Loading...
2004-143AN ORDINANCE OF THE CiTY COUNCIL OF THE CITY OF DENTON, TEXAS APPROVING AN AGREEMENT FOR CONSTRUCTION SERVICES FOR THE RENOVATION OF THE CITY OF DENTON CMC CENTER AND EMILY FOWLER LIBRARY BETWEEN THE CITY OF DENTON AND C.R. REYNOLDS, INC. BASED ON THE COMPETITIVE SEALED PROPOSAL METHOD OF PROCUREMENT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (RFCSP 3148-RENOVATION OF CMC CENTER AND EMILY FOWLER LIBRARY AWARDED TO C.R. REYNOLDS, INC. IN THE AMOUNT OF $2,634,637.50). WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for the purchase of Construction Services in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and reviewed and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation 6f funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. That the items in the following numbered request for proposal for materials, equipment, supplies or services, shown in the "Request Proposals" on file in the office of the Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFSCP NUMBER CONTRACTOR AMOUNT 3148 C.R. Reynolds, Inc. $2,634,637.50 SECTION 2. That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Proposal Invitations, Proposals, and related documents. SECTION 3. That should the City and person submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager or his designated representative is hereby authorized to execute the written contract; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. That by acceptance and approval of the above numbered items of the submitted proposals, the City Council hereby authorizes the expenditure of funds therefor in the mount and in accordance with the approved proposals or pursuant to a written contract made pursuant thereto as authorized herein. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the /~/~ dayof (~/~ ,2004. EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY 3-ORD-RFSCP 3148 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 4th day of Mny A.D., 2004, by and between of the County of D~ntnn and State of Texas, acting tlxrough Michael A Cnndnfi* thereunto duly authorized so to do, hereinafter termed "OWNER." and (2 R 1~eynnlcl~. Inn PC} glnx glo Rh~rmnn, Te'ga~ ?~001-0~I10 of the City of 1Dentnn , County of Denton and State of Texas , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Arnhltam~ lob ~0~115 ~ ~e mount of $9.6Rd.fg7 5n and ~ ex~a work ~ co~ection · erewi~, under ~e ter~ as stated ~ ~e Gener~ Conditio~ of ~e agreement; ~d at his (or ~ek) own proper cost ~d expense to ~sh ~1 materi~s, supplies, machinery, equipment, tools, super~tendence, labor, i~ur~ce, ~d o~er accessories ~d services necess~ to complete ~e work specified above, ~ accord~ce wi~ ~e conditions ~d prices stated ~ ~e Proposal a~ached hereto, ~d ~ accord~ce wi~ ~1 ~e Gener~ Condkio~ of ~e Agreement, · e Special Conditions, ~e Notice to Bidders (Adve~isement for Bids), ~s~ctions to Bidders, and ~e Perform~ce ~d Payment Bonds, ~1 a~ached hereto, ~d ~ accord~ce wi~ ~e pl~, which ~cludes ~1 maps, plats, bluepr~ts, ~d o~er draw~gs ~d prated or wri~en expl~ato~ ma~er ~ereof, ~d ~e Specifications ~erefore, as prepped by: gnnzinti~ Y~ (2nrnpnny Arehitect~ all of which are made a part hereof and collectively evidence and constitute the entire contract. CA - 1 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. nf D~ntnn BY: /,- Idlcx C~J~ (/ - ATTEST: (SEAL) C. R. Reynolds, Inc. Chris Reynolds, President CITY ATTO~ P. O. Box 310, Sherman, TX 75091 MAILING ADDRESS 903-891-3996 PHONE NUMBER 903-891-3997 FAX NUMBER BY: TITLE President Chris Reynolds PRINTED NAME (SEAL) CA - 3 Bond #103974220 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That C I~ Weynnld~. lne~'~hose address is pO Rnx 210 Rherrnan. TX 75001-0210 hereinafter called Principal, and Travelers CaS,~uarlettY,,an a corporation organized and existing under the laws of the State of CT , and fullv 2 ~ Company authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto of the City of Denton, a municipal corporation organized and existing under the laws of the StateAmerica of Texas, hereinafter called Owner, in the penal sum of Twn m4lllrm ~i~c hnndrext thirty, fcmr ~-hmmand ~ix hnndred thirty, aevem DOLLARS and Fifty Cents .~.2.6a4.6'~7 50)~'~s ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, fn'mly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number ~ with the Ci~ of Denton, the Owner, dated the 4th day of May A.D. 2f104'", a copy of which is hereto attached and made a part hereof, for ~g'C~RP //qldR - City. nf Dentcm - C~ivln (2~.nt~r ~ ~mily Fnwle~r l.ihrnry l~nc~vation - Rnnzinti~ ~r (2n Arnhitent~ lnh #0'41 ] 5~ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety,. and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, coVenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shah repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (I) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shah fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PB - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 7 day of May , ~ a n 4 ? ATTEST: SECRETARY BY: Chr±s Reynolds PRESIDENT ATTEST: SURETY BY: Travelers Casu~ BY: A~T~ The Resident Agent of the Surety in Denton County, Texas for d~ of the process is: NAME: John D. Fulkerson urety Comfy o'f America I-FACT Kae Gibbons ry of notice and service McQueary Henry Bowles Troy, LLP STREETADDRESS:12700 p~'rk' Contra] Dr., Ste 1700, Dallas~ Texas 75251 (NOTE: Date of Performance Bond must be date of Contract. corporation, give a person's name.) PB - 2 If Resident Agent is not a Bond #103974220 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § Travelers Casualty ~ and KNOW ALL MEN BY THESE PRESENTS: That c~ ;~ Reynnlda, Inn , whose address Surety iS PO gc,'~ qlO ,qharman, TX' ?~;0ql-Oqlf} , hereinafter called Principal, and Company of Americ.~orporation organized and existing under the laws of the State of CT_, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of Twn milllnn ~iY hnndred thi?y fnllr thOll~nnd Rix hundred thirty, ~even DOLLARS and Eifly Centsr.'~,.9.f"4d.,6't7 '~0)'il~lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, fknnly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number with the City of Denton, the Owner, dated the 4th day of May A.D. 2('}~4,~copy of which is hereto attached and made a part hereof, for l~gc.qp #qldR - City cfi Dentnn -.(21vit~ Center ~ Emily Fowler l.ihrary Rennvatlnn - Rnn~intie ~ Ca Arnhitent~ Tnb #Oql 1 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall rema'm in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. PB - 3 AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated ages is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 which shall be deemed an original, this the 7 day of May __ copies, each one of ATTEST: SECRETARY BY: Chris Reynolds PRESIDENT ATTEST: SURETY Casualty a~'d[ gn~yb~ .... ~ f Americ~ rave r __ The Resident Agent of ~e SureW ~ Denton Count, Texas for de~e~ of notice ~d service of ~e process is: NAME: John D. Fulkerson McQueary Henry Bowles Troy, LLP STREET ADDRESS:12700 Park Central Dr., Ste 1700, Dallasr Texas 75251 (NOTE: Date of Payment Bond must be date of Contract. corporation, give a person's name.) PB - 4 If Resident Agent is not a Travelers One Tower Square Hartford, CT 06183 February 2003 Terrorism Risk Insurance Act of 2002 Update Required Notices For New/Renewal Business Dear Travelers Bond Agent or Broker: As you know, the Terrorism' Risk Insurance Act. of 2002 ("the Act") became law on November 26, 2002. In January, we wrote to advise you of the key features of the Act and its implications for you and your customers. Among these key features are those requiring that notices be sent to all existing and future customers which disclose: (a) the premium charged for providing terrorism coverage required under the Act; and (b) the Federal Government's share of compensation for such losses. We have since sent the notices required under the Act to all Bond customers with coverage in force as of November 26, 2002. As we indicated in our January communication, we must also provide such notice as a separate line item on all new and renewal business and on all formal. written quotes for such business. For many of our products, these notices will be sent directly by Travelers Bond from our offices. However, it will be necessary for you to provide the required notices with all Travelers Bond products and formal written quotes which you issue on our behalf. To that end, we have attached a copy of the notice which must be attached to all Travelers policies and bonds, and to any formal written quotes, which you issue on or after February 24, 2003. We thank, you in advance for your assistance and cooperation in implementing the requirements of the Act. If you have any questions or concerns, please don't hesitate to contact your local Bond Underwriter. Travelers IMPORTANT NOTICE TO OBTAIN INFORMATION OR IVIAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of'America, Travelers Casualty & Surety Company, Travelers .Indemnity Company, Standard .Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond At'm: Claims - 1500 Market Street West Tower, Suite 2900 Phi!adelphia, PA 19102 (267) 675-3130 · (267) 675-3102 Fax You may contact the Texas. Department of Insurance to obtain the information on companies, coverages, rights or complaints' at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-°3439 ATTACH THIS NOTICE TO YOUR BOND. Tb2s notice is for information 0nly and does not become a part or a coridition of the attached document and is gNen.to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. TIL4. VELERS CASUALTY Ah~D SURETY COMff~.ad'CY OF A/VIER1CA TRAVELERS CASUALTY AND SURETY COMYANY FA~Lx, IUNGTON CASUALTY COMYA~Y Hartford, Connecticut 06183-9062 POWER OF ATTOI:hNEY .~dND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALI~ERSONS BY THESE PRESENTS, THAT TRAVELERS CASy~A.L~TL~A~T~ SURETY CO1ViP.~N'Y OF ~,~'m,'~,/~"~'AVELERS CASU~.LT¥ AND SURETY COMPANY and FArunlN~,~u~' CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their pr/neipal offices in the City. of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, an,d. do by these presents make, constitute and appoint: Bill Henr~-, Dennis Dowd, Donnie D. Doan, Doyle l:Iix, John D. Fulkerson, Kae Gibbons,/' Michele Degnon, Tom P. Ellis, III, of Dallas, Texas, their true and lawful Attorney(s)-in-Fact, With full power and authority hereby conferred to sign, execute and ack_nowledge, at an)' place within the United States, the following instrument(s): by his/her sole signature and act, any and ail bonds, recogmzances, contracts of indemnity, and other writings obligatory in the nature of a bond. recdgnizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were sigmed by the dui), authorized officers of the Companies, and all the acts of said ,~'t, toruey(s)-in-Fact, pursuant to the authori~' herein given, are hereby ratified and confirmed. , . This appointment is made under and by authori~.' of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, an_,,, Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attumeys-in-Fact and Agents to act for and on behalf of the company and may give such appointee s~ch authority as his or her certificate of authority may prescribe to sign wtth the Company s name an seal with the Company's seal bonds, refiogn~zances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority te one or more officers or employees of this Company,.provided that each such delegation is in writing and a copy thereof is filed in the office of the SecretmS.'. VOTED: That any bond, recognizance, contract of inderan/tv, 'or writing obligatory in the nature of a bond, recoo~xi, zance, or conditional undertaking shall be valid and binding upon the Company whan (a) si~ed by the Presidefit, any Vice Chou'man, any Executive Vice President, any Senior Vice President or any Vice President, any Secan~l Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secreta-h' er any Assistant Secretary and duly a[lested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescr/bed in hi~ or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted bY the Boards of Directors of TRAVELERS CASUALTy AND SURETY COIVI:P~NY OF AB'IERICA, Ti:L.A. VELERS 'CASU3JLTY AND SURETY COMPANY and FARB'iINGTON CASUALTY COiVIPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the follox~in-~ officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretar,~ an)' Assistant Secretm3, and the seal oft_he Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointth~- Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bends and undertakinas-and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile sea[ shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal sball be valid and bind/mc upon the Company in the future with respect to any bond or undertaking to which it is attached. (11-00 Standard) puoEl 'fuel, a JoeS lue~s!ss¥ uosu~qor 'l~ pon a!lqnd 'isel°N ~00~ '0~ ounp saJIdx9 uo.s$l~LiJo:3 ~ luop!saad a3!A Jo.uas u°sdLu°q-L 'M oSaoa9 ANVaY~IOD AI,'iVllSV3 NOI. O/',D[IAI}FV,tI VDIH3JAIV ~0 X~4V~HAIOD AJ~HHD$ ([iXW' A-I. qYflSVD S~H"IHAVHI CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: · Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A. Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. · Liability policies shall be endorsed to provide the following: Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. · All policies shall be endorsed to READ: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLy CHANGE WITHOUT 30 DAYS ADVANCED 'WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED". Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: IX ] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $~,a~n,nar) shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: ~× ] Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. · Coverage B shall include personal injury. · Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $1 .at)t~.ofln 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 minimmn 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 again.qt the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment I in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [] [] [1 [Xl [] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and ~aintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least .combined bodily injury and property damage per occurrence with a aggregate. Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. ATTACHMENT 1 [ x] Worker's Compensation Coverage for Building or Construction Projects for Governmental F~ntities A. Definitions: Certificate of coverage i"certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage, based on proper reporting of classification codes and payroll mounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll mounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-lnsurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 13:52 940 349 7302 CITY OF DENTON PURCHASING #~057 P.003/010 ..COMPETITIVE SEALED PROPOSAL I~OR CONSTRUCTION CONTRACT Proposal of C. R. Reynolds, Iuc. (H~'rciriafter called "Proposer"), *a corpoxaflon, orgaxdzcd aud existing under the laws of thc State of Texa.s, · parmership or *an individual doing business ss." TO: THE CITY OF DENTON DBNTON, TX 76209 Gentlemen: Thc undo'signed, in compliance with your invitation for competitive sealed proposals for the City of D~ton - Civic C~t~r & l~mily Fowler Library R6'novation, Booziotis & Co. Architects Job #03115 for the City of 'D~nton, Texa~, having examined the drawings and specifications with r~lated documents and being fan~iliar with all of th~ conditions sun'ounding the construction of the proposed to furnish all labor, material, equipment, and supplies and to construct the work in accordance with the Con~ract Documents, within the time set forth herein, and at the price set forth below.' These prices ar~ to cowr all expenses incurred in psfforming the work required under tile Contract Documemts of which this proposal is a part. ADDENDA The Proposur furthe~ agrees, and. acknowledges the following Addenda have been r~c~ived and tha~ the entir~ contents thereof have be~ inco~orated into this Proposal: No. one , dated 4-2~.2004 No. , dated No. Two , dat~l ~-8-2004 No. , dated ADDENDUM NO. 2 PAGE - 1 940 3A9 7302 CITY OF DENTON PUACHASING #4057 P.00A/010 !aROPOSED_BASE AMOUNTS Proposer agrees to perform all of the work described in thc specifications and shown on the drawings for the total sum of Included in the total sum above a~¢ the following Proposed Base Amouuts: Proposer agr~s to perform all of tho work described in the specifications and shown on the drawings for tho Civic Center portion of the work for a total sura of (s l,OtZ,' ! q' 5. no ). Proposer a~r~s to p~rform all of th, work describod in the specifications and shown on th~ drawings for tho Emily Fowler Library portion of the work for a total sum of ~,,u¢. ,~,ZA,',,.,,,,' T~o ~u~.,~,~Oo 7~,',,,r~..- ~,_~-~,,.~ ($ /j 2. Z'7. t'~%, om ). · ~Araount$ shall be .~hown in both words md fi~r~. In case of ctisc~"p~ucy, the araount shown in words will govern. PROPOSED ALTERNATE AMOUNTS Refermce Specification Section 01230 Alternates for complete d=scfiption of alternate bid ite,~, Proposer agrees to perform all of tho work described in the specifications and shown on thc drawings for each of tho Alternate bid it~as for tho indicated amounts: (indicate whether itam is an Add or Deduct from base amount) Emily Fowler Library: Alternate No. 1.01: ~ere~ing hcigh~ of perimeter wall at east mechanical yard. Alternate No. 1.02: Repair tile screea at f~ont entrance to butting. A~o%mt:Five thousand nine hundred seventy-four aoi±ars an~.no/£UO [$ 5,974.00 One thousand ~ive hundred/.dallars and no/lO0 ADDENDUM NO. 2 PAGE - 2 ~PR%08'2004 13:5Z 940 349 7302 CITY OF DENTON PURGF. A~ING #4057 P.005/010 ($. 1,500;00 Alternate No, 1.03: ~ ~ Construct ncw planting bcd on North face of ex~stingAmount: 0n'a thousand four hnndred eighty-five tilt screon at front entranco to the building, dollars and no/100 Alternate No. 1.04: Repair landscape rota~uing walls. Alternate No. LOS: Paint the exte~or plaster and brick surfaces of the existing building. Alternate No. 1.06: Repaint oxisti~g exterior Alternate No. 1.07: Consla'uct now wood trellises on existing m~tal framing. Alternate No. 1.08: Move existing air handler at south Mechanic~,l 110 to t2m ~outh. Ret. Mechanic. al Drawings. Alternate No. 1.09: Provide owrhaul/maintenance of east exterior dr handlem Alternate No. 1.10: Install manual miler shades, Alternate No. 1.11: Upgr~le of manual miler shades to electric. ($ 1,485.00 AIIIOIlBt: Four thousand dollars & no/100 ($ 4,000.00 .*mount: ~o~t: Twenty-four thousand fifty-seven dollars and no/100 (~ 24,057.00 ($ ~;', ) ' ~._ D~tuct Amount: ~o~t: ~enty thousand four hundred thirty-four dollars and no~'100 ($ 20,a3 .00 .... ~o~t: Fifty-eight thousand six hundra~ ninety-f tva dollars and ($ 58,695.00 ) ADDENDUM NO, 2 PAGE - 3. 13:52 940 3~9 7302 CITY OF DENTON PURCHASING %&057 P.006/010 Aiteraatc No. 1.12: Inkall granite cotmtcrtops in,~ead of plastic co~t~ops at ~ c!~ula~on ~f~co desk, ~d s~co desk, Alternate No. 1.13: Install c~nt~r work cotmtor at 127 Wor~oom, AiTlotmt: Two thousand seven hundred seventy-two dollars adh no,t00 ($ 2~772.00 ) Civic Center: Construction ora covered outdoor plaza w/stai~less Amount: /-,9 ~ ~J / ~ ~'~ ~_~ steel columns, paiuted m~d ceiling and truss system and a copper standing sears roof with copper gutters and stainless steel down spouts. Alteruete No. 2,02: Construction ora cowrcd outdoor plaza w/stainless Amount: steel columns, p~t~ metal ceiling and truss system and a ~alvalume s~andir~ seam roof with painted metal gutters'and painted metal down spouts. metal columns, painted metal truss system and a fabric roof system with no gutters or down spouts. Alternale No, 2.03: Alternate No. 2.04: R~place glazing of the Offices on the Sou~i side of the Civic Center with insulated glass. Alternate No. 2.05: Rsplace glaziag of the clercaory wiudows around the Auditorium of the Civic Ccat~r with insulat~l glass. Alternate No. 2.06: AmOUllt: Three thousand thirty-six dollars and no/100 ($ 3.036.QQ AmouBt.TwentT-ffve thousaud three hundred fifty-five dollars aid ~o/100 ($__25,355.00 ~ D~luet ADDENDUM NO. Z PAGE - 4 PR.'08~2b0'4 13:53 940 349 7302 CITY OF DENTON PURCHASING #4057 P.007/010 K~placc fee c~a:~ic wall and floor file in the South Ke~trooms with wall ~.nd floor finishes to match the No~ Resu'ooms Alternate No. 2.07: Provide n~w water line'to P. oorn 203 for electric ~offeerrmker: Fifteen thousand two hundred eighty-six dollars and no/100 ($ 15,286.00 ~lO~t: Four,.hundred ~ighty-four dollars and no/100 ($ 484.00 ) ~.dternate No. 2.08: CAddy) ~ Subserve solidpolyrnertoiletpaz~onsforrestroomAmount Three thousand six hundred th~'rty lr011ov~tiol~$, dollars and no/100 Alternate No. 2.09.' Infill (2) openings bctwean the Vending Ar~a No, 100 and Exl~bit Hall No. 101 with bri;k. Alternate No. 2.10: Ci' Provide new wate~ Line and counter for electric coffeemaker to Ve~tibule No.116. Alternate ]No. 2.11: Provide 50% of the light ~xtures described in Alternates Nos. 2.01, 2.02 &: 2.05. Alternate No. 2.12: Provide ADA accessible ~ and c~;~ for counter with accessible knee-space in Community Room No. 154. Alteraate No. 2.13: Move door to ~anitor's Closet No. 108 to the North wail. R~move exi~ng door. , Alternate No. 2.14: Provide Kitchen equipment specified in Section 11400 - FOOD SEKVICE EQUIPMENT. ($ 3,630.00 Amotmt~,-One thousand four hundred three . dollars arid no/100 ($ 1,403.00 thousaud Anoint: Seven hundred fpr~¥-~?h~ · and mo/100 ($ 1 ~748'.00 .~llol.mt: Two thousand s±x hundred forty dollars and no/IO0 ($ 2~640.00 A~oUllt: Nine hundred eighty-seven dollars and 50fl00 ($ 987.50 ~) D~cluc~ Amou/lt: ~enty-five thousand two hu~d~ad twenty-nine dollars a~d no/100 ADDENDUM NO. 2 PAGE 13.:53 940 349 7302 CITY OF DENTON PURCHASING #4057 P.008/010 ($'25,229.00 ' ) PROPOSED UNIT PRICES Reference Specification Section 01270 Unit Prices for administrative and procedural mqui~ents for unit prices and complete description of unit prices. Unit Price No. 1: Unit Price No. 2: Unit Price Ne. 3: Unit Price No. 4: Unit Price Ne. $: Unit Price Nc. 6: Unit Price ]Ne. 7: U. it Price ~o. 8: · Unit Price No. 9: Unit Price NO. 10: Unit Price No..ll: Unit Price No. 12: Unit Price No. 13: Unit Price No. 14: Unit Price No. IS: Unit Price No. 16: · Unit Price No. 17: Uuit Price No. 18: Unit Price No. 19: General Excavation: E~rth and/or ~ravel $ G~neral Excavation: W~a~ed ~e~one $ T~oh Excavation: B~ ~or ~vcl $ T~oh Excavation: Wea~ Hmeston~ $ ~ F~: Comp~ed 3000 psi Con~e in p1~e $ 4000 psi Concrete in plato $ 3.30 per ell yd 6.00 per gu yd 14.00 per ou yd 21.00 per cu yd uyd Cabinets: plastic lzmlnate clad base cabinets (with$ drawer and door) Drilled piers: 18" diameter $ per lin fi D~illed piers 24" diameter $ per lin it Drilled pier~: 30" diameter $ per lin fi Drilled piers: Temporsry Casing: 18" diameter $ 18.75 per lin ~ Drilled piers: Temporary Casing: 24" diameter $ 24. oo per lin fi Drilled piers: Temporary Casing: 36" diameter $ 37.00 p~r lin it Dl~twall Partitions: $ 30.36 per lin ~ 3 $/8" mtl studs, 5/8" Type X gypsum board Drywall Partitions: Sound Rated $ 54.78 per lin fi Doors: 3-0 x %10 oak door, installed $ 776. oo each Doors: 3-0 x 7-8 1/2 oak door, installed $ 776. on each 120v wall convenience outlet: chqavall partition $ 55.o0 each 120 v conv~ience floor outlet. Coneret~ floor, $ ~ ? ~ nnl each two hour rated, poke-thru floor device 120 v, 20 amp circuit $ 125. oo each Calpet tile (nos. l-5) $ n/a each Ca, pet roll goods $ ... ~/~ sq yd Cabinets: plastic laminate clad upper cabinets $ //~;L ~ e~ . per lln il with under cabinet lights /~,.~'. ,o r~ . per lin ft The undersigned agrees to complete all the work ready for the Own~'s ecc~iance, within ADDENDUM NO. 2 PAGE - 6 13:53 940 349 7302 GITY OF DENTON PURCHASING #4057 calendafday* aft,r not/co to proceed w/th the work as given by the Owner, fully realizing that the co'nt~a,t will carry liquidated' damages provision in the mount of One Hundred Dollam ($100.00) per day. **Amount sh~ll be shown in both words and figures. Jn case o£ discrep~.ucy, thc mount shown in words will gowm. EXAMINATION OF SITE: By signing the Proposal Form, contractor acknowl~lgos he is an authorization representative and has ~xaminod the site and is aware of all field conditions, wMch may affect the work. I (or we) al~* to promptly fturdsh a corr~t and cra'rent fumucial statement of condition with a list of owned equipment and an experience record of completed projects for ~xamination by Owner and Architect, ffsame is required. NOTE: ON THIS TYPE OF PROCUREM[ENT, THE THREE PERCENT LOCAL PREFERENCE IS NOT APPLICABLE. STATE SALES TAX It is understood that this project is exempt ~ the State Sales Tax and tho proposal amounts quoted herein do NOT include State of Texas Sa~es Tax. The bidder agrees that, if awarded a contract he will segregate labor and mat~al amounts in such a mauner that a Texas Exemption On matarials may be legally obtahted for the Owner's b~nefit. The tmdersigned Bidder further agrees to the following cond/tions: An incomplete Prop0~al or one having additional information or other modifications inserib~d thereon, may be cause of rejection of the entire Pwposal, That, if acc~t~l by the Owner, this Proposal.be, comes a part of thc contract docurnenls upon the'signing of the contract agreements, and failing to comply with any part of this Proposal will be taken as failure Of the Bidder to comply with the contract documents and will be just cause for rejection of the work. That thc Owner reserves the right to reject any and all bids and waiv~ iuformalities and irregularities or to aeecpt any bid consid~rad advantageous to him. That he, the Bidder, will not withdraw this Propose for a period of sixty (60) days from the date hamer. Respectfully submitted, C. R. Reynolds, Inc. Proposer P. O. Box 310, Sherman, TX Address 75091 ABDENDU1VI NO. 2 PAGE 13:53 940 3~9 730Z (Seal if submitted by a corporation) CITY OF DENTON PURCHASING #4057 P.010/010 Preside~ Title April 9, 2004 Date 903-891-3996 Phon~ 903-891-3997 Fax ADDENDUM NO. 2 PAGE · ~p~.22'2004 12:27 940 349 7302 CITY OF DENTON PURCHASING #4190 P.002/003 MATERIALS MANAGEMENT DIVI$1ON 90lB 'I'P. XA$ STRF_.ET · DENTON. TEXAS 76201 · 940.349,7100 · DI~r METRO 817.267.0042 · FAX 940.349.7302 ~pr61, 22, 200~ Pe,,, ow; c,o-a,v~ ~ O~e Fro~nld~v ~,~d/~ y~ ~ yowfo~ yowr 6~rv.~ O/vtt, w.,Cf, ty of O~o~. Sr. Swye~ Maz~ ~D~dicak, d to Quali~ Service ° ~Pb. 22'2004 12:2B 940 349 7302 CITY OF DENTON PURCHASING #4190 P.003/003 City of Denton Civic Center and Emily Fowler Library: Bidding NegotiBtions CR Rayl~olds Pr~l~Sed Base Bid Amounts: Base BM Civic Center. Base Bid Emily FoYer Ubra~ Base Bid Total: 1,012,198.00 1,237,132.00 2,249J~9.00 CMo Alternates Copper Roof Library'. Ccnst Altematas/Enhanoements 0onst~uetton 8ub-t~tal 339,339,$D 30,000,00 98,5.50.00 Value Engineeri~l 1 M Recol~g undeffloot duct 2 M Re~d duct ~r ~U]~ 3 P Sch~ 4D ~G ~r ~t iron under floor 4 P ~ed 40 PVC ~r c~ Iron in ~1~ 5 P R~r ~un~ 6 ~ ~C: 0~ ~C 7 P Zum ~ ~lv~ B P R~h v~ to m~ual g P Foun~ln: H~ ~C ~ H~ non ~rig lO P Fou~in: H~ ~D ~ Oasis non 11 8~k No vau~ or ~-~w p~n~r 12 F~bdc su~on 13 E S~c grade 15 E Ug~um ~ngas 1~ E Re~ ~ ~ ~A T~er 18 E Not m~m 28 ~ ~ b~ 1~ E Del~ floor b~ at 20 E ~i~ ~ns~er ~ ~ ~u~d al~ady 21 E Em~n~ ~ F~ Lite 23 E Daleteq6 ~u~ at p~a T~I ~alue E~in~ing I~ -825.00 -2,200.00 -11,230.00 -2,000.00 -13,404.00 -580,0O ~,080,00 -3,728,00 2,E34,637.$0 Civic Center:. Owner Purchased Carpet Ch, lc Center; Clerestory Window Repair:. Civic Center. C~mlc l~le Trim Pleu-es ($50,000 Included in Base) Li~_raty:. Owner Purchased $lgnage [$50,000 includecl in Base) Additional Constructlan Amounts Subtote! 20,OOO.OO 0.00 2S,000.00 SO,OOO,O0 115,ODO.O0 VE NOt taken -1 -3,600.00 -1,B00 -200 -1,050 -1,70D 0.00 O. OD O.OD -l~,?SO.OO COns~u~-'tlon Total 2,74~.~$7.50 Client#: 7110 REYNOINC ACORD, CERTIFICATE OF LIABILITY INSURANCE 05/07/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATI'ER OF INFORMATION McQueary Henry Bowles Troy LLP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR 12700 Park Central Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 1700 Dallas, TX 75251 ~ INSURERS AFFORDING COVERAGE NAIC # INSURED J ,! INSURER^: Employers Mutual Casualty C. R. Reynolds, Inc.~' ~..~j ~NSUSER B: PO BOX 310 i INSURERC: Sherman, TX 75091-3100 ~3~'~ ~,~1I INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN 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 SE iSSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED SY PAID CLAIMS. NS~ ~DD'I POLICY EFFECTIVE POLICY EXPIRATION A GENERAL LIABIETY ~/' 1 D9207405 ~ 02/25/04 02/25/05 ~ EACTM OCCURRENC~ $1,000,000 X COMMERCIAL GENERAL LABILITY $100,000 MED EXP (Any ~'le pe~on) $51000 -- PERSONAL & ADV I~URY $1 t000f000 ~ GENERALAGGREGATE $210001000 / GEN'L AGGREGATE EMIT APPEES PER: PRODUCTS - COMP~P AGG S21000~000 A ~U~O~OS~L~ u~e~~ 1E9207~ 0~25/04 0~25/0~~ COMBINED SINGLE EMiT $1,000,000/ A ~C~B;;~ U~S~U~ / 1J9207405 / 0~5/04 0~5/05 / ~CH ~CU~;,C; ~,000~000 ~ ~CU. ~ C~S ~ ~,~; ~000~000 R~E~ION $ $10~000 ~ ~ $ E.L. EACH ACCIDE~ $1t000t000 ~ OFFICE~EMBER EXCLUDED? No E.L DISUSE- ~ EMPLOYEE $1t0007000 ~ Re: Civic Center of Emily Fowler Llbra~ Renovation, Booziotls & Co. Architects Job ~03115 ~ The City of Denton its officials agents employees and volunteers are endorsed as additional insured with regards to the General Llablll~ and Business Auto policies and waiver of subrogation when required by a wriffen contract or agreement but (See Affached Descriptions) CERTIFICATE HOLDER CANCELLATION City Of Denton 901B Texas Street Denton, TX76201 ESOULD ANY OF THE ABOVE DESCRIBED POUCHES BE CANCELLED BEFORE THE EXPIRATION AUTHORIZED REPRESENTATIVE LKG ACORD 25 (2001/08) 1 of 3 #M41770 · ACORD CORPORATION 1988 IMPORTANT If the certificate ho[der is an ADDITIONAL INSURED, the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a co~tract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 3 #M41770 only with respect to and to the extent of the liabilities assumed by the Insured under the contract or agreement.t.'~ These coverages shall be considered primary to those of the eddltlonal lnsured.,~~ Said policies shall not be canceled,non renewed or materially changed without 30 days advance written notice being givens.... to the owner except when the policy is being canceled for non payment of premium in which case 10 days advance written notice Is required. AMS 25.3 (2001/08) 3 of 3 #M41770 Client#: 7110 REYNOINC ACORD CERTIFICATE OF LIABILITY INSURANCE r05/07/o.°A';IM " YI PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION McQueary Henry Bowles Troy LLP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 12700 Park Central Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 1700 Dallas, TX 75251 ,/ INSURERS AFFORDING COVERAGE NAIC # ~NSURED /' ~,~ ~NSURSRA: Fireman's Fund Insurance Co. C. R. Reynolds, Inc.v ~{~! ~ INSURER B; PO Box 310 h Sherman, TX 75091-3100 INSURER D: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOC INDICATED, NOT~NITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY SE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRISED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY NAVE BEEN REDUCED BY PAID CLAIMS, INSR kOO'L POUC¥ EFFECTIVE POLICY EXPIRATION LTR NSRE TYPE OFINSURANCE POLICY NUMSER DATE (MM/DD/YYI DATE iMM/DD/y~i LIMITS GENERAL LIABlUTY EACH ~CCURRENCE $ COMMERCIAL GENERAL UABIMTY DAMAGE TO RENTED I CLAIMS MACE [~ OCCUR MED EXP (Any one poreD.) $ '~ OCCUR [] CLAIMS MADE AGGREGATE $ $ A OTHER BLDRS RISK u/'' MxIg7704332 v" 02/25/04 02/25/05 ~ $6,000,000 per ProJectb'''~ All Risk-Subject to Policy Terms, Conditions $1,000,000 FRAME ~'~ Exclusions and Deduct of $2,500 or $5,000 for Frame $100,000-Offslte/'rrnst Re: Civic Center of Emily Fowler Library Renovation, Boozlotls & Co. Architects Job #03115 ~ The City of Denton, and all subcontractors as their interests may appear are added as loss payee. CERTIFICATE HOLDER CANCELLATION City Of Denton 901S Texas Street Denton, TX 76201 ACORD 25 (2001/08) 1 of 2 #M41769 }HOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION )ATE THEREOF, THE I~UING INSURER WILL ENDEAVOR TO MAIL ,'~0 ~'~AYS WRITTEN AUTHORIZED REPRESENTATIVE LKG o ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer dghts to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 2 #M41769