Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1997-272
ORDINANCE NO Q77-a M AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE 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 SE .TC_ ION I 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 BID NUM_._ BER CONTRACTOR AMOUNT 2092 CEI ROOFING, INC $44,758 00 CECTION 11 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 SEOTION_III 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 1 SECTION IV 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 SF�ON V That this ordinance shall become effective immediately upon its passage and approval � 1 PASSED AND APPROVED this the Oh day of _ iemXet/- ,1997 JAC ILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY Ml a-1 APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY DATE SEPTEMBER 9, 1997 TO Mayor and Members of the City Council FROM Kathy DuBose, Assistant City Manager of Finance SUBJECT BID # 2092 - REROOFING AT DENTON MUNICIPAL COMPLEX RFCOMMFNDATION: We recommend this bid be awarded to the low bidder, CEI Roofing, Inc, in the amount of $44,758 00 91JMMARYo This bid is for all labor and materials necessary in the replacement of approximately 8,600 square feet of roof over the "vision area" of the Denton Municipal Complex This roof has had many leaks and is in need of replacement to alleviate maintenance and damage costs Notices to bid were mailed to thirty five roofing contractors and bid proposals were received from six PROGRAMS DEPARTMENTS OR GROUPSAFFECTED- Facilities Management, Denton Municipal Complex employees, and citizens using the building FISCAL IMPACT: Budgeted maintenance funds for roof repair, account number 457-032-BLDG- 9718-9101 Attachments Tabulation Sheet Memo from Bruce Henington Memo from Armko Industries Respectfully submitted 7" L L Kath e Assistant City Manager of Finance Prepared by Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent 92B AGENDA BID 0 2092 BID NAME R�ROOPING AT DENTON ADVANTAGERTH STEEL LITE CEI J&J CD MUNICIPAL COMPLEX CONTRACTINING ROOFING ROOFING ROOFING MCKAMIE CORPNC L INC INC OPEN DATE AUGUST 28,1997 VENDQR _ V�NDOR� TVENDOft VENDOR _ QTY DOWRIMON VENDOROR BASE BID -ROOF AREA B S45 000 00 TOTAL $58,200 OD _ $43,700 00 _ 541,384 00 _ 141,977 00 $48,892 00 ALTERNATE BID NO 1 INSTALL METAL COPING OVER BLOCK STONE AROUND PERMIMETER _ _ __ _ $1,50000 $4,55000 TOTAL $2,60000 U,18800-SIX006 $2,790001 ALTERNATE BID NO 2 REPLACE STANDING SEAM METAL AT SOUTH ENTRY $1,00000 $64500 TOTAL $40_000 $1,91500_ $1,27400 _$1,00000 ALTERNATE BID NO 3 REPLACE METAL EXPANSION JOINT ALONG NORTH WALL $1,500 00 $1,100 00 $2,760 00 $750 00 $495 00 TOTAL 11,656 00 LUMP SUM BID TOTAL S47,000 00 $62,300 00 -- _ S50,563 00 _ $44,758 00 $47,127 00 _ $54,338 00 SO FT _ UNIT Pft11OE PJ.fAPOBpL _ - _ - _ - _ � _ _ _ _ _ 1 REMOVE & REPLACE DAMAGED CONCRETE DECKING S $IO 00 $IS 00 S25 00 _ _ 1410 __ 1601 Sl_ 2 _ 2 BD FT RD FIT EACH REMOVE & REPLACE DETERIORATED REMOVE NAILERS S PER BOARD IT $6 00 $4 00 15 001 $1,20000 _ _ S2 75 __ $1,60000 $4 00 _ _ S2 50 _$85000 INSTALL FOUR INCH4" ROOF DRAIN S80000 $1,20000 _ $1,20000 5 LN FT INSTALL FOUR INCH(4") CAST IRON DRAIN LINE COMPLETE WITH ALL CONNECTIONS, ELBOWS, ETC S PER LINEAR FT $25 00 $60 00 14100 _ _ 948 00 $25 00 _ _521 00 6 $$ ADDITIONAL COST OVER &ABOVE S4500 $15_00 _ _ $1800 _ $3200 _ 12100 $2500 THE CONTRACT AMT FOR WEEKEND OR OVERTIME REQUESTED BY THE OWNER S_ ADDITIONAL COST PER MAN PER HOUR BID BOND YES YES_ YES YES_ _ L YES -----YES ADDENDUM 1 & 2 _ _ DELIVERY_- CITY of DBNTON, TEXAS MUNICIPAL BUILDING • 215 E McKINNEY • DENTON, TEXAS 76201 (817) 566 8200 • DFW METRO 434 2529 To Denise Harpool, Senior Buyer From Bruce Henington, Facilities Manager Subject DMC Roof Renovation Facilities Management staff recommends awarding the roof contract, bid number 2092 to the low bidder C E I Roofing Inc We would also recommend awarding not only the base bid but include alternate number one and alternate number two (Total contract amount of $44,758 with contingency amount of $5,998 for concrete deck and deteriorated nailers ) ThankR "Dedicated to Quality Service" 5 Auguet28,1997 Mn eftm 4mwb*mW$K Mangy" CNF of onion 216 EM MdGrd y Dantom, TX 70Z01 Re_ Denton NkMR*W COMPMX Derr Mr. tiw*w m. In .ofe em to Ow Criy of Oanton, Munlaltml Congex Mat bid August, 28, 1997, at 2:00 F.M.. vre mwfty W Mat you award to proleatto"tow bidder CPJ Wo have choOod out Vm* nW*WXM and O hwe had fifut hand expodwm Wo feel an! a good aktaa May have dale propo we wom roofing oonhadkV firm that Mould de the Cky of Oenton a good lob RR4* CORPORATE OFFICE: a= LEJ FRWY w SUITE 297 - DALLAS, TX 78234 • 9721143-8441 • FAX 9721241-Ml CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this SEPTEMBER A.D., 19 97 , by and between q day of THE CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and 3022 WHEELOCK ST DALLAS TX 75220 of the City of DALLAS , County of DAr AS and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 2092 -- REROOFING AT DENTON MUNICIPAL COMPLEX in the amount of $44,758 00 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 accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON STAFF all of which are made a part hereof and collectively evidence and constitute the entire contract. g• _1--, RFUTTM 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 claims 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. P7;�? IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. BYRON L WARNICK ASST SECRETARY APPROVED AS TO FORM: AAA0184D Rev. 04/05/96 CA - 3 i Li i"l MIN I CEI ROOFING INC CONTRACTOR 65164 elmr. INC 3022 WHEELOCK STREET ppl i ns TEXAS 75220 MAILING ADDRESS z� PHONE NUMBER Zt�k6 \-©lZ% FAX NtJMBER i BY TITLE DOUGLAS A. READER, PRES. PRINTED NAME (SEAL) rU a 0 IQ:u:. THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That CEI ROOFING, INC., whose address is 3022 WHEELOCK ST , DALLAS, TX 75520, hereinafter called Principal, and , 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, in the penal sum of FORTY FOUR THOUSAND SEVEN HUNDRED FIFTY EIGHT and no/100 -- (44,758 00) plus 10 percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages ansing out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 97-272, with the City of Denton, the Owner, dated the 9 day of September A D 1997, a copy of which is hereto attached and made a part hereof, for BID 4 2092 -- REROOFING AT DENTON MUNICIPAL COMPLEX 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 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas PERFORMANCE BOND - Page 1 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 4 copies, each one of which shall be deemed an original, this the 9 day of September, 1997 ATTEST PRINCIPAL BY SECRETARY ATTEST BY SURETY M PRESIDENT ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the processis NAME STREET ADDRESS (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) (Revised 2/971 E \FOAMS\PERFORM BON PERFORMANCE BOND - Page 2 THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That CEI ROOFING, INC, whose address is 3022 WHEELOCK ST., DALLAS, TX 75220, hereinafter called Principal, and 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 building or improvements hereinafter referred to, in the penal sum of FORTY FOUR THOUSAND SEVEN HUNDRED FIFTY EIGHT and no/100--- ($44,758.00) 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 97-272, with the City of Denton, the Owner, dated the 9 day of September, A D 1997, a copy of which is hereto attached and made a part hereof, for BID 4 2092 -- REROOFING AT DENTON MUNICIPAL COMPLEX NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work 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 PAYMENT BOND - Page 1 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 4 copies, each one of which shall be deemed an original, this the 9 day of September, 1997 ATTEST BY SECRETARY ATTEST PRINCIPAL :• SURETY Im PRESIDENT ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the processis NAME STREET ADDRESS (NOTE Date of Payment Bond must be date of Contract corporation, give a person's name ) PAYMENT BOND - Page 2 If Resident Agent is not a 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 fads 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 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 n • 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 AAA00350 REVISED 10/12/94 Cl - 1 Insurance Requirements Page 2 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 provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse AAA00360 REVISED 10112/94 Cl - 2 Insurance Requirements Page 3 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 M A General Liability Insurance: General Liability insurance with combined single limits of not less than $i,000,000.00shall 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 AAA00360 Cl - 3 REVISED 10112/94 Insurance Requirements Page 4 [x] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 00 either in a single policy or in a combination of basic and umbrella or excess policies The policy will Include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos [x] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation Insurance which, in addition to meeting the minimum statutory requirements for Issuance of such Insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ I 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 AAA00350 REVISED 10/12/94 Cl - 4 Insurance Requirements Page 5 "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 AAA00350 Cl - 5 REVISED 10112/94 Insurance Requirements Page 6 ATTACHMENT 1 [xI Worker's Compensation Coverage for Budding or Construction Projects for Governmental Entities A. Definitions Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406.096) - mciudes 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. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor providing services on the project, for the duration of the project AAA00350 AECl - 6 VISEU 10/12/94 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the and 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 G. The contractor shall notify the governmental entity in writing by certified mad 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 AAAW360 REVISED 10/12/04 CI - 7 Insurance Requirements Page 8 The contractor shall contractually require each person with whom it contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and AAA00350 REVISED 10/12/04 CI - 8 7 Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self-insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void If the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity AAA00350 REVISED 10/12/94 CI-9 BID NUMBER 2092 PROJECT 031970423 PAGE 1 OF 6 PROPOSAL REROOFING AT DENTON MUNICIPAL COMPLEX CITY OF DENTON, TX NAME OF BIDDER CEI Roofing, Inc. DATE 8-28-97 MS DENISE HARPOOL, PURCHASING CITY OF DENTON 901-8 TEXAS STREET DENTON, TX 76201 Dear Ms Harpool The undersigned, in compliance with your advertisement for Bids for Reroofing on certain areas of the following building DENTON MUNICIPAL COMPLEX have examined the Drawings and Specifications, together with the related documents and all conditions surrounding the work, and having visited the sties of the proposed work, hereby, proposes to furnish all work in every detail in accordance with the Contract Documents within the time set forth herein and at the prices stated below These prices shall cover all expenses incurred in performing the work under the Contract Documents, of which the Proposal is a part Attached herewith, please find (Cashier's Check) (Certified Check) (Bid Bond) in the amount of $ 3,000.00 five percent (5%) of the bid 1(or we) acknowledge receipt of the following addenda ADDENDA #1 8-25-97 9r1[ 111nitial) ADDENDA #2 8-25-97 (Initaq ADDENDA #3 (Initiaq ,.e nu {tll/Stl3l StlL tltl-LJ-I/ c, 11� <- CITY OF OENTON, TX - DENTON MUNICIPAL COMPLEX REVISED PAGE 3 OF e CONTRACT DOCUMENTS. Having axamk>ad the Proposal. General Ins/Rx3ions, Materlale, Fxaaudan, Drawings, and Contract for Pmo t 051970423 and Conditions for Remo" work, and having examkte0 tie prenNsee and chmm, Aanoaa a(teding the wait, the undersigned ~ OFFER. 1 To tumish all IAW, material, tools, equp row% transportation, bonds, all applicable taxes, Incidentals, and otw fadlMies, and to pedonn all wont for the said rwoonrg for the fbiIco" area• BASE 810 - ROOF AREA 8 FORTY NE THOUSAND THREE HUNDRED EIGHTY FO =41,384.00 TWENTY THOUSAND SIX HUNDRED 20,692.00 MATERIALS —NINETY TWO ; TWENTY THOUSAND SIX HUNDRED LABOR NINETY TWO j 20,692.00 FORTY ONE THOUSAND THREE 41,384.00 TOTAL HUNDRED EIGHTY FOUR : ALTERNATE BID NO.1 - INSTALL METAL COPING OVER BLOCK STONE AROUND PERIMETER ONE THOUSAND THREE HUNDRED FIFTY 31,350.00 SIX HUNDRED SEVENTY FIVE 675.00 MATERIAL$ DOLLARS j SIX HUNDRED SEVENTY FIVE 675.00 LABOR DOLLARS. j 6NE THOUSAND THREE HUIMRED TOTAL FIFTY j 1,350.00 ALTERNATE BID NO.2 - REPLACE STANDING SEAM METAL AT SOUTH ENTRY ONE THOUSAND TWO HUNDRED SEVENTY FOUR 1,274.00 MATERIALS SIX HUNDRED THIRTY SEVEN SIX HUNDRED THIRTY SEVEN LABOR TOTAL : 637.00 637.00 III ONE THOUSA ENTY 1,274.00 FOUR j ALTERNATE NO NO.3 - REPLACE METAL EXPANSION JOINT ALONG NORTH WALL SEVEN HUNDRED FIFTY s750.00 MATERIALS THREE HUNDRED SEVENTY FIVE S 375.00 LABOR THREE HUNDRED SEVENTY FIVE i 375.00 TOTAL SEVEN HUNDRED FIFTY $ 750.00 FROM uITY OF DENTON FAX NO 18173837302 ee-to " " 'I CITY OF DENTON. TX - DENTON MUNICIPAL COMPLEX LUMP SUM ISO FORTY FOUR THOUSAND SEVEN HUNDRED FIFTY EIGHT MAMIALS LABOR TOTAL REVISED PAGE 4 OF 0 TWENTY TWO THOUSAND THREE HUNDRED 22,379.00 SEVENTY NINE : WO HOUSAND THREE HUNDRED SEVENTY NINE i 22,379.00 FORTY FOUR THOUSAND SEVEN HUNDRED'FIFTY EIGHT $ 44,758.00 UNIT PRICE PROPOSAL Remove end replace darfatged concrete deriving: i 4.5 0 per squaw foot 2 Ramose snd WIN= dGWArsied new $1' 5 p@r board loot 4 Install tour inch (4-) roef drain. $L600 . mm*L 44,758.00 5. instal four inch (40) Cost Ion drain Une complete with all eonneebOMS, elmo", str.: `,g,L&ADPer gnat foot 6 Addansl Cost over and above the oontfar t amoufd for weekend or overtime requested by the Owner 3 3 2.0 - oast per man par hour QUAUFICATIONS 2. CorWactor stW M In below msfanei manufaca+rers rxmvPany narrw of rtamefials being bid on CO&Tar E MOM11C Menlbrarle (CTEM). Hy load Bees 8tteet 150E Ifrsulaeor►: Schuller Fell.Schuller Trumbull Bitumen: EXAMINATION OF SITE 3. By signing the Proposal Fans. Cot "mw adinaMed"s he or an authorized representative has examined Me roofs and Is awaro Of an fA id ccndM" (roolEop equlpmerlt, penehadona, roof drains, eta) which may affect ft work TAXES' 4 Tax Exempt Number DENTON MUNICIPAL__ shag be used on this Project. Tax shag not be hwfuded 1n your bid TO SUPPLY BID NUMBER 2092 PROJECT #31970423 PAGE 5 OF 6 PROPOSAL REROOFING AT DENTON MUNICIPAL COMPLEX CITY OF DENTON, TX A working day is defined as a calendar day, not including Saturdays Sundays, or legal holidays, in which weather or other conditions not under the control of the company will permit the performance of the principal units of work underway for a continuous period of not less than seven m hours between 7 00 A M and 6 00 P M For every Saturday on which the company chooses to work, one day will be charged against the working time when weather conditions will permit seven (7) hours of work as delineated above A principal unit of work shall be that unit which controls the completion time of the agreement Nothing in this item shall be construed as prohibiting the company from working on Saturdays if it so desires If Sunday work is permitted by the Owner, time will be charged on the same basis as weekdays THE OFFICIAL WEATHER RECORD WILL BE KEPT IN THE CITY OF DENTON OF MAINTENANCE'S OFFICE The undersigned agrees that the Owner may retain the sum of ONE HUNDRED DOLLARS ($100 00) from the amount to be paid to the undersigned for each calendar day that the work contemplated remains incomplete beyond the time set forth, Sundays and holidays INCLUDED This amount is agreed upon as the proper measure of liquidated damages which the Owner will sustain per day by failure of the undersigned to complete the work at the stipulated time, and is not to be construed in any sense as a penalty Payment will be made to the contractor within thirty (30) days after receipt of written acceptance of project completion from the Owners representative, contractor's invoice, and all written warranties from both contractor and manufacturer I (or we) agree to promptly furnish a correct and current financial statement of condition with list of owned equipment and an experience record of completed prolects for examination by Owner and architect, if same is required SEAL (If by Corporation) RESSPPEl`C�TFU�LLY�SUBAAI ED BY BYro L. W'arnnliJck/�J•J� (Name) Sales (Title) 3022 Wheelock St. (Address) Dallas, Texas 75220 BID NUMBER 2092 PROJECT #31970423 PAGE 6 OF 6 PROPOSAL REROOFING AT DENTON MUNICIPAL COMPLEX CITY OF DENTON, TX Indicate if ( ) Partnership k$ Corporation ( ) Sole Owner If a partnership, list names and addresses of partners N/A If corporation, indicate state in which corporation was organized and is existing Texas Pnnapal Stockholders (Name and Address) Douglas A. Reader President 3022 Wheelock St. Dallas, Texas 75220 TW8 STATE OF TMCAS Bond No. Y 101638 COUNTY OFF DENTON KNOW ALL MIRY THM PRESIRM The CRT ROOFING, INC., whose address Ls M2 WA ZLOCR Me DALLr►9. TX 75SZ0, heremalter Balled Pdnoipd, ad Ba �� =ere . a corporation orasmad and eadsting under the laws of the State Qf TZXA9, and AQP anhorlaed to mom business is the Stets of Texas, as Surety, are held and donly bound unto the Gay of Deomoe. a mutdolpal corpotadom organized and adsdug under the brws gftW State of Teem. hK6hM iew Called Owner, in the pond sum of FOR$ Y FOUR TROUI AND ORM MMPJM MY UGAT and mo1100 — (44,738,00) plus to pemrent of the SMA Prerd smm at an addhicmd sum of money eepreeaming addinonai court expeaaa, attorneys' fleas, and htiuidued damages afing out of or comxcted widr the below idead dd Contrac419189 t taoney Oahe United States, to be paid to Denton County, Taxes, for the payment of which sum well and truly to bs made. we bereby bind ourselvec our heirs, axeortaaa, ire, soccoaots, and aaigaa, jotmly and srically, firmly by these preaeats. This Bond shall antoaadcally be hoc reased by the amount of any Change Order or Supplemental Ageeameot whiohiameaeas the Cons et pwioe, butio no avant shall & C9aage Order or Supplemeotal ASroantew which roduces die C mnat pdee decrease the pare! sum of this Bond. THE 08LIOAMN TO PAY SAME re. oondidoned as follows: Whereas, the Principal Brewed irav a Ceetaim Coatmpt, Idegtt led by Ordtou= Number 97-2T3, with the City ofDenkm6 the Owner, dated due 9 dal► Of Ssplsobor A.D. L"7. a copy of which is hereto attached and made a peel hereof, for MD N 3093 — RZROOFING AT DE M014 MUMCIPAL COMPLEX. NOW, TiiL WORE, iftbe Ptimoipat shall well, tmdy and faidMly perform and itM1 all ofthe undvialclM covert uft te:ttM emdiriansaod agreemems of said Contract is accordance with the P*96 SpeaBoatiat s 61dCaMict Docu manta during the odOW tuna thereof and arty a ncosion themdwhieh may be Imbdby dwOwaew, wRborwitbaatnotice to theStittvty, aaddunng the life ofa►ysonaW orwatwanty teq*W underdasCorttrac4 and shall also well ad ttvly perform and fitlfill ell de nrudartaldnok covenanta, Moss, conditions ad agreements of any and all duly audio nd modil to doves of aid CCamgat that may bsraaiber be reeds, aota c of wb►ch nwMandons to the Su Ir" betas bud* waived; arid, rft a ft*d slap repair and/or replace all defeats due to thinly tmtraett111 and wwl:yaanship dot AD; esrwhhin a period of one (1) year 5om the date of final compl000t and !bast aoxpgmoe of the Wade by the Owner, and, if the Ptmpd shall fatly iadmmify and anus hararlea the Owner bm all cats and daraages whidt Owner may soft by reason of Allure m an ptalbrnt herolm and shall AM trthmbumae and repay Owner all outlay ad MCPM *MCh *0 Owaar tttay amour is making 9OW any default or deficiency, than this obUgadon shall be void; otbaewiao, t dell remain in ihU bee sad d&ct PROVIDED FM TIM that if any lesd whoa be Sled upon this Bond. a elusive vow shall He in Denton Cocar, Stara of Taxas. BOND - Page 1 AND PROVIDED FURTiiM duu the add S►ttntY. for value reserved, hembY Stipulates and epees that no ohosIA extw dou of Htne, skn edon or addnton to the farms of the Contw, or to du Wak to be pa6mud tbnow4w, art* *a PIW SpacrSoaaoaa, Dntwragrt, ax., aoWAMAYiau the+ aattw,"in uywW ate its obtigedm onthis Boyd. and it does hereby waive notice of say sash change, ettt m*m of time, +dteradon or adOW to the terms of the Contract, or to the Work to be performed dintown, or to the Platte, speommicM Drawings, arc. This Bond is Siven pussumt to rho ptovW= of Cbaptar 22$3 of the Texas 40vemment Coda as amended, and an odrer appltoable datutes of dm State of Tams. The oadweimaed mid dwiSwed agent is baoeby daalpood by the Swoty beaein as tbo Resident Agent is DVM Y Cormty to whom myMuisite muses may be &Uvered and an whom Satvlae ofptow n may be bid in moms wWngout of=h sutetys* as providad by Ar+ick 919-I of the Insr== Code, Ver wads Annotated Clvd Stoma of the Stem ofTeu:a. IN WtTM$ WW REOF, ft WSbtwamt b exectuad m 4 Copies, each ono of Much SMI be deemed an wigietal, this dw 9 day of September, IM. ATTEST. PRINCIPAL CEr F=firr3, Ihc. 6Y M e BY: �� .� SECRETARY ENT ATTEST: $rOUGLAS A. READER, PRES. SOMAMar NAiaza »nity ampmv BY /h-)c A ATTORNEY•DV•FAfT , The Reddant Agent of tie 3uaay D000n Coumy, Taxes for dedvery of aotiee and wrvu:e of the peones Is: NAME: !mod Hft STREET ADDRESS: �841 t Pnmtar RMI, Sbe. ego, Mllas, Tam 7SM (NOTE: Dace of Paforamna Bond most bs dais of Conttaet. If Resident Agent is sot a eorporap oa, give a pasmtt's amnia) 24% a Aenemu,� PERFORMANCE IMD - Page 2 Tm STATS OF TEXAS COUNTY OF DENTON KNOW ALL bMi SY TIiEBB PR83ENTS: That CRI ROOFING, INC., whose address is W2 WHEELOCK IT., DALLAS, TX 73M. hereinafter called Priacipel. and MPM 092MI I1Y� ,C.. M ' . a corpotadom orpmu and sad mining =dw dw Iawa of the State of TZX4 and A* Xwidarimli m usosaot WNW in the State of Texas, as Surety, are held and !penny bound unto die COY of Demtott, a tatmidPat oorPoradon orpxdwd and exiaaeg ender the laws of the SUN ofTe mse � neetiaeft caged Owner, and unto aq persona, &ma, end cotpomom wba a" famph materials hr. or Ptaibsat labor upon, the building or improvements hereu dker referee¢ UN in dre petal Sian of FORTY FOUR THOUSAND SEVEN Iit=RLD MTY EIGHT sad os406 (Sj4.79A la lawtfti MW of the Uaitad States, to be paid in Denton Comity. Texas, for the p jwA of wMeh ta= welt ad tatty to be made, we hereby bind ourselves, our belfa, etuoatam adminatratere, auaeasom and aaiSm jointly and severalty, &=Iy by these Presents. IU Bond small aaromattaslly be increased by the amotmt of any Change Order or SupplemenW Apo mtent e!Idah htmm der Coatemt price, but in no even ahall it Change Order Of Supplemental A®mameim VW& mdtues the Co AW price decrease the penal sum of this Bond TfM 08tIOAT144 TO PAY uha is omdidooed m follows: Wbaara, the Principal entered) b" a ceetata CeptORM idenddW by Ordi sma a Ntmnber 97.272, with the City of Denton, dw Owmr, dated dW 9 day of SR*Mbrl AA I Mf, a copy of which is hetlto attached ad me& a Part Weo$ ttef IIID # *2 — RRR00MG AT DENTON MUNICIPAL COMPLEX. NOW, TIi8It13 (ME, Iftbe Prhtoipat shall well, truly and faithfully perform Its dudes and Make PrOMP ! RUM to a 1 pesons, faM16 subconummo . carmadons and claunanra supplying labor m Wor mateiai in the prosscudm of the Wodt provided far in said Connect and any and all duly attthOdud modi8o40ne of acid Contact that may hucaft be made, notice of which ntodiB"Ona to cite Stuat a being hereby expmody waived, then dim obligation shall be void, othewise i< shall remeia t ib11 lhtue ad tii3bot. PROVIDED PU riK that if any legal adios be filed on this Bond, =elusive venue sled !lo to Denton County, TML AND PROVIDRV a VRTHM dm the said Surety, fa vatue reeeved, hereby sdpularas and agreas that no olaaage, mmftttiom of time, alteadon a aditm to the tams of the Conned, or to the Work pahAoettoed ggsetntdai, onto cite Plana, Spt�oiAaaiaae, Dntwutgs, eta, tt�Itannylsg the same, 811811la anyaisa BMW ita labligptlon on this Bond, and it does hereby waive nmhee of any such ahaage, pxtansiat of timer tlteration or addition to the terms of the Coanaot, or to the Work to be PAomed Raeder. or to the Ptme, SpectAadm% Dmwiage, em. This Bond is given pmalm<R to the provisiaea of Ompter 2233 of the Ta= CMvanmant Co" as amended, sal say other "Bubb smtes of the Slate of Texas• PAYM M BW - Page 1 The Undersigned and deeigaatad MW is hereby desigt►ated by the Surety heroin as the R=WW Agteu in DF,MM ramty to whom my wq"te notices may be dshveted end on whom am" of prea,w may be had in mom stung att ofmmh mmtyWap. as pmowled by Att>cW T 19-1 of the Laurance Code, Vemws Aaaotrbed Civtl Statutes of the State of Texas. IN WTI MESS WHER SDF, this inst umact is executed in 4 copies, each one of which siatl be deemed me wiSbmi, tWs de 9 day of September► M. ATTEST. PRINCIPAL i .1►l. ►.ti useBy. — SEMTARY .a ATTEST. Rpl 8Y: , ��� ATTORNEY• ' - FACT -Tim Resident Agent of the --- - process is; Two fm &Uvmy of notice and service of the STREET ADDRESS: „8411 Pteebm R:ad, She 890 WIM M3M 2= (NOTE. Date of Ptymm Sod must be date of Contract. If Resident Agent is not a mpomft, give a pa nd name.) PAVWT am - Page 2 EVERGREEN NATIONAL INDEMNITY COMPANY CLEVELAM, OMO PRINCIPAL CEI F=&Mi 3kr• EFFECTIVE DATE 09/09/97 CONTRACT AMOUNT $ 44r758•00 AMOUNT OF BOND $ 44,75B.00 POWER NO 101638 KNOW ALL MEN BY THESE PRESENTS That the Evergreen National Indemnity Company, a corporatton in the State of Ohio, does hereby nominate, constitute, and appoint, Jesote WWUM & Ric W Stewart------------------------- .._.._..__....___—_..___._.__._.. ___.__.__. ____—_---- _._ __ __._..---- its true and lawffrl attorney(s)•in•fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required any and all bonds, undertakings, recogniaances and written obligations in the nature thereof, PROVIDED, however, that the obligation of the Company under this Power of Attorney shall not exceed ONE MILLION DOLLARS (S1,000,000 00) This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by the Board of Directors on the 23rd day of February, 1994 "RESOLVED, that any two officers of the Company shall have the authority to make, execute, and deliver a Power of Attorney constituting as Attorney(aWn•fact such persons, firms, or corporations as may be selected from time to time FURTHER RESOLVED, that the signatures of such officers and the Seal of the Company may be affixed to any such Power oFAttorney or any certiticate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall he valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached " IN WITNESS WHEREOF the Evergreen National Indemnity Co. any ham caused its corporate seal to be affixed hereunto, and these presents to be signet by two duly authorized officers this 28rd ay of February, 1994 EVERGREEN NATIONAL INDEMNITY COMPANY Notary Public ) SS State of Ohio > On this 29rd d of February 1994 before the subecriber, a Notary Public of the State of Ohio, duly commissioned and quah. Red, came Roswe _y Ellie and Craig L Stout of the Evergreen National Indemnity Company, to me personally known to be the individuals and gfdoers described herein, and who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn, deposed and said that they are the officers of said Company aforesaid, and that the seal ffi axed to the preceding instrument is the Corporate Beat o r said company, and said Corporate Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that the reso- lution of said Co any referred to in the preceding instrument, is now to force IN TESTIMON Y WHEREOF, I have hereunto set my hand, and affixed my official seal at Cleveland, Ohio, the day and year above written slat + a • regoryMiracle,Attorney e NOTARY PUBLIC, State of Ohio State of Ohio ) SS •�� rs e e My commission has no expiration date Section 147 OS R C I, the undersigned, Secretary of Evergreen National Indemnity Company, a stock corporation of the State of Ohio, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in Rill force and has not been revoked, and furthermore that the Resolution of the Board of Directors, as set forth herein above, is now in force Signed and sealed in Ohio, this 9th day of 9WbMbW , 1997 Anne Meyers,`gecretary Any reproduction or facsimile of this form is void and invalid DATE OMOWM 9/11/1997 a�rcwH as awvnw<aR < PRODUCER Champion Commercial Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR HOLDER 8411 Preston Rd Ste 695 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Dallas, TX 715225 COMPANIES AFFORDING COVERAGE COMPANY (214) 265-9020 A AMERISURE COMPANIES INSURED CEI ROOFING, INC. COMPANY -„ B Firemans Fund 3022 WHEELOCK STREET COMPANY C DALLAS TX 75220 COMPANY D THIS IS TO CEF ... IT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH, RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TR TYPE OP INSLMANDE POLICY Nunn POLICY EFFECTIVE MINIMUM DAnY ( EWMIM WMMM LDDA A OENBML LIABILITY CPP1209610 05/01/97 05/01/98 GETm&AGGREGATE EON COMMERCIAL GENERA. LIABILITY CLAMS MADE [j] OCCUR PRODUCTS COMPIOP AGG $ PERSONA. A ADV INJURY $ EACH OCCURRENCE $1,000,000 OWNERS A CoNiR c*= PROT FPS DAMAGE (AnNTM AN) $ SILOpp MED EMP " non $ 11,000 A AurOMDIIS LIABILITY CA1209M 05/01/97 05/01/98 COMBINED SINGLE LIMIT P1.000,000 ANY AUTD GODLY INJURY (Pal Pa110R) + ALL DIMMED AUTOS SCHEDULED AUTOS GODLY INJURY (Per Aca1EmS L HIRED AUTOS NON-OVMD AUTOS PROPERTY DAMAGE I OAMOE L4BSRY AUTO ONLY EA ACCIDENT S OTHER THAN AM ONLY ANY AUTO EACH ACCIDENT L AGGREGATE S EECESB LIABILITY XSC4X*43084SSO 05/01/97 05101198 EACH OCCURRENCE + B UMBRELLA FORM AGGREGA7E + + OTHER THAN UM FORM A WORI®1BCOYPIONATIOIIAND LVMAYSI& LIABILITY WC1300009 05/01/97 05/01/98 EL EACH ACCIDENT S EL DISEASE POLICY LIMIT Stwom THE PROPRIETOR/ IMCL PARINESWOUTNE OFFICERS ARE EXCL EL DBEASE EA EMPLOYEE ! OTHER DESCRIPTION OF CEI�JOB uL ITne 5281 DENTON MUNICIPAL COMPLEX. CITY OF DENTON,ITS OFFICIALS, AGENTS, EMPLOYEES AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSURED WITII RESPECT TO GL & AUTO. WAIVER OF SUBROGATION INCLUDED ON WC IN FAVOR OF CITY OF DENTON,ITS OFFICICAL,AGENTS,EttggMPLOYEES AND VOL. SHOULD MY OF THE ABOVE OESC POLICMS BE OATIOSLo Umn THE THE CITY OF DENTON SERRATION DATE THSSN% HIE IBIUMO COTVANY WLL ENDEAVOR TO MAL 3 DAYS WRITTOI NOTICE lO THE owmATE HOLDEN NAMED 7O THE um, 901-B TEXAS STREET BUT PARARE TO MAIL SUCH WRI E SMALL IMPOSE NO OBLIOATTON OR LIAIWIY DENTON TX 76201 OF ANY END UPON THE COMPANY, MS "MM OR RORUMATM6 AUTHOR® REPRESENTATIVE