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