQN ZS Z~L~ AS ~ ~D/TZO~L ZHSUR~ U~.~S POLZ~'~HE~-~ · X~ ZS OXLZ~T~ ~Y VZ~UE. OF~A M~EN-~N~ DR-A~ TO PROVZ~E ZNSURANCE S~H ~ ZS ~O~ ~Y T~S-PDLX~, ~UT ONLY TO THE T~ ~ OF ~ ~XTX~L XM~R~ ~RE/N SHALL *NOT. AFFE~ TO ~ THE Z~UR~ ~ ~E ~XTL~ ~ T~ FOLX~, ~E ~ ~ SO CXS£tTY Hu'ruAL PXtE XNSURANC~ COHPANY ~eecuwc~Me 11/01/0:~ :F. xplreecmemm 11/01/02 L.~mmdTo 2610~