Loading...
HomeMy WebLinkAbout1994-018ORDINANCE NO. 7 -U1B 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 com- petitive 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 receiv- ed and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or im- provements 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 con- struction 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 be- ing the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1572 M K CONSTRUCTION $820,500.00 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 certif- icate 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 Propos- als, and documents relating thereto specifying the terms, condi- tions, plans and specifications, standards, quantities and speci- fied 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 here- by 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 im- mediately upon its passage and approval. PASSED AND APPROVED this the 1" day of 714 ,1994. ATTEST: JENNIFER WALTERS, CITY SECRETARY fm APMOVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY DATE: FEBRUARY 1, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1572 - DENTON BRANCH LIBRARY RECOMMENDATION: We recommend this bid for construction of the Denton Branch Library be awarded to the lowest bidder, M K Construction in the amount of $820,500.00 with construction completion in 300 days. SUMMARY: This bid is for the construction of a 10,000 square foot public library complex as indicated on the plans and specifications prepared by Hidell Architects. The bid award includes the base bid of $845,000.00 plus alternate 4 for an additional $1,500, alternate 7A to deduct $20,000, alternate 7B to deduct $5,000.00 alternate 9 to deduct $500.00 and alternate 10 to deduct $500.00, alternates 1,2,3,5,E & 8 are rejected. Total contract award is $820,500.00. Alternate #1 Book security system including wiring + $ 7,500 + $ 6,500 Alternate #2 Provide Kynar 500 (Red) finish on store front + $ 6,500 Alternate #3 Provide mill work in staff workroom + $ 1,500 Alternate #4 Provide honed green slate slab at lobby location for donor wall in lieu of wood paneling Alternate #5 Add Energy Management System + $ ,000 + $ 23 Alternate #6 Add Energy Management System by C.S.I. "A" "L" ,000 - $ 20,000 Alternate VA Delete all lighting fixture type and Alternate #7B and replace with type "D" and "E" Change all fluorescent ballast to magnetic with thermal - $ 5,000 reset and change all T8 Lamps to F40T12 Alternate #8 Change Walker RFB electric floor boxes to standard - $ 200 steel or plastic floor boxes _ $ 500 Alternate #9 Delete exhaust fan in lounge All sprinkler heads shall be Grinnel or approved equal. - $ 500 Alternate #10 Provide recessed sprinkler head #FR949, Solder type BACKGROUND: Tabulation Sheet and Letter of recommendation from Hydell Architects. Library Division and Citizens of FISCAL IMPACT: This project will be funded from Library Bond funds. CITY COUNCIL REPORT FEBRUARY 1, 1994 PAGE 2 OF 2 4lo�ectfplly i mitted: yd V . Harrell City Manager Approved By: ,1. Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 453.agenda - m c `o m m yy{»a r yyr>r>ra>>(s-� W z m� H H� M H H H� W m m m zzMO z Hm n ?o o>y�aaasaasay .3 n yyU7 Pn �yyIh HMCmmMm oe%;aa%"Aw*" z z a a �C N W N V N N W W O� CO N N O a qPq y O N C O 'D O S S S O S O O 8880�880888 Q m $ I 1 1 N N N M N H N A> �C PHP H N�+y pppp P d p 4y Z OODP'$SO N=88SoSSSBS$ ? O H z 8 1 1 I N N N N N N N < m 0 � ri m SOSN W tl M Ci OODOSSD "S8$88000a8S S 0 I> 4 � 8 C Np Y Y N N N H W NQ P J W J y J8 ppP, �""' C S NN "p W Z O n O O ozPl 'OOO 8858$$$800$ $ N NNN H + O p"Q p J 8 0 0 0 S p O pO $ 8 $ 0 A O z m (i SSo O m S + + + + + + �Ny H N N NT M t< N N N N P p Z� U yS88ggFoSSooS N 0 o o oyw D 0 V W q q W ." P C b P O G N b oz z m 'a 0 y� 88$888" N N N N N W A P V N z O $O'a 'a $O $ yR JAN-26-1994 13:45 FROM 2148550169 TO 10444181430246929314 P.02 I-Illal�l_I... A R C H I T! C T S January'26, 1994 Mr. Tom Shaw Purchasing Agent City of Denton Re: Hidell Architects Recommendation of M K Engineering Dear Mr. Shaw: We have received the AIA Document A305, evaluation of the qualifications of contractors, from M K Construction Company. They also sent an audit report with supplemental information. We have reviewed these documents and contacted several architects and owners who were involved in previous projects with M K Construction Company. 'Hidell Architects therefore recommends the City of Denton to accept the proposed bid by M K Construction Company for the construction of the Denton Public Library Project. Thank you for your attention to this matter. Sincerely, HIDELL AR�CH�I�TE�CTTSS Bill Hidell rn Principal TOTAL P.02 JAN 26 194 14:46 214e550169 PAGE.002 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this FEBRUARY A.D., 19 94 , by and between THE CITY OF DENTON 1 day of of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and M K CONSTRUCTION, 1501 PARKER ST., GRAND PRAIRIE, TEXAS 75050 of the City of GRAND PRAIRIE , County of DALLAS and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1572 - DENTON BRANCH LIBRARY the -base bid amount of $845,000.00 including Alternates 4, 7A,7B, 9, 10 the total contract amount is $820,500.00 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 CA - 1 all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by HIDELL ARCHITECTS 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: �. CITY OF DENTC 814 /"1 W] O �r ATTEST: 5. M. A L V A N/ AAA0184D (SEAL) M K CONSTRUCTION CONTRACTOR By � -�:l �, Title (SEAL) CA - 3 BOND EXECUTED IN FOUR ORIGINALS PERFORMANCE BOND BOND # 915089-94 STATE OF TEXAS § COUNTY OF DENTON § BOND PREMIUM BASED ON FINAL CONTRACT PRICE KNOW ALL MEN BY THESE PRESENTS: That M K CONSTRUCTION COMPANY , of the City of GRAND PRAIRIE County of DALLAS , and State of TEXAS as PRINCIPAL, and INTERNATIONAL FIDELITY INSURANCE COMPANY, One Newark Center, 20th Floor, Newark, NJ 07102 , 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 CITY OF DENTON as OWNER, in the penal sum of EIGHT HUNDRED TWENTY THOUSAND AND FIVE HUNDRED and no/100------------- Dollars ($--820,500.00------'j 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 I day of FRRRi RY 19_94, for the construction of BID #1572 - DENTON BRANCH LIBRARY the base bid amount of $845,000.00 including Alternates 4, 7A, 7B, 9, 10 the total contract amount is $820,500.00. 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 Act of May 22, 1993, 73rd Leg., R.S., ch. 268, §1, 1993 Tex. Sess. Law Serv. 587, 851 (Vernon) (to be codified as Tex. Gov't Code, ch. 2253) (formerly, Tex. Rev. Civ. Stat. Ann. art. 5160), 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. lv ;�l 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 14th day of February 19 94 . M.K. Construction Company Principal By Title P R E S/ D F N T Address: 1501 Parker Road Grand Prairie, TX 75050 (SEAL) International Fidelity Insurance Company Surety *ve I - /'Chglryl L. HurrphW Title torney-in-Fact Address: 17774 Preston Road Dallas, Texas 75252 (SEAL) The name and address of the Resident Agent of Surety is: V.R. Damian, Jr. 17774 Preston Road, Dallas, Texas 75252 NOTE: Date of Bond must not be prior to date of Contract. AAA0184D PB - 2 BOND EXECUTED IN FOUR ORIGINALS PAYMENT BOND BOND # 915089-94 STATE OF TEXAS § COUNTY OF DENTON § BOND PREMIUM BASED ON FINAL. CONTRA& PRICE KNOW ALL MEN BY THESE PRESENTS: That M K CONSTRUCTION COMPANY of the City of GRAND PRATRTTE County of DALLAS , and the State of TEXAS as principal, and INTERNATIONAL FIDELITY 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 EIGHT HUNDRED TWENTY THOUSAND FIVE HUNDRED & no/100--- ollars ($--820.500.00-) 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 1 day of FEBRUARY 19 94 . BID # 1572-DENTON BRANCH LIBRARY the base bid amount $845,000.00 including Alternates d 7A 7B 10 h o al ron ac mrnmt i �SR70 SOO_Op 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 Act of May 22, 1993, 73rd Leg., R.S., ch. 268, S1, 1993 Tex. Sess. Law Serv. 587, 851 (Vernon) (to be codified as Tex. Gov't Code, ch. 2253) (formerly, Tex. Rev. Civ. Stat. Ann. art. 5160), 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 said Principal and Surety have signed and sealed this instrument this 14th day of February 19 94 M.K. Construction Company Principal By �Tr Title P /Z E S/ D E N T Address: 1501 Parker Road Grand Prairie, Texas 75050 (SEAL) International Fidelity Insurance Company Surety *elyi L. Humphrey Title_ _ Attorney -in -Fact Address:17774 Preston Road Dallas, Texas 75252 (SEAL) The name and address of the Resident Agent of Surety is: V.R. Damian, Jr. 17774 Preston Road, Dallas, Texas 75252 AAA0184D PB - 4 BOND EXECUTED IN FOUR ORIGINALS MAINTENANCE BOND BOND # 915089-94 THE STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That M K CONSTRUCTION as Principal, and INTERNATIONAL FIDELITY 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 EIGHTY Two THOUSAND AND FIFTY and no/100--- Dollars ($-s2.o5o_00---- )-, 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 M K CONSTRUCTION COMPANY has this day entered into a written contract with the said City of Denton to build and construct BID # 1572 - DENTON BRANCH LIBRARY the base bid amount of $ 845,000.00 including Alternates 4. 7A, 7B. 9. 10 the total contract amount is S820.500_00_ 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 as Contractor and Principal, executed by Mac Koshnoodi said M.K. Construction Company has caused these presents to be and the said International Fidelity Insurance Company as surety, has caused these presents to be executed by its Attorney -in -Fact Cheryl L. Humphrey and the said Attorney -in -Fact has hereunto set his hand this 14th day of February , 19 94 SURETY: Internatignal Fidelity Insurance Company BY: l��v�l, X O. Che . Humphrey Attorney -in -Fact AAA0184D MB - 2 PRINCIPAL: M.K. Construction Company E S/ o E nl T v IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 FAX 1(512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEL. (20i) 624-7200 POWER OF ATTORNEY BOND NO.915089-94 INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing muer me taws ut the Marc ut iNew.tnrscy, anu navmg us pnnerpm uutce in me ury of rvewarK, rvew.tersey, uoes nereoy consrnure anu V.R. DAMIANO,.JR., JAMES V. DAMIANO, CHERYL L. HUMPHREY, SHANE A. HUMPHREY DALLAS, TEXAS 11/93 its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed and may be certified to and may be revoked, pursuant to and by authority of Article 3-Section 3, of the By -Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such Attorney -in -fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate 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 tensed 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 TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to ITYpp/p�G be signed and its corporate seal to be affixed by its authorized officer, this 1st day of May, A.D. 1991. yo•W). INTERNATIONAL FIDELITY INSURANCE COMPANY SEAL Tel 19�S�t. O STATE OF NEW JERSEY `JER County of Essex Executive Vice President On this 1 st day of May 1991; before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly swom, said that he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. ` N A. G f, a` C• ,. .. Ns IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, QQ •'. •••• at the City of Newark, New Jersey the day and year first above written. (t)TARy�s�p , 607( ! t% U B L%G5f rr A NOTARY PUBLIC OF NEW JERSEY My Commission Expires Sept. 8, 1998 w.iERs,n0 CERTIFICATION 1, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoingcopy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company asset forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect _ IN TESTIMONY WHEREOF, I have hereunto set my hand this 14tNay of February 19 94 Assistant Secretary IMPORTANT NOTICE: This Power et ABsmer must be BLUE In ow.. If B is no BLUE, this Is net an aalhenae Power of Attorney. INSURANCE COMPANY OF THE WEST P.O. Box 85563, San Diego, CA 92186-5563 BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That we, M. K. Engineering, Inc. dba M. K. Construction Co. (hereinafter called the Principal), and INSURANCE COMPANY OF THE WEST, a corporation organized and doing business under and by virtue of the laws of the State of California, and duly licensed for the.purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of Texas as Surety, are held and firmly bound unto the City of Denton, Texas (hereinafter called the obligee) in the just and full sum of 5% of the Greatest Amount Bid ----- -0oilers ($ 5% of GAB-------) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal dated January 20, 1994 for Denton Public Library — New Construction in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence satisfactory to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. Signed, sealed and dated: January 14, 1994 Principal M. K. Engineering, Inc. dba M. K. C`ojjnstructa'\Ion Co. by (Seal) r Surety T�n urance 7Co'any of the est by 3 Attorney -in -Fact Cheryl L. Humphrey ICWTX 409 (06/92) IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 FAX #(512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY. This notice is for information only and does not become a part or condition of the attached document. Insurance Company of the West HOME OFFICE: SAN DIEGO, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporation duly authorized and existing under the laws of the State of CALIFORNIA and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: - CHERYL L. HUMPHREY its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred In its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizanoes or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of INSURANCE COMPANY OF THE WEST at a meeting duly called and held on the 161h day of AUGUST, 1991, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company, be, and that each or any of them is, authorized to execute Powers of Attorney qualifying the attorney named In the given Power of Attorney to execute on behalf of the Company, bonds, undertakings, and all contracts of suretyship; and that a Vice President, an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate 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 when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. FURTHER RESOLVED, that the Attorney -in -Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by an authorized officer of the Company.' IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this 6th day of December 1993 STATE OF CALIFORNIA SS• COUNTY OF SAN DIEGO ' ?Ot00NPAN,,, �s � p.,00AP0441FO t ' W4011. ANn' r 4u,OINM OF THE WEST L. Hannum, Senior Vice President On this 6th day of December, 1993 before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came John L. Hannum, Senior Vice President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described In and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said Instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. NORMAP. TCR ^g COMM 0952644 z Nmnry Puhuc-Co!'tirnio .t\ q "AN DIEGO COUNTY STATE OF CALIFORNIA '' Myca..rn exW03JAN 14, 1996 G / COUNTY OF SAN DIEGO SS' ,': :Z' .-. :-=: .s_;�A. .�;y Notary Public I, the undersigned, E. Harried Davis, Vice President of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Vice President, and affixed the Corporate Seal of the Corporation, this 14th day of January 1994 +4t"UPANrC 11 INSURANCE COMPANY OF THE WEST � ��pAPOAAIfp s �r - rQNO^" E. Harned bavis Vice President ICW CAL 37 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 endorse-ments 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 throughout the duration of the Contract, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AFF006BA REVISED 08/02/93 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(3O) 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. AFF006RA REVISED O8/02193 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: [)d A. General Liability Insurance: General Liability insurance with combined single limits of not less than _ $1,000,000shall 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 coverages. • 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. AFF006RA REVISED 09/02/93 Insurance Requirements Page 4 [� Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than si,000,000 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. [ ) Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. AFF006BA REVISED 09/02/93 Insurance Requirements Page 5 [ ] 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. [ I 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. [id 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. AFF006BA REVISED O9/02/93 DENTON PUBLIC LIBRARY 12/93 HIDELL SPECIFICATION PROPOSAL FOR THE GENERAL CONTRACT FOR CONSTRUCTION OF THE DENTON PUBLIC LIBRARY DENTON,TEXAS Date� Proposal of _ Dear Mayor and City Council, of The undersigned has carefully examined the Plans and Specifications for the proposed building for The Denton Public Library, prepared by Hidell Architects. The undersigned is familiar with the premises and the conditions affecting the work of the proposed building project. The undersigned attaches hereto a proposal guaranty in the form of a Cashier's Check, Certified Check or Bidder's Bond in the amount of S'/, or THE iSIP AMOUN7 which amount is not less than five percent (5%) of the total bid. The undersigned agrees to appear before the person or persons duly appointed by the City of Denton to execute the Contract within ten days from date of notification of the acceptance of this Proposal, and, in the event the undersigned fails or neglects to appear to execute the Contract, of which the Proposal and the Plans and Specifications are a part, within the specified time, the undersigned will be considered as having abandoned it, and the proposal guaranty accompanying this Proposal will be forfeited to The City of Denton as the proper measure of liquidated damages sustained by the Owner. The undersigned further agrees that the proposal guaranty may be retained by the Owner and that said guaranty shall remain with the Owner until a Contract has been executed and the Performance and Payment Bond has been executed. The undersigned agrees, if awarded the Contract as specified in "INSTRUCTIONS TO BIDDERS", to execute and deliver to the Owner within ten days after the signing of a Contract, a Performance Bond in the form issued by the American Institute of Architects and in an amount equal to the HIDELL ARCHITECTS PROPOSAL FORM - PF - i DENTON PUBLIC LIBRARY 12/93 CONTRACT SUM. In addition to the Performance Bond, the undersigned agrees to furnish a Payment Bond prepared in the form prescribed by Texas Statute known as the Hardeman Act (public work) and further agrees to record same, when properly executed, with the County Clerk of The City of Denton prior to the work under this contract. The Architect shall be furnished a copy of the recorded bond. The undersigned hereby proposes to furnish all materials, tools, supplies, equipment, transportation and facilities, and to perform all labor and services necessary for, required in connection with or properly incidental to the continuing construction of a building for The Denton Public Library with the plans and Specifications prepared by Hidell Architects, for the total sum of: c- dollars cents This sum shall be identified as the CONTRACT SUM. The City of Denton is exempt from local and state sales tax. THE FOLLOWING ALTERNATES ARE TO BE ADDS TO OR SUBTRACTS FROM THE CONTRACT SUM. NOTE: ALL ALTERNATES AND UNIT PRICES MUST BE BID. ALTERNATE #1 -- Provide book security system as originally specified - including wiring. Bid for Alternate #1: 4 J A S / 1� ")r, dollars and cents. ALTERNATE #2 -- Provide kynar 500 finish on storefront as originally specified. Color to match MBCI metal roof and wall systems color "Colonial Red." Bid for Alternate #2: cj j 5C C, dollars and cents. ALTERNATE #3 -- Provide millwork in Staff Workroom 112 as originally designed. Reference D3/A601 and Dl/A601. Bid for Alternate #3: (AAA 6 S dollars and cents. ALTERNATE #4 -- Provide honed green slate slab at Lobby location for donor wall in lieu of wood paneling. Provide 12" x 12" honed green slate tiles on wall at drinking fountain location (Reference Elevation F5/A602) in lieu of standard slate tiles. Bid for Alternate #4: a A 1 So dollars and cents. ALTERNATE #5 -- Add Energy Management System as specified herein and manufactured by any listed manufacturer. Bid for Alternate #5: a is dollars and cents. Tw,zl V'e.. HIDELL ARCHITECTS PROPOSAL FORM - PF - 2 DENTON PUBLIC LIBRARY 12/93 ALTERNATE #6 -- Add Energy Management System as specified herein and manufactured by C.S.I. Bid -for Alternate #6: dollars and cents. ALTERNATE #7 -- (A) Delete all lighting fixtures Type "A" and six type 'V (from check-out counter to copy machine) and replace with seventy type "D" and four type "E" fixtures. Exact spacing and location of fixtures shall be as directed by Architect. Reference Drawing No. Nine for typical layout. (B) Change all fluorescent ballasts to magnetic, class "P", sound rated "A" ETL approved with thermal reset; and change all T8 lamps to F40T12 RSCW. Bid for Alternate #7(A): j a ��T , dollars and cents. Bid for Alternate #7(B): c „� S c, r, dollars and cents. ALTERNATE #8 -- Change Walker RFB electric floor boxes to standard steel or plastic cast -in place floor boxes with adjustable height and azimuth and approved plastic tops (color selected by Architect). Outlets or plugs shall have flip up covers. Bid for Alternate #8: J e -1 (_T- ,q z �'. dollars and cents. ALTERNATE #9 -- Delete exhaust fan in lounge (complete - controls, wiring, roofing, etc.) Bid for Alternate #9:_ 1 r 6 c r :' dollars and cents. ALTERNATE #10 -- All sprinkler heads shall be Grinnel or approved equal. Provide recessed sprinkler head, Model #FR948, Solder type. �� Bid forAlternate#10: dollars and cents. I (or we) acknowledge receipt of the following addenda: # UNG date received NpV, /o , i 3 # TWO date received Nov. 18 . 93 # 7-HIZ 66 date received NOV. 22 93 # FOUR date received' TM N. OS • 9 � # FIVE TAIJ. i s . 94 HIDELL ARCHITECTS PROPOSAL FORM - PF - 3 DENTON PUBLIC LIBRARY 12/93 The undersigned estimates construction time required to complete this project to be J00 calendar days, and can begin construction within ri calendar days after the execution of the contract. by MAC KoSi-1 /lK• CCAISi/?UCT/D/V CL IS-0/ 0491<cR Sr. G RAND IRRA/21E-, TA 7�z5 l2iy> 790 4 ZS'7 SEAL (if bidder is a corporation) HIDELL ARCHITECTS PROPOSAL FORM - PF - 4 DENTON PUBLIC LIBRARY 12/93 LIST OF SUBCONTRACTORS The following is a list of the proposed subcontractors which will be used on this project: If the Contractor wishes to change any of the listed subcontractors they must submit a new list to the County for approval before the contract is awarded. Work Firm Address Phone # Representative A1EC'UAIVI CA L �a V,A PLgR13IN6 64L Co. lRVING,TV Gary A,&-v..,s 1z-►4) 438 - LAalo EL6C7R(6/4L: i' 59TRAM EL6c, DL)N(-ANV1 LLE , -tx RV —Kr y (2-14) 7o9 _ I6o5g /✓lurfr-7 Rc�FiN� , �nc;C M,IIto HIDELL ARCHITECTS PROPOSAL FORM - PF - 5 GOLAND COMMERCIAL TEL NO.214-278-9299 Feb 18,94 16:30 P.02 wta�rnn, 1 r, 2-,18-94 PRODUCE GARLAND COMMERCIAL INS. AGENCY T 1 0010110 No pIOHt U►pN t l 1 i tl4 t � pTI n botd NbT AMlNn,lkrlNn tl A tti Hop lNAaR'AtroRnlD Y bAW 94 (FORMERLY BROWN 6 LOGAN)pouplas 1 mom, AI/#1D& ■ P.O. Box 472421 COMPANIN APFORDING efiVARAnR Garland, TX 75047.9990 J214H40.0220 WARN''A UNITED NATIONAL INS, co, RIIUMe Lettm O N(;0 COUNTY MUTUAL M K CONSTRUCTION CO. 1501 PARKER RD. � O ASSOCIATLD INTEttNATIONAL IN9, Co.. , GRAND PRAIRIE TX 75050 umlrD CIGNA INS, CO. m G GREAT AMERICAN IR9. Co. THIS Is TO CERTIPY THAT THE POLICE!$ OP INAURANOE LI$TIO WOW RAVI 9ttM 111UND to It 1H1U !b NAM10 Alore FDA tHI ►0LIO h�►MIOt} INDICATED, NOTWITHSTANDING ANY REQUIREMENT TSRM OR CONDITION OFOY OONTRAOT OR O1HIq bOOUNT WIlH RESPECT TO H10 THISS CERTIFICATE MAY BE IISUED OR MAY PERTAIN 1H� INON AFFORDED eY THE rDLNREb D/lOp1!!1D NIR 1 11 •UBJEOT TO ALL 141t TERIIAAB, a BKOLUSIONS AND CONOITIONN.O 0. POLICIES. LIMIT$ SHOWN MAY HAVE IeIN REDUCED BY $ AID OLAIMS. be fr►I O►INIIMAN01 ►OLNn NUMIM b�tiM 1 OAT$Y L pM'Y) LWIts. GWMAL LIAtILNY XX COMMERCIAL eIHIRALtMIILm SINYILLL ASeRleltl 111909+900. ,...ImAoAa MAGIt XT1I1IDDDUR. 1 ..:1 CP42943 5-13-93 5-13-94 PRo00011-COM►ro►AOo. hhtONAl1ADV.IIEJYRY 1'.11/out.), QQQ `iI.Q9QTSlgU OWNIR't # OONIRACTOR'I PROT 4AONp000RRINOI ;T 11 OOQ1000 ........... ....... hhlbAYAGIAny ■■,1141 1 SQr!?QQ mEo,liB�k! ar 1 AUtOMOPU X�JffAUTO LMI LITY OOMIIMe Mott LIMIT 11►Op0Eb00 AuormKDAUT0 CAGO03501 3-2-93 3-2-94 IDDLYINivar 1 I ON= to AUTO# I" Im"W1 X Imlo AUTO& IWUIIY ow 1 X ON-OWNlO AUTDt 'Y MMI) GARAGE LIAIRM PROPIRTY OAMA►I f INCE##uAIUTY IAOHOODUriftot t 000 000 Xk)M#RILLA rOAM SPOI1625 5-13-93 5-13-94 A"Reske 11./066I,606,. OTHER THM, UMeRm" PORM lL;.i'"'•.•..T'�/'T", , " i,. WORNIR7 00MPMAT10N AND ITATUTORY LIMITO IAOHAoDiDlHr :: . •; /OOIF100L1 C36500487 2-27-93 2-27-94 ,. o11tAII-POLRIY LIMB 1 SOO/bOO1 IMPLOYIM'LIAIILIfT DIIWb-IAONIMPLOYII I b 5 0 0 000! OTHER MAX PER LOSST 9')51000 CONTRS, EQUIP. TIM7389244 4.-20-93 4-20-04 MAX PER 2.'CkMs 4-8IObb1 oltempTION OF O►INATIOMAACATIONIWINICLIHQIOIAL RON ' ** A BUILDERS RISK CP42943 5-13-93 5-13e-94 $820,500. The City of Denton (addrs. below) its officials agents, employees and volunteer are added as ddi WOW CITY OF DENTON OF TIH A/Dv8 Dlloplllb MoLk11l/ !! CANOb1 Lbn 16rOgN t111 OFFICE OF PURCHASERDAY$"rr"N19Dtlok 901 B TEXAS ST. DATE T{itglo►, tHE IA6UIN0 oDM►ANv WILL $Nb1AvON ib TU OWIPIDAt! HoLbbA NAM10 t6 tH! TOA AItURB rg,,MM1KIL IUDN M ik $HALL Impose No obuaAlIdN ON DENTON TX 76051A UPDN HK0MPANr IAaENitoNUIBROWNl��a:��,a, ,,�;�,, • ,' !B4>i�l'!nl "III FEB 18 '94 17.35 214 27e 9299 PAGE.002 GARLAND COMMERCIAL TEL NO.214-278-9299 Feb 26,94 15:58 P.01 /�•.,�, & 4 DATE 2-25-94 TO CITY OF DENTON ATTENTION TOM SHAW MK CONSTRUCTION TIME FROM RON BROWN 4 PAGES (INCLUDING COVER PAGE) MESSAGE: THE FOLLOWING IS A REVISED CURRENT CERTIFICATE. (CURRENT WORKERS/COMP POLICY PAGE FOLLOWS IT. WE HAD DIFFERENT INFO. ON OUR RENEWAL SO I CHECKED IT.) ALSOr ENCLOSED IS THE NEW CERTIFICATE SHOWING THE NEW AUTO AND WORKERS/COMP COMPANIES. WE HAVE SENT HIS WORKERS/COMP APPLICATION TO THE FUND "START PROGRAM". IT WILL COST AN.ADDITIONAL AMOUNT FOR HIM UP FRONT, BUT COVERAGE IS GUARANTEED. AS QUICKLY AS 24 HOURS AFTER RE— CEIPT IF NEEDED. WE WILL HAVE NO PROBLEM KEEPING MK'S COVERAGE CONSTANT. PLEASE CALL IF YOU HAVE ANY QUESTIONS. 3960 Broadway, Suite 220N, LB2 • Garland, TX 75043 Phone:2141840.0220 11-800/659-8403 Fax:214/278.9299 FEB 26 '94 17:04 214 278 9299 PAGE.001 GARLAND COMMERCIAL TEL NO.214-278-9299 Feb 26,94 15:59 P.02 AICORII. T25-94 2 PRODUCER GARLAND COMMERCIAL IRS. AGENCY HIS GERTIR MATTZR OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CORTIP10ATE HOLDER, TN18 CKRTIFICATE NOT BROWN & LOGAN) DOES ANTS D, EXTEND OR AI.T%% THE COVERAGE APPORbBb BY. THE POUCI Ir..78Pendae (FORMERLY BELOW. ., P.O.Box 472421 -° Garland, TX 75047 9990 COMPANIES WORDING COVkHAGE (214)$400220 LLBTTc'R'xYA UNITED NATIONAL iNS, CO.. .__.._ ............._._......,.__,.__.__......... ... ._.....•_-. MSURBD LBaOMTrcn Y 8 HOC COUNTY MUTUAL• INS. CO, M K CONSTRUCTION CO. 1501 PARKER RD. DOMPANY .... .... .. . . ................ ....... _.....,...._.. _ LETTLR C ASSOCIATED INTERNATIONAL INS. CO. GRAND PRAIRIE TX 75050 'Ll'IT .e'L"YD CIGNA INSURANCE CO. L YS GRB4T AMERICAN INS, CO. THIS 18 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN IBBUBD TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATEC, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IB SUBJECT 10 ALL THE TERMS. OF EXCLUSIONS AND CONDIITIONORPOLICIES MAY HAVE BEEN BY SUCPERTAIN, LIMITS SHOWN AkOUCED PAIbb� + tY►! of INBYAANOE POLICY NYMBBA oMBY1MAl1011Ym D wi (M on ONI . .LIMIT! OEMBRAL LIABILITY 91NSRAL AGGREGATE / 1 11999000, A j( COMMERCIAL GENERAL LIABILITY � PROOUCTB-COMPIO►AGO. /j0000,000. (' ICLAIMS MADEij(XJODDUR. CP42943 5-13-93 5-13-94 0,o00,0 OWNER'S A CONTRACTOR'S PACT ON DGOURBNOB 00. Ei1•000,00. I�PiRBDNALiAiv.iwiinv ►RB DAMAOE(AAy EA. Brd) 1 501 Q00. ....... ... ... ....... . ..... ... . MBo. E"iiµ,q ON .. ' 5 O AUTOMOBILE LM8ILITY COMBINED SINGLE IUMIr �11000,oU0. A ANY AUTO X11401120 TO BE ASSIGNED 3-2-94 3-2-95 ALL OWNED AUTO$ .SOHEOULBo EMILY INJURY 1 AUTO$ (PIN WMI, XAUTOS XJLNON-OWNED AUTOS BODILY INJURY (For RwIdw) S GARAGE LIABILITY PlNfrearrbAMAGE 1 EXCISE LIABILITY BASH o000RRBNCI /1,000,000. C ..X UMBRELLA PORM SP011625 5-13-93 5-13-94 AO9RBBATE OTHER THAN UMBRELLA FORM y,r, , ,B,j.,�000,.0.00 - WOMIEA7GOMPENBATI9N STATUTORY LIMITS '�•li i1'•' .. D AND C39583756 3-5-93 3-5-94 EACH ACCIDENT 4500,000, DIeEASB�PDLI.rumT $500,000 BMPLOYlM' LIABILITYOIBEASE—SAaH EMPLOYS/ / E OTHER CONTRS. EQUIP. TIM7389294 4-20-93 4-20-99 MAX PER LOSS1 $75,000 MAX PER ITEM! $25,000 DU M►TION OF OPBRATIONSM104 a 1-1-PEOIAL ITEMS ** BUILDERS RISK CP42943 5-13-93 5-13-94 $820,000. The City of Denton (addre. below) its officials agents, employees and voluntee are added as jjht n THE CITY OF DENTON NY OP THE Aso" CBS CRIBED POLICIES BE CANCELLED BPFORE THE OFFICE OF PURCHASER N DATE THERBOP, TN NO COMPANY WILL ENDEAVOR 10 901 B TEXAS ST. D ICE f0 OERTIFIQATE HOLDEN NAMED TO THE DENTON TX 76051 IMAIL AIL ML BU OTIOE SHALLIMPOSE NO OSLIOATION OR PMS BROWN FEB 26 194 17:05 214 278 9299 PAGE.002 GARLAND COMMERCIAL TEL NO.214-278-9299 Feb 26,94 16:00 P.03 GYM POLICY NOM06R C3 95 83 75 6 IWC CIGNA INSURANCE COMPANY OF TEXAS NCCI CARRIER CODE 1537? WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY P'New: ® Renewal; ❑ Rewrite of: sYM PREVIOUS POLICY NO. IWC C3T994T3A MC.REINO I.O.D. RATE PLAN PEC.AOCT. SA►ETV GR0 TAROET RIeK COMMIial UN PERIOD YES PAn CLASS VES NO IIT.PLN.CO. NO yea NO Yai ND NUMBER PEP CENT AMOUNT X I X X X 3.0 0 T� Item 1. MMAC KOSHNOODI Inter/Intrastste Identification No.: The DBA M K CONSTRUCTION COMPANY Insured APPRIREOAD 17719GRNDAI ECIE TX T5050 DIRCTBLLD Mailing ®InelYtdual ❑PMtnenhlp Address L ❑coma:elian ❑ Employer's Identification No.: FE'IN #t 7520SB572 Other workplaces not shown above: STATE OF TEXAS Item 2. Policy period from 03-05-93 to 03-05-94 12:01 A.M., slaldad little at the insured's mailing address. Item 3. A.Workers Compensation Insurance: Part One of the policy applies to the Workets Compensation Law of the states Ilsted here; TEXAS S. Employers Liability Insurance: Part Two of the policy applies to work In each state listed in Item 3.A. The limits of our liability under Part Two are: Bodily Injury by Accident 4 500. 000 each analdRnt Bodily Injury by Disease 4 500 .000 policy limit Bodily Injury by Disease 4 500.00 esoh employee C. Other States Insurance: Part Thee Of the pollcY applies to the states, If any, listed here: Item 4. The premium for this policy will be determined by our Manual of Rules, C4salRcati0m, Rates and nating Plans. All information required below Is subject to verification and change by audit w FEB 26 '94 17:06 214 278 9299 PAGE.003 GRRLAND COMMERCIAL TEL NO.214-278-9299 Feb 26,94 16:00 P.04 PADDUCER 0 IO 0 Y D T 0 TOON GAAIAND COIRMERCIA61113 OONPlR/!HIRTIP1440)VAT/ HOLDlR. T I/ 0 RTIFIOAT/ v AGENCY DDlB NOEqTCDYBRAOE AfiL1gD�D BY, THE 'Ir.R,.pendan (FORMERLY BROWN & LOGAN) POLICIEG BELOW fnruranCO noeuf. P.O. Box 472421 COMPANIPS APPORDINGI COVERAOit - Garland, TX 75047-9990 .. .... :. .... , (214}840-0220 L[Rr A UNITED NATIONAL INS • CO. LDEOTMTcAPAYb COLONIAL COUNTY INS. Co. M K CONSTRUCTION CO. IdiTT 0 ASSOCIATED INTERNATIONAL INS, CO. 1501 PARKER RD. GRAND PRAIRIE TX 75050 LrB°yy;gYD TEXAS WORK/COMP INS. FUND °inenYS GREAT AMERICAN INS. CO. Vovan THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW NAVE 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 POLIOIES DESCRIBED HEREIN IS SUBJEOt TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. OR ITYPE D/ INEUMNOS POLIOV NUMBER O NJIMURIO p��TD,Y�"NEA116H' LIMIH WDVM GENERAL LIABILITY OENSRAL AOOREOATS I I D Q O 0 Q 0 0 A XX. COMMERCIAL GENERAL LIABILITY P 101300 B•COMP/OP AGO. S. 1, Q Q O, 000 I0LIUMBMADEkilowup. CP42943 5-13-93 5-13-94 PERSONAL LADV. INJURY q 1,00010QQ OWNER'S A CONTRACTOR'S PROT. EACH 606UFIRIWI Y 11000IOQQ .. ....-........__. FIRE DAMAGEIAnyess11%) E 500000 MM 000014E WN ene 6' 9.00(111 A AUTOMOBILE XX LIABILITY ANY AUTO OOMBINEO SINGLE UNIT S 11000000 ALL OWNED AUTO& TO BE ASSIGNED 3-2-94 3-2-95 BODILY INJURY BCHEOULED AUT66 Mar BMW) e XX HIRED AUTOS BODILY INJURY G XX NON -OWNED AUTOS (Per eleleenll OARA6B LIABILITY PROPERTY OAMAOR L EEOEBS LIABILITY EACH ODOURRGNCE B 10000o ODD C XX UMBRELLA FORM SPOI1625 5-13-'93 5-13-94 AQGRR0A7B B 1. 000 OOD I I OTHER THAN UMBRELLA FORM I WORKER'S COMPENSATION I I STATUTORY LIMITS D I AND TO BE ASSIGNED 3-5-94 3-5-95 1EACH A001DENt F OQEOOp� I DIBBASE—POLICY UMI1 EMPLOYERS' LIABILITY I I OnEASE—EACH EMPLOYEE I P. ' E10THOSINTRS. EQUIP. TIM7389244 4-20-93 4-20-94i MAX PER LOST: $751,000 MAS PER ITEM! $25000 i DESCRIPTION OF OPERATIONGILOCATIONGWEHICLEGRIPBCIAL ITEMB ** A BUILDERS RISK CP42943 5-13-93 5-13-94 $820,500. The city of Denton (addrs, below) its officials agents, employees and voluntee are added as additional insured. CITY OF DENTON HE ABOVE DESCRIBED POLIOIEO BE OANOELLED BEPOnE THE E THEREOF, THE INS COMPANY WILT. ENDEAVOR TO OFFICE OF PURCHASERIiE T S CERTIFICATE HOLDER NAMED TO THE 901 B TEXAS ST. NOTICE SHALL IMPOSE NO OBLIGATION OR RV)TWt DENTON TX 76051 COMP ITSAGENTS OR IISPRESS.ITATIVEA, AWYG OWN rRIF FEE 26 '94 17:06 214 278 9299 PAGE.004