Loading...
HomeMy WebLinkAbout1998-107ORDINANCE NO 9o-101 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR GENERA$. CONSTRUCTION AND RENOVATION OF THE DENTON MUNICIPAL CENTER AND CITY HALL — PROJECT II, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2184 GENERAL CONSTRUCTION AND RENOVATION OF THE DENTON MUNICIPAL CENTER AND CITY HALL — PROJECT II IN THE AMOUNT OF $1,065,587 00 AWARDED TO DBR CONSTRUCTION COMPANY) WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 2184 DBR CONSTRUCTION COMPANY $1,065,587.00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requir�m.ents 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 herem, 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 herem, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 01 Aay of j / .1998 ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY I: � 1 .mot 2184 CONTRACT ORDINANCE COROAN ASSOCIATES. INC $oh EIM STREET DALLn MA5 73302 TEL 214 749 2M M 214653 E2SI ATTACHMENT #1 8 April 1998 Mr. Bruce Henington Faclhues Manager City of Denton 215 East McKinney, Denton, TX 76201 Re Denton City Hall Renovation Project II, Phase I and II General Contractor Recommendation Dear Brice On April 7,1998, the City of Denton received bids for the City of Denton Project TT Renovations We received four proposals We have included the following information for your review 1 Complete bid tabulation form 2 Contractor Qualification Statement (low bidder DBR Construction Company) We have verified the resume of contacts for the apparent low bidder, DBR Construction Company which is a local Denton company, and have spoken to owners and architects o{previous construction projects The contacts are complimentary and did not hesitate to recommend DBR We have worked with DBR m the past and they incapable of executing this contract We have requested their list of potential subcontractors, which includes a number of local subcontractors for major contracts (Mechanical, Electrical and Plumbing) as well as the smaller subcontracts Therefore, we recommend a contract for construction of the Demon City Hall and Municipal Complex Renovations - Project II be awarded to DBR Construction Company in the amount of $1,065,587 00 This contract includes the Base Bid amount and all three alternates with 310 calendar days construction period We request your action on this recommendation at this time Sincerely, Soarvom Lows olf, ATA (/1 Associate NSW TOM Encl MIAMI LONDON E\97174\M\CS\DAL116.LET ATTACHMENT #1 z 0 pCl d 9�. p O p x x x x c r x x x x e x x x x x x x x k N N p N e bS 75, M N N w r N N N 79 _ 1^ pp O H N w ` y ro 12 4 ATTACHMENT # 2 TABULATION SHEET BID # BID NAME DATE 2184 DMC AND CITY HALL - PROJECT II 7-A r 98 DBR $1,061,312 00 MARATHON $1,205,000 00 OWC $1,229,000 00 1 MART $1,246,000 00 BASE BID AWARD Window glazing and frames at Cashier Stations $975 00 $10,000 00 $1,250 00 $400 00 Remove abandon Air Handler $1,500 00 $1,000 00 $1,400 00 $1,700 00 Wall paneling and trim on wall of Corridor 100 $1,800 00 $5,000 00 $13,000 00 $12,000 00 BID SECURITY S YES YES YES COMPLETION TIME E31AYS 300 DAYS 210 DAYS 285 DAYS ADDENDUM 01 YES YES YES YES ADDENDUM #2 YES YES YES YES ADDENUM # 3 YES YES YES I YES 5 CONTRACT AGREEMENT " STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 21 day of APRIL A.D., 1998, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and DBR CONSTRUCTION COMPANY 2301 HINKLE STREET DENTON, TEXAS 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 — GENERAL CONSTRUCTION AND RENOVATION OF THE in the amount of $1,065,587.00 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 furmsh 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 CA-1 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CORGAN ASSOCIATES INC. all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such clauns 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 � II APPROVED AS TO FORM CITY ATTORNEY E 2186-CONTRACT & BONDS 3 30-98 CITY OF DENTON OWNER BY CA-3 4 CONTRACTOR 1. 3%l/ /1Y/hl�r Sfiec-� 7�aZO/ MAILING ADDRESS RHONE NUMBER AX NUMBER BY E PRINTED NAME (SEAL) 11 1 12 Delete the semicolon at the end of Clause 11 1 12 and add or persons or entities excluded by statute from the requirements of Clause 11 1 1 1 but required by the Contract Documents to provide the insurance required by that Clause, Add the following Clause 11 12 1 to Subparagraph 11 12 11 1 2 1 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 carvers 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 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 mimmum 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 torte; 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 0 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 [x] A General Liability incLrance: - General Liability insurance with combined single limits of not less than $2.000.000.00 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 coverages • Coverage B shall include personal injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least, • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCLT) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability �n�� Flail, � w•i Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with limits of not less than S500.000.00 per occurrence either in a single policy or in a combination of underlying and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the operation and maintenance of all automobiles and mobile equipment used in conjunction with this contract including owned, scheduled, hired, and' non -owned vehicles and employee non -owned use Scheduled automobiles will be listed in the Description or Remarks section of the Certificate of Insurance (ISO Form CA 0001 Current Edition) • Liability policies shall be endorsed to provide the following ■ Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers ■ That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to provide thirty (30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a claims -made form, Contractor shall mi u Lain 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 ansmg during the contract team 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 clamis mvesugation 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 I 1 YY .. i. y ► « ; s n; ui .Yl�ij 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 [x] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance witch, 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 teamed 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) Attachment 1 has been inserted at the end of this specification section Add the following Clauses 11.1.2 2 and 11 12 3 to Subparagraph 11 12 11 1 2 2 Each policy of insurance listed above to be purchased and maintained by the Contractor and each certificate of insurance for said insurance shall contain a complete waiver of subrogation against Owner, Architect and Architect's Engineers Each certificate shall also list Owner, Architect and Architect's Engineers as a party insured The tmmumty of the owner shall not be defense from the insurance carrier 11 1 2 3 Contractor shall not commence work at the site under this Contract until he obtained all required insurance and submitted appropriate certifications Add the following sentence to Paragraph 11 13 If this insurance is written on the Comprehensive General Liability policy form, the Certificates shall be AIA Document G705, Certificate of Insurance If this insurance is written on a Commercial General Liability policy form, ACORD form 25S will be acceptable 113 PROPERTY INSURANCE 113 1 1 Add the following sentence to Clause 113 1 1. The form of policy for this coverage shall be Completed Value Delete Clause 11.3 14 and substitute the following 11.3.1 4 The Contractor shall provide insurance coverage for portions of the Work stored off the site after written approval of the Owner at the value established in the approval, and also for portions of the Work in transit ATTACHMENT 6cl Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of Insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, Independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets 8. 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. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity. (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, In the text, form and manner prescribed by the Texas Workers' Compensation Commission, Informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 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 and of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the and 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. 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. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 DOCUMENT 00300 BID FORM Bidder)APO (Name of " Dear Sir Undersigned, having examined Drawings, Project Manual, related documents, and site of propposed work, and being familiar with all of conditions surrounding work, including availabiltty of materials and labor, hereby proposes to furnish all labor, materials, and equipment required for General Construction and Renovation of the Denton City Hall and Municipal Complex - Project II for the City of Denton, Denton, Texas, in accordance with Drawings and Project Manual prepared by Corgan Associates, Inc, for the lump sum BASE BID amount of BASE Dollars NOTE Amount shall be shown in both words and figures In case of discrepancy, amount shown in words shall govern Above amount does not include State of Texas Sales Tax and Renovation Tax Undersigned affirms that above stipulated base bid sum represents entire cost in accordance with Drawings, Project Manual, and Addenda and that no claim will be made on account of any increase in wage scales, material prices, taxes, insurance, cost indexes, or any other rates affecting construction industry or this project Undersigned bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after scheduled closing time for receiving bids Undersigned bidder understands that the Owner reserves right to reject any or all bids and to waive any informalities in bidding The successful bidder's bid security will be retained until the contract has been executed and payment and performance bonds have been executed and delivered The Owner reserves the right to retain the security of the next two lowest bidders until the lowest bidder enters into contract or until 60 days after bid opening, whichever comes first All other bid securities will be returned as soon as practicable The Owner reserves right to regture bonds from successful bidder If written notice of acceptance of this bid is received within 60 days after date designated for opening of bids, undersigned, within 10 days of receipt of the Contract, will sign and deliver to the Owner the Contract required Performance Bond, Labor and Material Payment Bond, Certificate of 26 March 1998 00300 - 1 CAI 97174 00 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Insurance, and insurance policies required by the Contract Documents Should undersigned fail to deliver signed Contract or required bonds and insurance policies within 10 day period, the Owner reserves right to terminate relationship Alternates The undersigned agrees to the following additions or deductions from the Base Bid Sum if the listed alternates itemized below are accepted by the Owner Alternate prices include all variations in profit, overhead, bonds, insurance and similar related items, and represent the total cost to the Owner for each Alternate Alternate No 1 Provide glazing and associated frames at the Municipal Complex at cashier stations as indicated on Detail 7/A2 03, and Details 2 through 9/A7 01 Add to Base Bid the following amount Dollars Alternate No 2 Remove the existing abandon air handler unit in the room north of Storage III - 123 for installation of electrical panels and transformers Mechanical & electrical work to be part of base bid Room will not require additional finishes Add to Base Bid the following amount Dollars ($ ; S n!V 141si-- Alternate No 3 Provide wall paneling and trim on east and north walls of Corridor 100 indicated on detail 17/A7 01 as future wood paneling Add to Base Bid the following amount ad -- Dollars TIME OF COMPLETION Undersigned agrees to commence work under this contract within 10 days of receipt of written Notice to Proceed from the Owner, and to substantially complete entire work within following number of calendar days Y/d ADDENDA Undersigned hereby acknowledges receipt of following Addenda to Drawings and Protect Manual, all of provisions and requirements of which addenda have been taken into consideration in preparation of this proposal Addendum No L_ Dated I Addendum No Dated Addendum No Dated W' Addendum No Dated 26 March 1998 00300 - 2 CAI 97174 00 1 2 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 BID SECURITY Bid Security must accompany this Bid. Security shall be made payable to City of Denton in amount of five percent of total Bid Sum Secunty shall be by either certified check, cashier's check, or acceptable bid bond by surety licensed to do business in Texas Enclosed with this proposal is required bid security in Sum of S40�10 Dollars ($ 1 Legal Address ?o. Box s28 ,DST-00- TX . 1 fo2d2 Name of Firm MAP romSTR OCT k9W CoArhgmy Organized as a (Mark one) Proprietorship Partnership Corporation X Under the law of the State Of T&uAS t9n (Date) Telephone No 4?A40 If Bid is by a corporation, affix seal above address 26 March 1998 END OF DOCUMENT 1*114I9151 CAI 97174 00 BOND PREMIUM BASED ON FINAL CONTRACT PRICE PERFpRMANCE BOND BOND MCUTED IN FOUR (4) ORIGINAIS Bond No 733645 STATE OF TEXAS 5 COUNTY OF DENTON KNOW ALL MEN BY THPSE PRESENTS- That DBR CONSTRUCTION COWANY whose address is 2301 IONKLE STREET, DENTON, TX 762029 hereinafter Called Principal, and Capitol Indemnity existing under the laws of the State of State of Texas, as Surety, are held at corporation organized and existing a Owner, in the penal sum of ONE M1I EIGHTY SEVEN and no/100 DOLL penal slim as an additional sum of nu fees, and liquidated damages arising of lawful money of the United States, to which sum wall and truly to be ma adrmmstrators, successors, and assign. Bond shall automatically be Increased Agreement which increases the Cont Supplemental Agreement which reduc Bond. rporation , a corporation organized and $XAS, and hilly authorized to transact business in the firmly bound unto the City of Denton, a municipal r the laws of the State of Texas, hereinafter called [ON SIXTY FIVE THOUSAND FIVE HUNDRED RS ($ 1,065,587.00) plus ten percent of the stated :y representing additional court expenses, attorneys' if or connected with the below identified Contract, in paid in Denton County, Texas, for the payment of we hereby bind ourselves, our heirs, executors, ointly and severally, firmly by these presents. This r the amount of any Change Order or Supplemental t price, but in no event shall a Change Order or the Contract price decrease the penal sum of this THE OBLIGATION TO PAY S ME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identi ed by Ordinance Number 98-107, with the City of Denton, the Owner, dated the 21 day of RII, A.D. 1999, a copy of which is hereto attached and apart hereof, for BID g 2184 -GENERAL CONSTRUCTION AND RENOVATION OF THE DENTO by CENTER AND CITY HALL — PRO.IZCT n. NOW, THEREFORE, if the Pri all of the undertakings, covenants, it accordance with the Plans, Specifieadi thereof and any extension thereof whicl to the Surety, and during the life of any shall also well and truly perform and 11 and agreements of any and all duly hereafter be made, notice of which mod Principal shall repair and/or replace all appear within a period of one (1) year f the Work by the Owner, and, if the Owner from all costs and damages whit herein and shall fully reimburse acid rep incur in making good any default or def shall remain in full force and effect, ipal shall well, truly and faithfully perform and fulfill ns, conditions and agreements of said Contract in s and Contract Documents during the original term tray be granted by the Owner, with or without notice uaranty or warranty required under this Contract, and ill all the undertakings, covenants, terms, conditions uthorized modifications of said Contract that may cations to the Surety bemg hereby waived, and, if the lefeets due to faulty materials and workmanship that m the date of final completion and final acceptance of incipal shall fully indemnify and save harmless the Owner may suffer by reason of failure to so perform Owner all outlay and expense which the Owner may iency, then this obligation shall be void, otherwise, it PB-1 PROVIDED FURTHER, that if qny legal action he filod upon this Bond, exclusive venue shall lie in Denton County, State of rrexas. AND PROVIDED FURTHER, t the said Surety, for value received, hereby stipulates and agrees that no change, ex ion of time, alteration or addition to the terms of the Contract, or to the Work to be orinal thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the saran, shall in anywise affect its obligation on this Bond, and it does hereby waive nonce of any change, extension of time, alteration or addition to the terms of the Contract, or to the rk to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant tq the provisions of Chapter 2253 of the Texas Government Code, as amended, and any &W applicable statutes of the State of Texas The undersigned and designated affent is hereby designated by the Surety herein as the Resident Agent in Denton County to w any requisite notices may be delivered and on whom service of process may be had in rs ansutg out of such suretyship, as provided by Article 7,19-1 of the Insurance Code, V n's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this nistruwent is executed in 4 copies, each one of which shall be deemed an original, this the 21 d* of APRIL 1999. ATTEST MEN PRIME ATTEST: -V I_/ i l a�t A ♦ C a PRINCIPAL 1l' N Y' 1N .)INC SURETY CAPITOL INDEMNITY CORPORATION BY. AT -1N- ACT Kathy R Zachare The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME Surety Bond Connection Agency, Inc STREET ADDRESS 17774 Preston Road, Dallas, TA 75252 (NOTE. Dare of Performance Bond nupt be date of Contract if Resident Agent is not a corpora#on, give a person Is name.) 21944MNTRACT A BONDS 4-U-N PB-2 BOND PREMIPM BASED ON FINAL CONTRACT PRICE PAYMENT BOND BOND EXECUTED IN FOUR (4) ORIGINALS Bond No. 733645 STATE OF TEXAS $ COUNTY OF DENTON f KNOW ALL MEN BY THF4E PRESENTS. That DBR CONSTRUCTION COMPANY, whose address is 2301 HEWME STREET, DENTON, TX 76202, hereinafter Called Principal, and Capitol Indemnity Corporation a corporation organized and existing er the laws o the State of TEXAS, and fad y authorized to transact business in the Sta of Texas, as Surety, are held and firmly bound unto the C[ty,oP Denton, a municipal corporal n organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firths, and corporations who may fltrtiish materials for, or perform labor u n, the building or improvements hereinafter referred to, in the penal sum of ONE MILLI N SIXTY FIVE THOUSAND FIVE HUNDRED EIGHTY SEVEN and no/100 DO ($ 1,065,587.00) m lawful money of the United States, to be paid in Denton, County, T , for the payment of which sum well and truly to be made, we hereby bind ourselves, hairs, executors, administrators, successors, and assigns, jointly and severally, fumly b these presents. This Bond shall automatically be increased by the amount of any Change rder or Supplemental Agreement which increases the Contract price, but m no event shall Change Order or Supplemental Agreement which reduces the Contract price decrease the p sum of this Bond THE OBLIGATION TO PAYS E is conditioned as follows Whereas, the Principal entered unto a certain Contract, identifi by Ordinance Number 98-1079 with the City of Denton, the Owner, dated the 21 day f APRIL A.D. 1998, a copy of which is hereto attached and made a part hereof, for D N 2184 - GENERAL CONSTRUCTION AND RENOVATION OF THE DENTON MUNICIPAL CENTER AND CITY HALL — PROJECT H NOW, THEREFORE, if the Pr and ti *e prompt payment to all pera supplying labor and/or material in the and any and all duly authorized modi notice of which modifications to the Su shall be void, otherwise it shall remain dal shall well, truly and faithfully perform its duties firms, subcontractors, corporations and claimants oecut►on of the Work provided for in said Contract cons of said Contract that may hereafter be made, being hereby expressly waived, then this obligation nil 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, ex ion of time, alteration or addition to the terms of the Contract, or to the Work to be pe formed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the samel shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any at# change, extension of time, alteration or addition to the terries of the Contract, or to the ork to be performed thereunder, or to the Plana, Specifications, Drawings, etc, PB-3 This Bond is given pursuant qi the provisions of Chapter 2253 of the Texas Government Code, as amended, and any +ther applicable statutes of the State of Texas. The undersigned and designated ent is hereby designated by the Surety herein as the Resident Agent in beacon County tom any requisite notices may be delivered and on whom service of process may be had in tiers arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, V n's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this trument is executed in 4 copies, each one of which shall be deemed an original, this the 21 djy of AML9 IM. ATTEST: ATTEST: PRINCIPAL 1:' ♦1 Y' 1 /1 I� SURETY CAPITOL INDEMNITY CORPORATION BY BY ATM]WHY-IN ACT Kathy R Zachar The Resident Agent of the Surety in D)eawn County, Texas for delivery of notice and service of the process is NAME- 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 Person Is name.) sM-OUNTPA T A BONDS r-nse PB-4 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 rq&lw INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE SUITE 1400 MADISON WISCONSIN 53705 0900 PLEASE ADDRESS REPLY TO PO BOX 5900, MADISON WI 53705 0900 PHONE (606) 231 4450 FAX (60e) 231 2029 ' Bond No. 733645 POWER OF ATTORNEY No 476070 BOND ROOM IN FOUR (4) ORIGINAIS 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 Attorney(s) in -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 ------------ ------- ---------- NOT TO 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 facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking 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 'I'1/t�Q� q i ';I ViSchulte Secretary rgdine M STATE OF WISCONSIN COUNTY OF DANE CAPITOL INDEMNITY/CORPORATION Go a ORArE Gcor Fad Prcsidnnl F On the 1 % 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 �pAA�A11e11111w111Upa P;, STATE OF WISCONSIN �yP ryA PETER ,/✓ / i Cs } HANS Peter E Hans COUNTY OF DANE Notary Public Dane Cc WI My Commission is Permanent 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 21at day of April 1998 �axxOtutMl„nlnnaiiiiiii.�� null Dunn lid I nn ei f n i uu r s lllllllttl���x��� [tit, poww i valid only it tho powi, of illoniey nuinbor prinl(d to (lit wlwr ngin hind , Deli , ippr Ii ,, ,i Phuin, upiu uI uw, w othi i n+produf lion it( not binding on tho , ompany Inquirlos nn, i nmig Ihi powi r of dtuuu y m iy b, du I. d io Ih, liund M u, ,y , n -I iumi Ofti, o of tho ( ipitol Indemnity Corporation ! OIWM RAMU A 04 BIWMCB DEEM 4x 7B90i7BSi D B R L'OIISpY011GR Co 610 Don Rlthslda POowm Dorton 7x 7m ISICLUSIONO AND D"omW19 OF SUCH POICIBS LIMI)S,BIH IORI 7" OP NAYRNIEE PCUCN mua A"�"aBI9IiAL LMBI.m CLS49001 - oal own aww^ WSLm ams MACS i X CCL1t1. 1 owNBre • uNmA)Ialre Plnr ' I I _ B ; AtnOAIOB{B waun " Ti�AOTO7OOT t x1AmWW ( I ALL Ormeo AUTOS t i eaanam AM xry HOGS) AM X ; NataMlD AM CARAFE LVBWT I laxonea WSMY 1LIMINIS,. FORM OTM VMN IIMSFEL A Fawn i - D 1 ` BBPIW419 t i awrnEu LYIBIAY ' Orm mop nY1S wanmw c r oftMe Tema 811111044 Damon Tx 71E01 t COMPANIES AFFORDING COVERAGE A Baottmw Mowwwa Ca B Ta1R7 U"do 41a Co � C TMan Wo* OOIup bw Fuld t � D aOApANY E UMM 1 HAVE BEEN mm TO Tla INwww ra rto AMM MM Im , uv rrnwu 7N OF ANY CONW= OR ornia )DCUMENT WON Now, TO WHICH THIS MID SY THE POI SO 0®OftE® HEIEIN IS WSUSCT TO ALL THE 7EIYS, k1t HAVB Off1r FFUCED BY PAID CLAIMS. _"- r _ -----' -- - WWPWnM aW0`°"M aB WOVIAMj ul ' OB1p� -- pypSlp ' ®6PL AOapQATI tt SSS= I PRpRICISCdAM7P Aa0. LL0 _ _ 900000111 ' PWaONN.aAW PAAIIM ±t I gum aoaMralaa ; SAEOEOD — �ooEEoo _ i!----- ["Pw ttMNA91! lNry an - wools tYkowO® 111 3" 11nya 1 opme m sm" It 11111001110 j NOMY Wow - I {��!` jt • PAOPWRY aAMAmAWWM } ! i=OTUMINUMPS_— 1s Own I aAM A�'T Slow_ i OWOM • PC= I= ;t d00000 DoomCt107108 Doom-SIKHDAUM it aNOUTA Am OF THE ASOVS OESOSam POLICIES SO CANCELLED BEFORE THE 1017RA7I014 DATE 7HEREOF THE ISSUING COMPANY WILL ENDEAVOR TO Mal 80 DAYS WRMON NOTCE T) THE CERIIRCA7E HO,OB1 NAME) TO THE LSPT, 6Vr FAIUSE 70 MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATON O1 W AUIY OF ANY KIND UPON THE COMPANY, 118 AGOITM O7 R@RE9ITATVES 100 d 0901 M Oh 1 131 ONIN I AWN i£ Ui (NOW)86 ,LZ- UY