HomeMy WebLinkAbout1998-032ORDINANCE NO qb -0A;?-"
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF A CONTRACT FOR PUBLIC WORKS OR IMPROVEMENTS FOR CONSTRUCTION OF
THE CIVIC CENTER PEDESTRIAN BRIDGE PROJECT IN THE AMOUNT OF $103,472 00,
PROVIDING FOR EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN
EFFECTIVE DATE (BID # 2161 — CIVIC CENTER PEDESTRIAN BRIDGE PROJECT FOR
$103,472 00)
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law
and City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
h=B lEt CONTRACTOR AMOUNT
2161 DBR CONSTRUCTION $103,472.00
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 herem accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution, of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SSECTION V That tfus ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the l Lday of 41u646' ,1998
JACK ER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY Oiy
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY Aell" � c �.
2161 CONTRACT ORDINANCE
TABULATION SHEET
ATTACHMENT #1
BID #
2161
BID NAME
CIVIC CENTER PEDESTRIAN
ARCHITECTURAL
JIM
BRIDGE PROJECT
UTILITIES
BOWMAN
INC
CONST
DATE
3•Feb-98
#
DESCRIPTION
VENDOR
VENDOR
1
CIVIC CENTER PEDESTRIAN
BRIDGE PROJECT
$119 000 00
$126,000 00
ALTERNATE#1
DEDUCT
DEDUCT
For Demolition & Removal of
$760 00
$4,500 00
existing bridge
ALTERNATES # 2
DEDUCT
DEDUCT
Eliminating 8 Specified Ilght
fixtures from brld a column
$10 000 00
$4,632 00
ALTERNATES # 3
Remove Utility Lines from under
ADD
ADD
existing bridge and relocate
$500 00
$2,000 00
under new bridge
Base Bid plus Alternate #2
$109 000 00
$121,368 00
ADDENDUM
YES
YES
BID BOND
YES
YES
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 17 day of
FEBRUARY A.D., 19 98 , by and between
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through TED BENAVIDES
thersunto duly authorized so to do, hereinafter termed "OWNER," and
QBR CONSTRUCTION
P.O. BOX 828
DENTON, TX 76202
of the City of DENTON , 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:
BID 2161 - CIVIC CENTER PEDESTRIAN BRIDGE PROJECT
in the amount of $103,472 00 and all extra work in
connection therewith, under the terms as stated in the General
Conditions of the agreement; and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and other
accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the
Proposal attached hereto, and in accordance with all the General
Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the
Performance and Payment Bonds, all attached hereto, and in
accordance with the plans, which includes all maps, plats,
CA- 1
blueprints, and other drawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by
CITY OF DENTON PARKS AND RECREATION DEPARTMENT STAFF
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
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.
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.
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.
1
ems,
%EIVEW
APPROVED AS TO FORM:
City Attorney
ARA0184D
Rev. 04/03/96
CA - 3
DBR CONSTRUCTION
CONTRACTOR �)
MAAILING ADDRESS
PHONE NUMBER
IPAX H'R
BY a ��s��✓-�f
LE -
70�2
PRINTED NAME
(SEAL)
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That DBR CONSTRUCTION, whose address
is P O BOX 828 DENTON, TX 76202, hereinafter called Principal, and
, a corporation organized and existing under the laws of the
State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held
and firmly bound unto the City of Denton, a municipal corporation organized and existing under the
laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations
who may furnish materials for, or perform labor upon, the building or improvements hereinafter
referred to, in the penal sum of ONE HUNDRED THREE THOUSAND FOUR HUNDRED
SEVENTY TWO and no/100— ($103,472.00) in lawful money of the United States, to be paid in
Denton County, Texas, for the payment of wlnch sum well and truly to be made, we hereby bind
ourselves, our heirs, executors, admuustrators, successors, and assigns, lomtly and severally, firmly
by these presents This Bond shall automatically be increased by the amount of any Change Order
or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order
or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-032, with the City of Denton,
the Owner, dated the 17 day of FEBRUARY, A D 1998, a copy of wluch is hereto attached and
made a part hereof, for BID # 2161— CIVIC CENTER PEDESTRIAN BRIDGE PROJECT.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby expressly waived, then this obligation shall be void,
otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall
lie in Denton County, Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same,
shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be
performed thereunder, or to the Plans, Specifications, Drawings, etc
PAYMENT BOND - Page 1
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 719-1
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 17 day of FEBRUARY 1998.
ATTEST
SECRETARY
ATTEST
m
PRINCIPAL
m
SURETY
M
PRESIDENT
ATTORNEY -IN -FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is
NAME
STREET ADDRESS
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a gers4n's name )
PAYMENT BOND - Page 2
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That DBR CONSTRUCTION, whose
address is P O BOX 828, DENTON, TX 76202, hereinafter called Principal, and
a corporation organized and existing under the laws of the
State of TEXAS, and fully authonzed to transact business in the State of Texas, as Surety, are held
and firmly bound unto the City of Denton, a municipal corporation organized and existing under the
laws of the State of Texas, hereinafter called Owner, in the penal sum of
ONE HUNDRED THREE THOUSAND FOUR HUNDRED SEVENTY TWO and no/100 —
($103,472.00) plus 10 percent of the stated penal sum as an additional sum of money representing
additional court expenses, attorneys' fees, and liquidated damages ansmg out of or connected with
the below identified Contract, in lawful money of the United States, to be paid in Denton County,
Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents
This Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-032, with the City of Denton,
the Owner, dated the 17 day of FEBRUARY A D 1998, a copy of wluch is hereto attached and
made a part hereof, for BID # 2161— CIVIC CENTER PEDESTRIAN BRIDGE PROJECT
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with
the Plans, Specifications and Contract Documents during the original term thereof and any extension
thereof which may be granted by the Owner, with or without notice to the Surety, and during the life
of any guaranty or warranty required under this Contract, and shall also well and truly perform and
fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly
authorized modifications of said Contract that may hereafter be made, notice of which modifications
to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to
faulty materials and workmanship that appear within a period of one (1) year from the date of final
completion and final acceptance of the Work by the Owner, and, if the Principal shall fully
indemnify and save harmless the Owner from all costs and damages which Owner may suffer by
reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and
expense Much 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
PERFORMANCE BOND - Page 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall he 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 719-1
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 17 day of FEBRUARY, 1998
ATTEST PRINCIPAL
KY'1
SECRETARY
ATTEST
1'M
m
SURETY
M
PRESIDENT
ATTORNEY -IN -FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis
f`l:\idyl
STREET ADDRESS
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
PERFORMANCE BOND - Page 2
Mr Tom Shaw
Purchasing Agent
City of Denton
Denton, Texas
Bin SUMMARY
Mr Shaw
Having carefully examined the site, contract documents, plans and specifications, prepared by the
Parks and Recreation Department, I (we) propose to furnish all materials, labor, service, and
guarantees required to perform and complete the work described for the following
CIVIC CENTER PEDESTRIAN BRIDGE PROJECT
BID SCHEDULE
Item # Descri tion and Price in Words Price in Figures
ITEM #1 Civic Center Pedestrian Bridge Project
For furrushing all materials, supervision, labor, and equipment
for the construction and installation of a pedestrian bridge
associated improvements according to plans and specifications,
complete and in place for the sum of
dollars and
cents
ALTERNATES:
Bidders are required to submit Alternate Bids to add work to or deduct work from the Base Bid
Failure to submit Alternate amounts in spaces provided shall be basis for disqualification of the Bid
ALTERNATE #1
For demolition and removal of the existing pedestrian bridge
According to plans and specifications for the sum of
dollars and
�a cents
ALTERNATE #2
For eliminating eight (8) of the specified light fixtures on the
bridge columns according to plans and specifications for the
sum of �« 71foa.o an� §ollars and
-- cents
ALTERNATE W
For removal of existing utility lines under existing bridge and
relocating utilities under the new bridge in separate conduit,
(See Attachment I for location & listing of utility lines) for the
sum of�i�� �d.d �, ;�� dollars and
4116m ' cents
DEDUCT $,,� 4W--
DEDUCT $��p �_
114 -3 we s/P W./ �r//q C c c/ate
S\CCB\bndgedoc /c...ar�.z / w., c/ I� /o c.�-fi'o-. e r< r" x
UNIT PRICES
The undersigned agrees that the following unit prices will apply to adjust quantities of materials
indicated on drawings Prices are for materials famished and installed It is further agreed that the
quantities of work to be done at unit prices and material to be furnished may be increased or
diminished, as may be considered necessary in the opinion of the Owner's Representative, and that
all quantities of work, whether increased or decreased, are to be performed at the unit prices set
forth above except as provided for in the specifications
UNIT PRICE #1
Furnish materials and provide labor to install one (1) square
foot of concrete sidewalk according to the plans and specifications
complete and in place for the sum of %L/o
dollars and cents
(per square foot)
UNIT PRICE #2
Furnish materials and provide labor to install one (1) linear
foot of concrete drill piers according to the plans and specifications
complete and in place for the sum ofii�ci
dollars and cents
$ 3%
(per linear foot)
The undersigned certifies that the bid price contained in this proposal have been carefully checked
and are submitted as correct and final
NOTE Unit and Lump Sum prices must be shown in words and figures for each item listed in this
proposal and in the event of discrepancy the words shall control
Receipt is hereby acknowledged for the following addenda to the contract documents
Addendum No
1 Dated Received
Addendum No
2 Dated Received
Addendum No
3 Dated Received
Addendum No
4 Dated Received
The undersigned agrees to complete in full the Construction of the Civic Center Pedestrian
Bndge no later than April 23, 1998.
Seal if Corporation
Attu C
Title
S\CCB\budge dw
` ,x �j�'��r,'Mti::M k: iIF, "�w.nn tin+i i_ ^^'C ��.'°'. �''".:'1 a. x*„i'S:: .r ."« ":xe xr se"s DATE N D"
` ay.xM�`"'� r is „vx x� Rpm
I��P'I���1m %vN11 k�xx •x[`�x%Y y a®r ' " IRA r• ji.�xi�r"nX` D1/1v10
r xI xh„ r Y.IJ'.'. ;s4ro"1�;'s i, S
+,C000�.R I TNIB DeRTBTICATE IS 188UED A8 A PATTER OR INPORMATON ONLY ANp
( CONP8R8 NO RNiNT$ UPON TN8 CERTIPICA7E NOLDERr THIS C8RTF9CATE
i DOSE NOT AMEND, EXTEND OR ALTER THE COVERAGE APPORDBD BY THE
RANEY A KING INSURANCE POLICIES BELOW
L1O IS. S,OSE. Surts A COMPANIES AFFORDING COVERAGE
Denton Tx 768pb nn
A` A Scottsdale In"renw Co
OOWAW B Tr" Lloyds Ina Cc
um
NWIR®
D B R Consouction Co bw L w C TWa Work Cane Ins Fund
Don Richards
P 0 801 4n COMPANY D
Denton TX 7=2 LETTD1
GWArY E
�'9 w Lem
"
THW IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING My REOVIREMENT TEAM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCWSIONS AND CONDITIONS OF SUCH POLICIES UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
'0 TYPE OF HO URANCE POLICY NiJkMM P01= EFFOOM POI OWRATIDN LIMITS
.TA DAYE IMIANDMT DATE potow n
A OPIFJtAL Lueam CLSAB8048 01110"T mow" OFNFRAL AGOREGATE 9 I m, - - - 0 I
X COAVAwcIAL OINVIAL LMBLRY PRODUCT940MP.OP Asa 1 1000000
CLAMS MADE x DO" PERSONAL A AUV INJNIY E 500000
CY,NERS A camAcroAy PLOY FAGI OCCURIFNce 9 5000011
FEE DAMAGE AVIY " M) S 61
MEO 100I (AAY err PI E EXCLUDED
B ALrrOMOBLE LOOLM BINDERIAPPLICATION 11I17R7 1111SNS COMBINES SINGLE 1 100m
LIMR
X ANY AUTO
BODILY PIAM
ALL OvmEO ALTOS (FP, pow' 1
SCHEDULED AUTOS
X HRH.D AUTOS EDGILY INJURY i
rP.' EccMPxR
X NDH.ONNLA AUTOS
GARAGE LUSLITY PROPERTY DAMAGE i
"GRES UABLrTY EAC 4 OCWR1rNCE i
VMWGILA PORM AGGREGATE 1
OTHER THAN UMBRELLA PORA
STATUTORY LMnS
WORXER 9 OOMPPOAYDN EAOr ACCIOEI 1 $00000
C AND SBP1007410 OVOTIVY ISM07/1111
o0TAL1E POLICY LMrt 1 50D000
DisLQYFAB LIABILITY Der" EACA FIAKOYFE E 50DOOD
OTHF31
OESCAP'1ON OF OPETUTONbL00MIONOVIIHE1E8,11I TYWAS Woemem CadkAMMman
Corlifich Fad S
General
LIBbRRy and AM Lleb111tY WAIVW of Subl'00e11011 PMVkNW se rsaPacb
Workem COrnPBYUaGen
ERTIRCAT9HOLM'
SHOULD ANY OF 1HE A90VE DESCRIBED POUCIE$ BE CANCELLED BEFORE THE
„¢', EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL SO DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
CITY of Denton V LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OOUOA71ON OR
Ann Tom Sher
pnS�o#" 9~ TX 76901 UAEIUTY OF ANY IONO UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES
7J
x,
-�/1
x.• '"..n :LI «,5: :�" - �!Y :six`.-,. .0 ...."._•_ , 1DAOORO CORPORATION
s.. ---
9\I�1 1IMd it it HU)86 NI ��
BOND RXECUTBDI IN FOUR (4) ORIGINALS
Bond No. 729579
THE STATE OF TEXAS
COUNTY OFDBNTON BOND PREMIUM BASED ON
FINAL CONTRACT PRICE
KNOW ALL MEN 13Y THESE PRESENTS That DBR CONSTRUCTION, whose
address is P O BOX 8289 DENTON, TX 76202, heimnaft (ailed Prinetpai, and
Capitol Indemnity Corporation , a corporation organized and existing under the laws of the
State of Wisconsin and Hilly authorized to tionsact business in the State of Texas, as Surety, am hold
and fimjrly bound unto the City of Donlon, a municipal corporation organized and existing under the
laws o the State of Texas, hereinafter (tilled Owner, in the penal sum of
ONE HUNDRED THREE THOUSAND FOUR HUNDRED SEVENTY TWO and no/300 —
($103,a72.00) plus 10 percent of the stated penal sum as an additional sum of money representing
additional court expenses, attorneys' fees, and hqutdated damages arising out of or connected with
the below identified Contrac% in lawfltl money of the United States, to be paid in Denton County,
Texas, for the payment ofwhich sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by those presents.
This Bond shall automatically be increased by the amount of any Change Order or Supplemental
AgrO mOt which irAn ascs the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of tits Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-0329 with the City of Denton,
the Owner, dated the 17 day of FEBRUARY A.D 1998, a copy of which is hereto attached and
made a part hereof, for BID N 2161— CIVIC CENTER PEDESTRIAN BRIDGE PROJECT.
NOW, THEREFORE, if the Principal shall well, truly and f3uthfolly perform and fulfill all
of the under Wangs, covenants, terms, conditions and agreements of said Contract in accordance with
the Plmt�s, Specifications and Contrast Documents dunng the original tmm thereof and any extension
thereof which may be granted by the Owney with or without nonce to tlu Surety, and during the life
of any gharatity or warranty required under this Contract, and shall also wolf and truly perform and
fulfill a�l the undertakings, covenants, terms, corairtions and agreements of any and all duly
authorized modifications of sand Conlnict that may hereafter be mad(, notice of wfuch modifications
to the Syiraty being hereby waived; and, if the Principal shall repatrand/or replace all defects due to
faulty »tatenala and workinanahip that appear within a period of (ire (1) year from the date of final
complet(an and final acceptance of the Work by the Owner, and, if the Principal shall fully
mdemnify and save harmless the Owner from all costs and damages which Owner may suffer by
reason of failure to $o perform herein and shall folly reimburse and repay Owner all outlay and
expense) which the Owner may incur in making good any default or deficiency, then tins obligation
shall be (void, otherwise, it shall remain in full force and effect.
PERFORMANCE BOND - Page 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall 1l'e in Denton County, State of Texas.
AND PROMED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension ofthne, alteration or addition to the two of the Contract, or to the
Work 0 be perRmned thermiler, or to the Plans, Specifications, Drawings, etc, accompanying the
same, 0111111 In anywise afW its obligation on tea Bond, and it does hereby waive notice ofany 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 Tom 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 lof process may be had 1n matters wising out of such suretyship, as provided by Article 9.19-1
of the Insurance Code, Vexnores Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this inshument is executed in 4 copies, each one of which shall
be deemed an original, this the 17 day of FEBRUARY, 1"g.
ATTEST-
L.1
ATTEST
Ip �'1 L i 1L _II
W:W1011J:111
DBR OONSTRUI ON O iNPA1IY INC.
BY/
PRESIDENT
SURETY
CAPITOL INDEMNITY CORPORATION
BY:
ATrORN Y-IN-FACT
Kathy R. Zacha ek
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
procesai is:
NAME; Surety Bond Connection Agency, Inc.
STREET ADDRESS: 17774 Preston Road, Dallas, TX 75252
(NOTE- Date of Performance Bond must be date of Contract. If Resident Agent is not a
corporation, give a pmoifs name.)
PERFORMANCE BOND - Page 2
BOND ERECUM IN FOUR (4) ORIGINALS
Bond No. 729579
THE STATE OF TEXAS
COUNTY OFDENTON BOND PREMIUM BASED ON
FINAL CONTRACT PRICE
KNOW ALL MEN BY THESE PRESENTS. That DBR CONSTRUCTION, whose address
is P O BOX 828 DENTON, TX 76202, hereinafter called Pnneipal, and
itor I it Corporation a corporation organized and existing under the laws of the
State o Giaconsinand fully authorized to transact business in the State of Texas, as Surety, are hold
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 Amish materials for, or perform labor upon, the building or unprovements heremater
referred to, in the penal sum of ONE HUNDRED THREE THOUSAND FOUR HUNDRED
SEVENTY TWO and mo/100— ($103,472.00) in lawful money of the United States, to be paid in
Denton County, Taxes, for the payment of which sum well and truly to be made, we hereby bind
ourselves, our hens, executors, admwshators, successors, and assigns, jointly and severally, firmly
by these presents. This Bond shall automatically be increased by the amount ofany Change Order
or Supplemental Agreement which nmeteasee 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 98-032, with the City of Denton,
the Owner, dated the 17 day of FEBRUARY, A.D 1998, a copy of which is hereto attached and
made a part hereof, for BID # 2161 — CMC CENTER PEDESTRIAN BRIDGE PROJECT.
NOW, THEREFORE, if the principal dball well, truly and fartlMly perform its duties and
make prompt payment to all persons, firma, 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 obhgation shall be void,
otherwise it shall remain in Atli force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall
lie in Denton County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same,
shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terns of the Contract, or to the Work to be
performed thereunder, or to the Plans, Specifications, Drawings, etc.
PAYMENT BOND - Page 1
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 dosignated by the Surety herein as the
Resident Agent in DENTON County to whom arty tequtsite noticoe may be delivered and on whom
service of procoes may be had m inattsmg out of such suretyship, as provided by Article 719-1
of the Insurance Code, Veanods Annotated Civil Statutes of the State of Tan.
IN WITNESS WHEREOF, this instrument is m=ted in 4 copies, each one of whtch shall
be doomed an original, this the 17 day of FEBRUARY 199g.
ATTEST
PRINCIPAL
DER CONSTRUCTION COMPANY, INC.
BY.2.fryC,
ECRETAR RES ENT
ATTEST-
SURETY
CAPITOL IMEMITY CORPORATION
BY.
A ' ORN Y-IN-FACT
Kathy R. Zacharek
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis:
NAM: Surety Bond Connection Agency, Inc.
STREET ADDRESS. 17774 Preston Road, Dallas, Tx 75252
(NOTE* Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a 9=91ft name.)
PAYMENT BOND - Page 2
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
V091AW INDEMNITY CORPORATION
4610 UNIVERSITY AVENUE SUITE 1400 MADISON WISCONSIN 53705 0900
PLEASE ADDRESS REPLY TO PO BOX 5900 MADISON WI 53705 0900
PHONE (608) 231 4450 • FAX (608) 231 2029
Bond No. 729579
POWER OF ATTORNEY No 462999
Know all men by these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation
of the State of Wisconsin, having its principal offices in the City of Madison, Wisconsin, does make, constitute and appoint
--- -- V. R. DAMIANO, JR , JAMES V DAMIANO, CANDACE DAMIANO,
----KATHY-R ZACHAREK, KENNETH ZACHAREK, SHERRI L SCHRAER
its true and lawful Attorneys)-m-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act
and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract
of suretyship executed under this authority shall exceed in amount the sum of
EXCEED $5,000,000 00 ._
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 CAPITOL INDEMNITY CORPORATION at a meeting duly called and
held on the 5th day of May 1960,
RESOLVED, that the President and Vice President, the Secretary or Treasurer acting individually or otherwise be and they hereby are granted
the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings and other
writings obligatory in the nature thereof one or more resident vice presidents assistant secretaries and attorney(s) in fact, each appointee to have
the powers and duties usual to such offices to the business of this company the signature of such officers and 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 facsim Is
signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and
facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the
nature thereof to which it is attached Any such appointment may be revoked for cause or without cause by any of said officers at any time
IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by
its officer undersigned and its corporate seal to be hereto affixed duly attested by its Secretary, this 1 st day of June 1993
Attest G
141� A �
Virgeine M Schulte Secretary
STATE OF WISCONSIN
COUNTY OF DANE
CAPITOL INDEMNITY
/CORPORATION
x
J�.
� Fart, Presrdcnt
� SEAL s
1111111110N
On the 1st day of June, A D , 1993, before me personally came George A Fait, to me known, who being by me duly
sworn, did depose and say that he resides in the County of Dane State of Wisconsin, that he is the President of
CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument that
he knows the seal of the said corporation, that the seal affixed to said instrument is such corporate seal, that it was so
affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order
�euoimiwuniau�
tl¢ ors (i
STATE OF WISCONSIN * P6ETER 4� i ` �4,
F DANE uNs Peter E Hans
COUNTY O
Notary Public, Dane Co , WI
ryNTgAYP�`\�\\ My Commission is Permanent
renmm
CERTIFICATE
I, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY
CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing
attached Power of Attorney remains in full force and has not been revoked and furthermore that the Resolution of the
Board of Directors, set forth in the Power of Attorney is now in force
Signed and sealed at the City of Madison Dated the 17th day of %^ Pb 19 98.
$Q mu anq>Ni /
MNITV L'Ogq
O i
n CORPORATE EE
SEAL PauIJ Bruedr Treasurer
wrsCorvsP ��
HOBI1181111UUN
This power is valid only it the power of attorney number printed in the upper right hand comer appears in red Photocopies carbon copies or
other reproductions are not binding on the company Inquiries concerning this power of attorney may be directed to the Bond Manager at the Home
Office of the Capitol Indemnity Corporation
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below It is highly
recommended that bidders confer with their respective insurance carriers or brokers
to determine in advance of Bid submission the availability of insurance certificates and
endorsements as prescribed and provided herein. If an apparent low bidder fads to
comply strictly with the Insurance requirements, that bidder may be disqualified from
award of the contract. Upon bid award, all insurance requirements shall become
contractual obligations which the successful bidder shall have a duty to maintain
throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the
Contractor shall provide and maintain until the contracted work has been completed
and accepted by the City of Denton, Owner, the minimum insurance coverage as
indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid
number and title of the project. Contractor may, upon written request to the
Purchasing Department, ask for clarification of any insurance requirements at any
time, however, Contractors are strongly advised to make such requests prior to bid
opening, since the insurance requirements may not be modified or waived after bid
opening unless a written exception has been submitted with the bid. Contractor shall
not commence any work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the City of Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall
comply with the following general specifications, and shall be maintained in
compliance with these general specifications throughout the duration of the Contract,
or longer, if so noted•
• Each policy shall be Issued by a company authorized to do business in the
State of Texas with an A.M. Best Company rating of at least 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
AAA00960
REVISED 10/12/94 Cl - 1
Insurance Requirements
Page 2
officials, agents, employees and volunteers, or, the contractor shall procure
a bond guaranteeing payment of losses and related Investigations, claim
administration and defense expenses.
• Liability policies shall be endorsed to provide the following
• • Name as additional Insured the City of Denton, Its Officials, Agents,
Employees and volunteers
• • That such insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy and
that this insurance applies separately to each insured against whom
claim is made or suit Is brought The inclusion of more than one
Insured shall not operate to increase the insurer's limit of liability
• All policies shall be endorsed to provide thirty(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.
AAA00350
REVISED 10/12/94 CI - 2
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained
In compliance with these additional specifications throughout the duration of the
Contract, or longer, if so noted:
Ix] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than
$500, 000. 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 Lability and broad form
property damage liability
AAAM350
REVISED 101121 4 CI - 3
Insurance Requirements
Page 4
(s] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than ssgo_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
(k) Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance
which, in addition to meeting the minimum statutory requirements for issuance
of such insurance, has Employer's Liability limits of at least $100,000 for each
accident, $100,000 per each employee, and a $500,000 policy limit for
occupational disease. The City need not be named as an "Additional Insured"
but the insurer shall agree to waive all rights of subrogation against the City,
its officials, agents, employees and volunteers for any work performed for the
City by the Named Insured. For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance
with §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas
Worker's Compensation Commission (TWCC).
( ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily injury which may arise in the prosecution of the work or
contractor's operations under this contract Coverage shall be on an
AAA00350
REVISED 10n3184 Cl - 4
Insurance Requirements
Page 5
"occurrence" basis, and the policy shall be issued by the same insurance
company that carries the contractor's liability insurance Policy limits will be
at least combined bodily injury and property damage per
occurrence with a aggregate
I I 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 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.
I I 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
II Additional Insurance
Other insurance may be required on an individual basis for extra hazardous
contracts and specific service agreements. If such additional insurance is
required for a specific contract, that requirement will be described in the
"Specific Conditions" of the contract specifications.
AAA00350
REVISED 10112194 Cl • 5
Insurance Requirements
Page 6
[)J Worker's Compensation
Governmental Entities
A. Definitions
ATTACHMENT
Coverage for Building or Construction Projects for
Certificate of coverage ("certificate ")-A copy of a certificate of Insurance,
a certificate of authority to self -Insure Issued by the commission, or a
coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84),
showing statutory workers' compensation Insurance coverage for the
person's or entity's employees providing services on a project, for the
duration of the project.
Duration of the project - Includes the time from the beginning of the work
on the project until the contractor's/person's work on the project has been
completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406 096) -
Includes all persons or entities performing all or part of the services the
contractor has undertaken to perform on the project, regardless of whether
that person contracted directly with the contractor and regardless of
whether that person has employees. This includes, without limitation,
Independent contractors, subcontractors, leasing companies, motor
carriers, owner -operators, employees of any such entity, or employees of
any entity which furnishes persons to provide services on the project
"Services" Include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service
related to a project. "Services" does not include activities unrelated to the
project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets
B. The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any overage
agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project
AAAW350
REVISED 10/12/94 CI - 6
Insurance Requirements
Page 7
C. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, prior
to the and of the coverage period, file a new certificate of coverage with
the governmental entity showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a
project, and provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and
(2) no later than seven days after receipt by the contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project.
F. The contractor shall retain all required certificates of coverage for the
duration of the project and for one year thereafter
G. The contractor shall notify the governmental entity In writing by certified
mad or personal delivery, within 10 days after the contractor knew or
should have known, of any change that materially affects the provision of
coverage of any person providing services on the project
H. The contractor shall post on each project site a notice, in the text, form and
manner prescribed by the Texas Workers' Compensation Commission,
Informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify coverage and
report lack of coverage.
AAAW350
REVISED 1 21114 Cl - 7
Insurance Requirements
Page 8
I. The contractor shall contractually require each person with whom it
contracts to provide services on a project, to:
(1) provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code, Section
401.011(44) for all of Its employees providing services on the project,
for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the
project, a certificate of coverage showing that coverage is being
provided for all employees of the person providing services on the
project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, anew
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(4) obtain from each other person with whom it contracts, and provide to
the contractor:
(a) a certificate of coverage, prior to the other person beginning
work on the project; and
(b) a new certificate of coverage showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project;
(5) retain all required certificates of coverage on file for the duration of
the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known,
of any change that materially affects the provision of coverage of any
person providing services on the project; and
AAA00350
REVISED 10/12/94 C1 - 8
Insurance Requirements
Page 9
(7) contractually require each person with whom it contracts, to perform
as required by paragraphs (1) - (7), with the certificates of coverage
to be provided to the person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate
of coverage, the contractor is representing to the governmental entity that
all employees of the contractor who will provide services on the project will
be covered by workers' compensation coverage for the duration of the
project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate insurance carrier or, in the case of a self -insured, with
the commission's Division of Self -Insurance Regulation Providing false or
misleading information may subject the contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions.
K. The contractor's failure to comply with any of these provisions is a breach
of contract by the contractor which entitles the governmental entity to
declare the contract void if the contractor does not remedy the breach
within ten days after receipt of notice of breach from the governmental
entity.
AAA00360
REVISED 10/12/04 CI - 9