Loading...
HomeMy WebLinkAbout1995-109ORDINANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; 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: SECTION 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 NUMBER CONTRACTOR AMOUNT 1706 OWC CONSTRUCTION $375,745.00 SECTION II. 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 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. 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. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the Y_ day of ,1995. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPR D AS TO LEGAL FORM: MICHAEL A. BUCEK, ACTING CITY ATTORNEY (' BY DATE: JUNE 6, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1706 - CITY HALL WEST RENOVATION RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications, OWC Construction, in the amount of $303,110.00 for the base bid plus $72,635 for alternate #1 Fire Sprinkler System. Total bid award is $375,745.00. SUMMARY: This bid is for the renovation of the building at 221 N. Elm. This facility has been known as the Old City Hall and/or Police Station and is soon to be known as City Hall West. The project includes (A) selective demolition, (B) excavation backfilling and compacting for utilities, (C) floor underlayment over concrete slab, (D) metal framing, stairs and railings, (E) rough carpentry, (F) finish carpentry, (G) wood doors, (H) gypsum board, (I) suspended ceilings, (J) resilient tile flooring, (K) sheet carpeting, (L) painting, (M) signage, (N) cleaning, (0) fire sprinkler system and other related activities. Estimated completion schedule is late August of 1995. OWC Construction holds a Disadvantaged/Minority/Woman-Owned Business Certification from the State of Texas and the North Texas Regional Certification Agency. They are highly recommended by the financial agencies contacted, references for similar projects, and Corgan Associates, the project architect. The lower offer submitted by Krystal Construction failed to meet the bid bond requirements and is considered a non responsive bid. We recommend alternate 2 and 3 not be awarded. BACKGROUND: Tabulation sheet, letter of recommendation from Corgan Associates dated May 10, 1995, drawings of proposed building renovations, memorandum from Kathy DuBose, Executive Director of Finance. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Facilities Management, Departments relocating to CHW and Departments housed at the Municipal Building. FISCAL IMPACT: The original estimate for this project was approximately $317,000.00 ( 262.000.00 base bid and $55,000.00 for fire sprinkler). However, after researching the industry, Corgan Associates feels that the total price of $375,745.00 is a good competitive bid. Some savings are anticipation in the form of change orders as work progresses. Funding will come from the following accounts: CITY COUNCIL REPORT JUNE 61 1995 PAGE 2 OF 2 FISCAL IMPACT (CON'T): ACCOUNT# AMOUNT 449-032-DMC1-9304-9101 $1005000.00 245-032-DMC1-9323-9101 $100,000.00 445-032-CHW1-9504-9101 $ 435682.00 100-032-0002-9101 $ 679085.00 xxx-xxx-xxxx-xxxx $739595.00 TOTAL AVAILABLE FUNDS $384,362.00 TOTAL REQUIRED FUNDS $375,745.00 Approved: C Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 602.AGENDA Bond Bond Bond Budget Allocated Interest speectfully submitted: V cty 4 1 �//' Lloyd V . Harrell City Manager z t7� o 0 0 0 _ 0 W V) M M w w 1- � U co o; C o >. } p > M w w w � w O O O O O O O 0 W O U N 3 z ° M 0Do M co 0 N w N w O O M N c7 C } U w o M n w w w w 0 0 0 0 0 0 0 0 o ri o y J a z iA O m O to N p w w y z wCC x� w w x > z 0 z O O O o O O O o LL O o ad O O ODD co M m n N W N W w 0 0 O 0 } 0 0 0 0 w C U 0 Ci a ai 0 N iA (D Cl) N W W > Cl) w o. w w J J Q V + + + N a o LL O ai co fL. p w w w z O ui m z z z z 0 a Lu m m x w p m F Q Q 0 Q H H H p > m J J J Q O Q Q Q z W dr w W p« W ~ � � Q Q � p1 z z i3 p p C m m 0 �k O N LL t a 0 0 L N LL m 3 a p m a N m Y c a N m LL m L c M m m u e N E m N a� m � N M 'k� VR Vk W W W Q Q Q z Z z cc w 2 W W w I- .J J J Q Q Q conoex nssocuM INC. 10 May 1995 CONTRACTOR QUALIFICATION INQUIRY Contractor: OWC Construction, Inc. 2550 Manana Drive Dallas, Texas 75220 (214)352-9200 Bonding: $4,000,000 - United Pacific Insurance Company Local Bonding Agent: Consolidated Surety Co. 5050 Quorum Dallas, Texas Agent: Jim Fulton (214)720-0800 INQUIRIES ABOUT FINANCIAL STATUS Consolidated Surety Co. Contact: Jim Fulton Comments: Currently bonding for this job is within their bonding capacity. They have never been any problems. They are a clean, sound company and have a "Al" treasury rating. Banker: Merril Lynch Contact: T. Devia Frye Comments: Deposit accounts substantial to allow financial stability, no problems. Good solid shape. PROFESSIONAL. INQUIRIES Texas Industries Inc. Contact: Dan McAuliffe Comments: Recently completed a $1,308,000 tenant relocation project in a 9 week period. The work included finish out of shell space for approx. 78,000 s.f. They were the most comprehensive response team they have ever worked with. OWC did a fabulous job in the tight time frame given. They have used them over the last ten years and OWC has always performed and got the work done. 92aisro2rc5/DAU1 10 May 1995 2 Southern Methodist University Contact: Mike Perez Comments: Satisfactorily completed several projects. OWC is a reputable firm and will use again in the future. Compass Management and Leasing Co. Contact: Rick Tavern Comments: They have completed approx. 20-25 jobs in the past two years for us. Jobs range from $30,000 to $400,000. They have worked very well for us and all employees are easy to work with and are interchangeable on projects. We would highly recommend OWC Construction. Texas Commerce Bank Contact: Gayle M. Earls Comments: The recent project they completed for us involved gutting two and half floors approx. 30,000 st and constructing new office layouts. They did quality work. - Fixed all items which were wrong and are out the next day if .we have warranty problem. Overall very satisfied and pleased with their work. Artesia Data Systems Contact: Janie Orr Comments: They are the best that we have worked with in the past. Any minor problems were worked out. Work well in value engineering the project, to ways of saving money. Recent project was space plan for 23,000 s.f. We would highly recommend them for your project. 9W29102/c5m u.a1 1 5YMf3OL©GY LEC�N© I SYMBOL VC-ScRIPTION I W-H WALL cOwgTMZT10N I LX1971N® W/+" GONS7wi"C'm0N Git� Hall We5t - Floor Levels /4 / F $YH50L0C7Y LEG-�NV SYMBOL DIrSCAIPTION NSW WALL GONS1WV,'M0N exis INa WALL WwTR1Z1f10N WALLS TO W VEW4.15MV commmy 40"V mw ym ry Y r ry Y l . r..Lu LLJ-LLIJ-LLJ1LlJ 1i ti .1 i l � iiTfil i n u M WN t i ! 1 1 I Y_ v- w 'A FW Y :•� G itg mall JNaet - Floor Lave,15 G / C� 5YM'E30LOeY LWEND SYMIM VESM =TION Iv�w ►NAIL GpN6T�lC,TION EXI&MO AALL WO STMrCTION r oki TO Im DEMOLISHev � © _ _ _ _ _ City Hall blest - Floor Level E= 1 5YMBOLOC Y LEG END j s'rMBOLI M5CR-IFTION —� i NEe4 WAI-L GONSnt)OTION r 1 j ExiSTIN4 Y(ALL GONBIRUGTION I c Git� Hall fleet - �l oor L.eve 17 CITY of DENTON, TEXAS MUNICIPAL BUILDING • 215 E McKINNEY • DE'NTON, TEXAS 76201 (817) 566-8200 • DFW METRO 494-2529 MEMORANDUM DATE: June 1, 1995 TO: Lloyd V. Harrell, City Manager FROM: Kathy DuBose, Executive Director of Finance SUBJECT: ALLOCATION OF BOND INTEREST EARNINGS In 1991 and 1993, the City issued Certificates of Obligation for building improvements to City facilities, including roof, air conditioning system and building repairs. Although the associated projects are complete, interest on the Certificates was earned during construction and is available for allocation to other building improvement projects. As you are aware, bids received for the renovation of City Hall West exceeded the original budget by approximately $71,650. Interest earnings, not subject to IRS arbitrage rebate, total $73,595 and are sufficient to allocate for this project. If you have questions, please advise. KO -of AFFOOE13 "Dedicated to Quality Service" CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 6 `UNE A . D . , 19 95 , by and between THE CITY OF DENTON day of of the County of DENTON and State of Texas, acting through LLOYD V. HARREL thereunto duly authorized so to do, hereinafter termed "OWNER," and OWC CONSTRUCTION INC. 2550 MANANA DRIVE DALLAS, TEXAS 75220 of the City of DALLAS , County of DALLAS and State of TEXAS hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: RENOVATION OF CITY HALL WEST INCLUDING ALTERNATE in the amount of $375,745.00 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 CORGAN ASSOCIATES INC. all 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 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. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ATTEST: f 1//IT9Z�JYt/ OWC CONSTRUCTION INC. CONTRACTOR MAILING ADDRESS PHONE NUMBER Z4) �j L -ciB4 FAX N TITLE PRINTED NAME APPROVED_AS-TO (SEAL) Attorney AAA0184D Rev. 07 8/94 CA - 3 PERFORMANCE BOND U2623000 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That OWC CONSTRUCTION INC. County of DALLAS as PRINCIPAL, and , of the City of DALLAS and State of TEXAS United Pacific Insurance Company , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of THREE HUNDRED SEVENTY FIVE THOUSAND SEVEN HUNDRED FORTY FIVE and no/100------- Dollars ($ 375,745.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 6 day of JUNE , 1995 , for the construction of BID # 1706 - RENOVATION OF CITY HALL WEST INCLUDING ALTERNATE #1 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, 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 the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 12th day of June 19 95 OWC CONSTRUCTION, INC. Principal r Roger Ga Title President Address: 2550 Manana Dr. Dallas, Tx. 75220 (SEAL) UNITED PACIFIC INSURANCE COMPANY Surety .dt:�5-- ✓ s r P. Fu-�/ltton ter`o Jame tle Attorney -In -Fact Address: 4 Penn Center Plaza Philadelphia, Pa. 19103 (SEAL) The name and address of the Resident Agent of Surety is: Consolidated Surety Agency, Inc. 5050 Quorum Ste. 625 Dallas, Tx. 75240 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 07/28/94 PAYMENT BOND U2623000 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That OWC CONSTRUCTION INC. of the City of DALLAS County of DALLAS , and the State of TEXAS , as principal, and United Pacific Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, in the penal sum of FORTY FIVE arid no/100--- THREE HUNDRED SEVENTY FIVE THOUSAND SEVEN HUNDRED Dollars (� 375,745_00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 6 day of JUNE 19_95. BID # 1706 - RENOVATION OF CITY HALL WEST INCLUDING ALTERNATE #1 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, 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 the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the signed and sealed this instrument 1995 OWC CONSTRUCTION, INC. Principal r Roger Gambov Title President Address: 2550 Manana Dr. said Principal and Surety have this 12th day of June UNITED PACIFIC INSURANCE COMPANY Surety emu....... .. . ��.,.... it le Attorney -In -Fact Address: 4 Penn Center Plaza Dallas, Tx. 75220 Philadelphia, Pa. 19103 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Consolidated Surety Agency, Inc. 5050 Quorum Ste. 625 Dallas, Tx. 75240 AAA0184D Rev. 07/28/94 THE STATE OF TEXAS COUNTY OF DENTON MAINTENANCE BOND U2623000 Ed 0 KNOW ALL MEN BY THESE PRESENTS: That OWC CONSTRUCTION INC. as Principal, and United Pacific Insurance Company a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the SUM Of THIRTY SEVEN THOUSAND FIVE HUNDRED SEVENTY FOUR and 50/300 Dollars ($_37,57a_s0 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said OWC CONSTRUCTION INC. has this day entered into a written contract with the said City of Denton to build and construct BID # 1706 - RENOVATION OF I TTy HATT WEST INCLUDING ALTERNATE #1 which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - 1 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each days failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said OWC Construction, Inc. as Contractor and Principal, has caused these presents to be executed by United Pacific Insurance Company and the said United Pacific Insurance Company as surety, has caused these presents to be executed by its Attorney -in -Fact James P. Fulton and the said Attorney -in -Fact has hereunto set his hand this 12th day of June , 19 95 SURETY: UNITED PACIFIC INSURANCE BY: ames P. Fill tQn Attorney -in -Fact AAA0184D Rev. 07/28/94 PRINCIPAL: OWC CONSTRUQTJQN, INC Roger Gambol President MB - 2 UNITED PACIFIC INSURANCE COMPANY HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY BOND NO. U2623000 KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Pennsylvania, does hereby make, constitute and appoint Marc A. Sparks, James P. Fulton., individually, of Dallas, Texas, Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of surotyship and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the some extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sonlod and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)-In-Foot may do In pursuance horeof. This Power of Attorney is granted under and by authority of Article VII of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which become effective September 7, 1979, which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKING 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or othor officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys) -in -Fact and to authorize them to exocute on behalf of the Company, bonds and undertakings, recognizences, contracts of Indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorneys) -in -Fact at any time and revoke the power and authority given to them. 2. Attornoy(s)-in-Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizences, contracts of indemnity and other writings obligatory In the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizences, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorney(s)-in-Fact shall have power and authority to execute affidavits required to be attached to bonds, recognlzanaes, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the Sth day of June, 1979, at which a quorum was present, and said Resolution has not boon amended or repealed: "Resolved that the sipnatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any cerfifrcales relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be 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 UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice President end its corporate seal to be hereto affixed, this 5 day of October, 1993 UNITED PACIFIC INSURANCE COMPANY Vice President STATE OF Ponnsylvanio COUNTY OF Philadelphia ss. On this 5 day of October, 1993 personally appeared Charles B. Schmalz to me known to be the Vice President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed end attested the foregoing instrument and affixed the seal of said corporation thereto, and that Article VII, Section 1, 2, and 3 of the By -Laws of said Compsny,and the Resolution, set forth thorein, are still in full force. t W NOTARIAL SEAL K °Jo wF VALENCIA WORTHAM. Notary Publb OF i n City of Philadelphia, Phila. County My Commission Expires Nov. 18. 1996 oq,4y rr'0�� Notary Public in and for State of Pennsylvania Residing at Philadelphia I, Anita Zippert, Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have horounto set my hand and affixed the goal of said Company this 12th day of June 1995 Secretary �y SEAL _ a wi woo" BOU 1431 Ed. 3193 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 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 throughoutthe 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 AFFWBAI REVISED 10/12/94 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. AFFOOBAI REVISED 10/12/94 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: bd A. General Liability Insurance: General Liability insurance with combined single limits of not less than _ $2,000,0M shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. AFFOOBAI REVISED 10/12/94 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 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 1 10.1 10 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract. Coverage shall be on an AFFOOBAI REVISED 10/12/94 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by company that carries the contractor's liability insurance at least combined bodily injury and occurrence with a aggregate. [ I Fire Damage Legal Liability Insurance the same insurance Policy limits will be property damage per 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. [ I Professional Liability Insurance Professional liability insurance with limits not less than _ with respect to negligent acts, errors or omissions professional services is required under this Agreement. [ I Builders' Risk Insurance per claim in connection with 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. [ I 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. AFFOOBAI REVISED 10/12/94 Insurance Requirements Page 6 ATTACHMENT 1 (x) Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate") -A copy of a 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. 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 401.01 1(44) for all employees of the contractor providing services on the project, for the duration of the project. AFFOOBAI REVISED 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 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. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. AFFOOBAI REVISED 10/12/94 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 401.01 1(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 AFFOOBAI REVISED 10/12/94 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. AFFOOBAI REVISED 10/12/94 Alternates: The undersigned agrees to the following additions or deductions from the Base Bid Sum if the listed alternates itemized below are accepted by the Owner. Alternate prices include all variations in profit, overhead, bonds, insurance and similar related items, and represent the total cost to the Owner for each Alternate. ' Alternate No. 1: Install the fire sprinkler system as indicated in the Fire Sprinkler System Drawings FS1 through FS6 and Specifications. Add to Base Bid the following amount: "-2 . Alternate No. 2: Install the two skylights in roof above Area T" as indicated on the construction drawings. Add�jBase Bid he following mount: c7`3" -_- Do ars ($ 3 8 3-4). Alternate No. 3: Install wood windows (five total) on the North and West Elevations as indicated on Sheets Al and A5. AM to Base Bid the following am/ount Dollars Enclosed with this proposal is bid security in the Sum of 5f° J /-�, "Y Dollars ($ ). Time of completion: The undersigned agrees to commence work under this contract within 10 days of receipt of written Notice to Proceed from the Owner, and to substantially complete the entire work for the project as follows prior to Addenda: The undersigned hereby acknowledges receipt of the following addenda to the Drawings and Specifications, all of the provisions and requirements of which addenda have been taken into consideration in the preparation of this Proposal. Addendum No. ! dated 3- 27-4� Addendum No. .2 dated ,44.' Attachments: The undersigned hereby acknowledges attachment to this Proposal Form a current and complete AIA Document A305 Contractor Qualification Form. 14 March 1995 00300 - 2 CAI 92029.02 Date: April 18, 1995 Signed Title President/TReasurer Name of Firm OWC CONSTRUCTION, INC. 2550 Manana Drive, Dallas TX 75220 Organized as a: (Mark one) Proprietorship Partnership Corporation X Under the law of the State Of: Texas Legal Address: 2550 Manana Drive Dallas Texas 75220 (Date) April 18, 1995 Telephone No. (214) 352-9200 If Bid is by a corporation, affix seal above address. END OF BID FORM 14 March 1995 CAI 92029.02 Il. 1� PRODUCER . I JOHNS'FON INSURANCE AGENCY 8111 I.B.J. FRWY., LB 112 DALLAS, TX 75251 (214) 480-8415 OWC Construction, Inc. 2550 Manana Dallas, TX 75220 ., •1 06/09/95 THIS CERTIFICATE I$ ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE ! ILETTERY A COLONY INSURANCE COMPANY COMPANY LETTER COMPANY LETTER C+ COMPANY LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITH$TANOINO ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 19 SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI• TIONS OF SUCH POLICIES. TYPE Of INSURANCE POLICY NUMBER DATE p!A EOO Y� aT� ALL LIMITS IN THOUEVIRATION SANDS COMMERCIAL GENERAL LIABILITY X • ClNMS MADE QOCCVRRENCE A OJMER"$&CONTRACIORSPROTECTNE MPI 452 260 104/14/95 - 104/14/96 ANY AUTO ALL OMEO AUTOS SCHEOULEO AUTOS HIRED AUTOS NON OWNEO ALTO$ GARAGE LIABILITY LIABILITY I OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION ~ AND EMPLOYERS' LIABILITY PRODUCTS-COMPNWS AOGIIEOATE $ 1,000, PERSONAL 6 ADV£ATISINO INJURY $ 000 EACH OCCURRENCE $ 1.000. FIREED DAMAGE (ANY ONE FIRE) --�----='J�E $ MEDICAL EXPENSE (ANY ONE PERSON) CEl $ L IN�.M1IRY PEA PERSON) by $ PA�DPaE TY AoonEaAra OCOJWWNCX $ $ STATUTORY is (EACH ACCIDENT) Is (CISEA$E•POIH;Y LIMIT) $ IOISEASE-EACH EMPLOYEE) DESCRIPTION OF OKRATIONS/ LOCATIONS/ V5HICLES1 RESTRICTIONS /SPECIAL ITEMS It is agreed that the CITY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES,& VOLUNTEERS are shown as Addtional Insureds, as respects work performed for or bythe Named Insured. Coverage is primary over other valid & collectible cov- erages, and per project occbrrance is applicable, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX City of Denton PIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO Building/ Contractors Services MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City Hall LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR Denton, TX 76201 LIABILITY OF ANY KIND UPON THE COMPANY ITS AGENTS OR R64SENTATIVES. AUTHORIZED REPRESENTATIVE ` ` a':'I�•t'e 6 ; .. (MM/OD/YY) 5/09/95' PRODUCER RICK CRAIG 817/543-8003 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION NATIONAL GENERAL AGENCY P.O. BOX 219010 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DALLAS, TX 75221 COMPANIES AFFORDING COVERAGE COMPANY TEXAS WORKER'S COMPENSATION INSURANCE FUND A INSURED OWC CONSTRUCTION, INC. COMPANY 2550 MANANA B DALLAS, TX 75220 COMPANY C COMPANY D K g�y�y fl, ..h.:: :../.<:.::. } k x ♦>} � .rvr � h CS/ ♦ i Si\'�`+..:,! ^::T?:.ki%:�kx. {.: Akio;. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POUCYNUMBER POUCYEFFECTIVE DATE(MM/DD/YY) POUCYEXPIRATION DATE(MM/DD/YY) LIMITS GENERALUABILITY GENERAL AGGREGATE S PRODUCTS-COMP/OP AGG $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑ OCCUR PERSONAL S ADV INJURY S EACH OCCURRENCE $ OWNERS & CONTRACTOR'S FIRE DAMAGE (Arty one fire) $ - MED EXP (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S ANY AUTO BODILY INJURY (Per person) S ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accKW* $ HIRED AUTOS NOWOMED AUTOS PROPERTY DAMAGE $ ' GARAGE LIABILITY AUTO ONLY -EA ACCIDENT S OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE _ $ UMBRELLA FORM $ OTHER THAN UMBRELLA FORM A WORKERS COMPENSATION AND STATUTORY LIMITS - EMPLOVERS•UABIUTY TSF 111015-02 4/26/95 4/26/96 EACH ACCIDENT $ 1,000,000 DISEASE - POLICY UMIT $ 1,000,000 THE PROPRETOW INCL PARTNERS/EXECUTIVE DISEASE - EACH EMPLOYEE $ 1,000,000 OFFICERS ARE: EXCL OTHER I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS *SUBJECT TO 10 DAYS FOR NONPAYMENT. ::........:9rn:..:...:..:.>::;.: �:::;::;}:..:<:>:.s:>}>:;}:;. ��;:::.;:.<::...;.::s:<::�:::.:>;:::::::>:_::k:::::<:.:�::;;::c•:k:::>::: �::;' �:}':..i .:........�:.;:: �: �:.?�.i.:..i;.:: _: � �..<: �:: �?::::;�;::?;:k a>�:i'::.,..:::::;:yi:a: �>�:>;:::;.:�::}:.:k:>;.}::i:;.}<.::>:>}:.:.;;'::.k;..k�.;:::.?:;. . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY OF DENTON *_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMEQ;TQ; THE LEFT, 215 E. MCKINNEY BUT FAILURE L S TICE SHALL IMPOSE NO OBLIGATION ql V,UABIUTY DENTON, TX 76201 OF ANY D UPOM, THE C PA ITS AGENTS OR REPRESENTATIVES. AUTHORIZED fEPRESENTATIVt, Don L e P ...:.:..,. :.:. ACtlpl3. L�..� .� .nv.n:.: :: ::.: ':.::.......:n..::.:..::.::.�...::.:...:.::.:\::.}..}::?i:i,::.:i?}:i.>} ::?::: ?....iv'.yi::..:ii:hk.:::.:}:.i<:.3i\:k::;:;.:iCik.:}{.:`k� :;'.:�♦,';:h'•:.Q: �:%.v::kv}.::>i.::..i:::::�.:v.j.:::.:.:rv:. v�:.'� :.;.}. ::\. ;:: ..�: i�sriaiON'993!v JUN 16 '95 11:02RM_L.IBERTY MUTUAL BUSINESS SALES P.2i _ CeCtificate of Insurance OF INFORMATION ONLy AND CWM No RKRITS UFON YOU THE_ _ AN INS�TkOM POLICY AND D015 AAMDE END, OR ALTERTNECOVERACE A"WDED By HE POLKINS LurrUD bHLOW.LOffii, THIS CGRTIF[CATE IS NOT 7OLto to Certify that IVER WALKER COMPANY, INC. Name and LIBERTY 2550 MANANA 4— address of M" j j'MAL ILDDALLAS, TX 75229 �J{ Insured. e et tie levee date of this esti eie, Insured by the terry under the pofwy(fee listed below. The inatmanes afforded by the listed poi'��Yyr(fos Ig eubb��'ect to all fhelr me. exduWons and corlcHoris end Is not amend by any requirement, term or a tide of any conb`Bet or other document wilt) respect to which �Is Cemay be • ❑ CON71Nt1OUS TYPE OF POLICY ❑ E)tTENDED I POLICY NUMBER WORKERS COMPENSATION GENERAL LIABILITY ❑ OCCURRENCE ❑ CLAIMS MADE F11E- _TRO DATE AUTOMOBILE LIABILITY ® OWNED 04196 © NON -OWNED ® HIRED A92-191-097904-025 ADDITIONAL COMMENTS THE CITY OF DENTON NAMED AS AN ADDITIONAL INSURED LIMIT OF LIABILITY LAW ' TOilEr FOLLOW 0sYATEs EMPL Bptgly L J69 9 LIABILITY BYAcoldent Each Acclde By Dlseasa Policy Limit J s�.icu�.aT, BOdlly IniuN and Property Daiwa Liability Per Occurrence $1,000,000 Par PersoN Organlra6on Each Accident- Single Limit B.I. end P.D. Combined Each Person Eadh Aeoi M m or Oaxurence Each ADclderm or Ocotarance • If Iho eaNflcate expire6on data Is eorminuous Or extended teA you wiY be notified if coverage In teaminated or reduced before the cerfifidate explretion date, OPE01AL NOTICE-0NIO: ANY PERSON WHO, WITH I jr�Ni TO DEFRAUD OR IMOWINO THAT NE le FACIUTATIN(i A FRAUD AONNST AN INSURER, jTtl AN APPLICATION OR FIt E$ A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT le ONLTY OF INSURANCE D. NOTICE OF CANCELLAviom (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) WPM fi � �},' M THE STATED EXPIRATION DATE THE COMPANY TNLL NOT CANCEL OR REDUOE THE INSURANCE AFFORDED UNDERTHEABOVEPOUCIESUNTTLATLEAST STD DAYS NOnOE of BUCN CANCELLATION HAS BEEN MAILED TO: F— REBECCA D. ROOSTMCK THE CITY OF DENTON 1E ATT JODIE %i�.:• e'..::A1J RAI7 J11PPR2SEHTATI DENTON, TX. IRVING, TX. (800) 443-2692 I 6/1 D/95 I OFFICI9 PHONE NUMBER DATE ISSUED 75.I. ",•meek. In n, the by LIBERTY MUTUAL GROUP at reapew such tnammnee as re affetdad by Theac Companies HIS 7nL RI JUN 16 '95 11:02 214 550 8361 PAGE.002