Loading...
HomeMy WebLinkAbout1993-036ORDINANCE NO. 3-036 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated com- petitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has receiv- ed and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or im- provements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the con- struction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as be- ing the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1465 DBR CONSTRUCTION CO., INC. $ 83,195.00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Propos- als, and documents relating thereto specifying the terms, condi- tions, plans and specifications, standards, quantities and speci- fied sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council here- by authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective im- mediately upon its passage and approval. PASSED AND APPROVED this the �edday of 1993. /OMdLo.'. BOB CASTLEBERRY, MAYOA ATTEST: JENNIFER WALTERS, CITY SECRETARY BY* APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY M__ �a M DATE: MARCH 2, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1465 - ALEXANDER STREET DRAINAGE PHASE II RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, DBR Construction Company, Inc. in the amount of $83,195.00 with completion in 50 total work days. SUMMARY: This bid is for the construction of additional storm drainage facilities in the Alexander Street area. The bid includes the installation of approximately 650 feet of 27" - 36" pipe and all associated excavation activities. The base bid price is $ 63, 397.00. An additional $19, 798.00 is included in the bid award for the alternate concrete over -flow swale. The amount of $97,300.00 had originally been budgeted for this project. BACKGROUND: Tabulation sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: City of Denton Drainage Program. Engineering Department, Community Development Division. FISCAL IMPACT: This project will be funded by HUD Community Development Block Grant Funds Account #219-057-CD79-8502. pectfully mitte Lloyd V . Harrell City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent agenda.368 �a o a H � U U 89H H hO • U 00 z c O u H H U W O a a U H — — U 0 — — w U O H cn a h z a z O H a o a a H 0 H z 0 ,O v! w c� z M z m H m H H Q H lf1 N w d' H O N � a P4 z w a z W w w in a O z rn i a O Q n a O Q z n i 0 0 0 H o •1 N 00 O M lY) m M p1 O N M '>4 ON N H Y! iR H O O O LO M co 1n M O t0 O t0 O W 0 CO N 00 0 N H H ---------- 0 0 0 0 o O Li o Ln d N W N m 1n V1 w 0r o; M m N N H 411. 0 0 O 0 0 O r 06 L� m m m (1) m M >1 W .-1 00 O O O O O O 00 4 N n N in m Ln O w M ii � r, N ON ------------ w 3 m 0 O w Q H W z a a a0o o a a cwi Q U H w a a~a A W Rai A a~a 0 P° H U W H p] H qAq H 0�0 r.0 N H H E a ------------ ZW I H N M z z O O H a U za U E Az W O H U E U E H z 4 Fa H a H 1E� V W c� z M z m H ON H H q H In N 14 EOM w a a z w w w a O Q n i i a O Q z a O z n i a 0 Q n I a O Q z n J ------------- O O o M In CO �4 L; 1� 4. L0 0 m M M O w M N rO N m N H H ------------- O O O O co 00 10 1O N 0 com N N d co , w Ln co m r 00 m N U! tR H --------------- W 3 0 O w Q H W z a a roa z� O a P U A Ha' UU7 H W a~a o � E4 a Q W Pa° a~n z U W H V! H qqq H — — P�0 — — rC — — — — — — — — — — — E4 H H zH of --------------- =hk I H N M CONTRACT AGREEMENT STATE OF TEXAS § '` : 1`;*,•• ___ -= _ COUNTY OF DLIM14 § 11'114uyr ,` r Yd.•.. �ywd THIS AGREEMENT, made and entered into this 2 day of MARCH A.D., 19 93 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and _DBR-CONSTRUCTIO�ANY, INC. P.O. BOX 828, 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 bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1465 - ALEXANDER STREET DRAINAGE PHASE II in the amount of $ 83,195.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes CA - 1 all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ENGINEERING STAFF all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: APPROVED AS TO FORM: City Attor y CA - 3 CITY OF DENTON k br1alj) (SEAL) • PREJMIIUM BASED ON FINAL CONTRACT PRICE PERFORMANCE BOND STATE OF TEXAS )( COUNTY OF DENTON )( REPLACEMENT BOND BOND NO. 896443-93 KNOW ALL MEN BY THESE PRESENTS: That DBR Construction Company Inc. , of the City of Denton County of Denton , and State of Texas as PRINCIPAL, and International Fidelity Insurance Company, P.O. Box 56, Newark, New Jersey 07101-0056 , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the City of Denton as OWNER, in the penal sum Of Eighty -Three Thn sand One Hundred Ninety. -Five and nn/100 ---------------------Dollars (9 83,195.00----I for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the %n,, day of Marrh , 19__q2., for the construction of Bid #1465 - Alexander Street Drainage Plase II in the amount of $83,195.00 which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 72nd Legislature, Regular Session, 1991, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 8th day of March , 19 93. DBR Construction Coffnany. Tnc. Principal By Tit Tnternatinnal Finality TnRnranne COrrpany Surety i LZIC V.R. Damian, Jr. Title Attnrnav-in-Fant Address P.O. Box 56 Denton, Texas 76202 Nawark- NPW jprsCPy L-LI01-0056 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: V.R. Damiano, Jr. 17774 Preston Road, Dallas, Texas 75252 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAWIENT BOND REPLACEMENT BOND STATE OF TEXAS )( BOND NO. 896443-93 COUNTY OF DENTON )( KNOW ALL MEN BY THESE PRESENTS: That DBR Construction Company, Inc. of the City of Denton County of Denton and State of Texas as principal, and International Fidelity Insurance Company, P.O. Box 56, Newark, New Jersey 07101-0056 authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto The City of Denton OWNER, in the penal sum of Eighty -Three Thousand One Hundred Ninety -Five and no/100------------------------ Dollars ($83,195.00------ ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has with the Owner, dated the 2nd day of entered into a certain written contract 1993 to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 72nd Legislature, Regular Session, 1991, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in 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. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this gth day of March , 19 93 . DBR Construction Company, Inc. Principal /7 By Title Address P_n_ Rnx 828 Denton, Texas 76202 International Fidelity Insurance Company Surety V.R. Damian, Jr. Title Attorney -in -Fact Address P.O. Box 56 Newark, New Jersey 07101-0056 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: V.R. Damiano, Jr. 17774 Preston Road, Dallas, Texas 75252 PB-4 0092b MAINTENANCE BOND BOND # 896443-93 THE STATE OF TEXAS COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That DBR CONSTRUCTION COMPANY as Principal, and International Fidelity Insurance Company a corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of EIGHT THOUSAND THREE HUNDRED NINETEEN AND 50/100---- Dollars ($--8.319.50-----}, ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said DBR CONSTRUCTION COMPANY INC. has this day entered into a written contract with the said City of Denton to build and construct BID # 1465 - ALEXANDER STREET DRAINAGE PHASE II which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for Each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said DBR Construction Company, Inc. as Contractor and Principal, has caused these presents to be executed by Donald B. Richards and the said International Fidelity Insurance Comoanv as surety, has caused these presents to be executed by its Attorney -in -Fact Cheryl L. Humphrey and the said Attorney -in -Fact has hereunto set his hand this 8th day of March , 19 93 SURETY: International Fidelity Insurance Co. BY: yam Cheryl L. umphrey Attorney -in -Fact MB - 2 PRINCIPAL: i IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 FAX 1(512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. BID NO. 1465 Alexander Street Drainage - Phase II PO NO. ' (Base Bid) BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 2.12.3-A 27" RCP Class III 48 LF S /LF $ 2.12.3-B 30" RCP Class III 263 LF $ /LF $ 2.12.24 36" Polyethylene Smooth 330 LF $ /LF $ Lined Corrugated Stm Swr /'. re, SP-44 Remove 30" RCP 30 LF $ /LF $ f c�' l 7.6.A-1 Rebuild 5' x 8' Junction 1 EA $ a/EA $ Box '���/',({ - L'r r r 7.6.A-2 5' x 8' Junction Box and 1 EA $ ,°/EA $ Cover Z G't!. ��, r .' 3-A Remove Concrete Riprap 40 BY $ /SY $ ! 8.15 Concrete Riprap 44 BY $ /BY $ // fl. !' S 7.6.A-3 6' Curb Inlet (Special) 1 EA /EA $ 7.6.A-4 10' Curb Inlet (Special) 1 EA $ re/EA $ 2.11.5 Inlet Frame and Cover 2 EA $ /EA $ 3-B Remove Curb and Gutter 103 LF $ /LF $ 8.2-A Concrete Curb and Gutter 44 .LF S /LF $ 3-c Remove Concrete Driveway 45 BY $ /BY S . 8.3-B 6" Concrete Driveway 58 SY $ /BY $ SP-15.8 Adjust Manhole 1 EA- $ /EA $ .. ,&." C'O Per, F r SP-2 Concrete Saw Cut 82 LF /LF $ >C // !r 5.7-A 2" Asphalt (Type A) 503 SY S /By �L� ! $ .5% 5 :', 5.7-B 4 h" Asphalt (Type A) 470 BY $ /BY $ k. of, . . 5.7-C 1 h" Asphalt (Type D) 470 SY $ /BY S 4.6-B Lime Subgrade Prep. 516 SY S /BY $ 3. , lxx e r 4.6-A Hydrated Lime Slurrey r m....e a 7 TON $ <C /TN �O/? $ %CE. F L P — 3 i Alexander Street Drainaoe - Phase II I. (Base Bid) WORK DAYS 35 BID NO. 65 PO NO. WORK DAYS I BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL SP-4 Lower Water Line 1 EA $ C/EA ,ZGff, - $ lr!•rr SP-49 Sprinkler System Adjust. - LS $ /LS �'('lY' $ •,5"lf.F�• 2.12.E 6" Ductile Iron Sewer 36 LF $ /LF $ SP-37 Excavation Protection 263 LF $ /LF $ 3.10.7• Hydromulch 1,100 SY $• /BY S 1.21 Contractors Warranties and Understandings - LS $ /LS �..5 %�, /! $ �, .. f 3.1 Preparation of Right -of- - LS $ /LS S SP-10 Rock Excavation 20 CY $ /CY .S,f !! $ /v!. /•C•. SP-39 Project Signs 2 EA $ /EA S 8.1 Barricades, Warning Signs and Detours - LS �ltr' 3.12 Temporary Erosion Control - LS $ /f! C!/LS S 3.3 Unclassified Exc. 90 CY S/f, rr• /Cy $ ! C. Materials incorporated into project plus Labor $ other $ �� 9 Total S l3 3r'.cr 3.10.3* Seeding 1,100 SY $ /SY ,mac' S Sal'. !' c CONTRACTOR OPTION TO USE R3P PIPE OR S IRAL RIB PIPE ' Item 3.10.3 Seeding may be substituted for Item 3.10.7 Hydromulch at the engineers option. P - 4 Alexander Street Drainage - Phase II (Additive Alternate Concrete Over Flow Swale) WORK DAYS 15 BID NO. 1465 PO NO. BID TABULATION SHEET ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 5.15 Concrete Riprap 524 SY $ /SY r rill $ IA14,y ., ". SP-43 Raise Junction Box Lid 1 EA $ /EA $ 3.3 Unclassified Excavation 540 CY $ /CY S 3.10.7 Hydromulch 550 SY $ /SY $ rr 1.21 Additional Contractors Warranties and - LS S (LS nl�C. !'O $ ' i-r 3.1 Additional Right -Of -Way Pre - LS $ /LS Pe, ro $ 3.12 Additional Temporary Erosion Control - LS $ /LS OO.00' $ Materials incorporated into project plus Labor $ Other S Total $ 3.10.3+ Seeding 550 SY S _� /SY $ nn nr + Item 3.10.3 Seeding may be substituted for Item 3.10.7 Hydromulch at the engineers option. P - 5 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: o 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. o Any deductibles or self -insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the CI - 1 contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. o Liability policies shall be endorsed to provide the following: oo Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. oo 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. o All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage. o 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. o 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. o Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: CI - 2 [X] 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: o Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverages. o Coverage B shall include personal injury. o 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: o 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. o Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with limits of not less than $500,000 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 operation, maintenance or use of any auto, including owned, non -owned and hired automobiles and employee non -ownership use. (ISO Form CA 0001 Current Edition) [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for CI - 3 occupational disease. The "Additional Insured" but the rights of subrogation against employees and volunteers for by the Named Insured. City need not be named as an insurer shall agree to waive all the City, its officials, agents, any work performed for the City CI - 4 PRODUCER INSURED Ramey & King Insurance 101 S. Locust Suite 707 Denton, TX 76201 D B R Construction Co., Inc. Don Richards P.O. BOX 828 Denton, TX 76202 ISSUE DATE (MWDD/YY) UR�DWCE - 03/24/93 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY III CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, COMPANY A LETTER COMPANY B LETTER COMPANY `. LETTER COMPANY D LETTER COMPANY E LETTER COMPANIES AFFORDING COVERAGE Trinity Hartford Texas Specialty THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Do TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION. LIMITS .T DATE (MM/DD/YY) DATE (MM/DD/YY) C GENERALLIABILITY - GLS437011 05/06/92 05/06/93 GENERAL AGGREGATE $ 1000000 C XICOMMERCIAL GENERAL LIABILITY GLS437012 05/06/92 05/06/93 PRODUCTS-COMPIOPAGG. S 'CLAIMS MADE OCCUR.' PERSONAL S ADV. INJURY $ 5,00000 OWNER'S 8 CONTRACTOR'S PROT. EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ MED. EXPENSE (Any one carton) S A AUTOMOBILE LIABILITY TCA6413799 04/17/92 04/17/93 COMBINED SINGLE X ( ANY AUTO LIMIT a 1000000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) X. HIRED AUTOS BODILY INJURY $ XI NON•OWNED AUTOS (Per accident) 1�I GARAGE LIABILITY PROPERTY DAMAGE $ I EXCESS LIABILITY EACH OCCURRENCE a UMBRELLA FORM AGGREGATE a OTHER THAN UMBRELLA FORM STATUTORY LIMITS WORKER'S COMPENSATION' B AND 46WBCUA0213 02/07/93 02/07/94 EACH ACCIDENT S 500000 DISEASE —POLICY LIMIT S 500000 EMPLOYERS' LIABILITY DISEASE —EACH EMPLOYEE S 500000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Additional Insured: City of Denton Project Bid: #1465 — Alexander St. Drainage Phase II CANCELLATION ..raLdrtiioi SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Denton EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 215 E. McKinney MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Denton, TX 76201 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE I i A1i0BD35 & (71901.' OAGORD CORPORA1Wb6 G BID SUMMARY TOTAL BID PRICE IN WORDS **Eighty Three Thousand One Hundred Ninety Five Dollars% In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump -sum prices as shown for each item listed in this proposal, shall control over extensions. DBR Construction Company,Inc. CONTRAC OR BY Don Richards / President P.O. Box 828 Street Address Denton,Tx 76202 City and State Seal & Authorization (If a Corporation) 817/383-3007 Telephone B - 1 BID SU'' 4MARY ALEXANDER STREET DRAINAGE - PHASE II Base Bid Additive Alternate - Concrete Over Flow Swale Total Bid Work Days Bids 35 15 $ /% %"X. -li 50 P /C1 � $ r4:S i . Award of the contract will be based on the Base Bid or the Total Bid. The Additive Alternate will not be considered as a separate contract. B — 2 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F. R. 12319.25). The implementing niles and regulations provide that any bidder or prospective contractor, or any of their proposed subcon- tractors. shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause: and. if so, whether it has riled all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable in- structions. such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. CERTIFICATION BY BIDDER NAME AND ADDRESS OF BIDDER (Include ZIP Code) DBR Construction Company,Inc. P.O. Box 828 Denton,Yx 76202 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. ❑ Yes O No 2. Compliance reports were required to be filed in connection with such contract or subcontract. ❑ Yes ❑ No 3. Bidder has filed all compliance reports due under applicable instructions, including SF•100. ❑ Yes No ❑ None Required - 4. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246. as amended? Yes ❑ No NAME AND TITLE Or SIGNER /Hesse rypel Don Richards / President SIGNATURE DATE • 2/2/93 Realness Form HUOA238.CO-I. which is Obsolete HUD•950.1 111.781 U • Y ftF Of NVU%lN ..o Uaft..E,(,(AL-0F.JWT COMMUNITY OEVEI.O►VENT ,LOCK CRANT ►ROC►AN CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS I. The urieniped. Irving weeuied a eonlnet aiih the censbocliw Of the abeveldenlifred Project, achnwisdgn that: (a) The Labor Sts.dsrds poaislaon are ineloded in the .fereaow contract; (b) Correction e( *or I.f .ctien. -1 Ike .Iwea.N conditions. including infractions by any of his a.bcawueura and .q loan Uar nobconlncters, is his le poeaibilily; 2. Me eettm.. roar: - (a) Neither he am, ony (it.. ►.N.orship or uaosislion is .bleb he has a.bsuntial Interest is desigaled as an Inetieible eenlrectw by the Cawytruller Covent of Ihs U.itei States personal to Section 5.6(b) *lion Regublioas of the Seer.tsry of Labor. PM 5 (Y CFR, p.rt .)w Forsonat on Section S(s) a( the Dovls.08eon Act. so attended (40 U.S.C. 776o-7(a)). (b) NO Part d the dpearonllaled ewlnel bs be" ar will be subcoalreelM In may subeenbsetp It such esb. o.boclp ar any fire, cooperation. MNn rship or associalion In which such subcontractor line a nobatoolial Interest is designated as a* ineligible eenluclw Panuael to any of the afweneatia ed legublwy w sulul.q provisions. 1. He agrees to shield and feensid Is the efrewenliontl N cipiedt wllble Im days aft" the aec ten sf anywbeontose. ind".g thons esdested by his sabeonlarelow end say Isww tin subcontractors, a Sebeonlnetw's Cnailicalisd Coacetsing Labor Slesdsrds odd PtewiOsg Wage Requirenmis eseguled by IF-x nbconbselen. d. He c.rti :.. short MI 16. Lear ne. and rM wa1...e @does, .1 ne M/M.M•N M.N L SSif 1410e.� r�ilr�Jgi.► RACE: SL/ /V. Lao aw i e If lit .wwa►e eara►way.nm. jtel •rondONMpN aNaa[a0 rN vwl ay.fe O► .. MTNaNMN. ON am eKw«u.TNIN NUO-1411 V-/fl (C - 9) CERTIFICATION OF PROPOSED BIDDER REGARDING SECTION 3 AND SEGREGATED FACILITIES DBR Construction Company,Inc. Name of Prime Contractor or Subcontractor ALEXANDER DRAINAGE - PHASE II B-91-MC-48-0036 Project Name and Number The undersigned hereby certifies that: A) Section 3 provisions are included in the Contract B) A written Section 3 plan was prepared and submitted as part of the bidding process (if bid equals or exceeds $10,000) NOTE: THE SECTION 3 PLAN MUST BE SUBMITTED TO THE COMMUNITY DEVELOPMENT OFFICES 105 1/2 W. OAR ST. PRIOR TO CONTRACTOR ACCEPTANCE. A BREAKDOWN OF SUBCONTRACTORS AND EXISTING WORK FORCE MUST BE INCLUDED (SEE FOLLOWING FORMS). C) No segregated facilities will be maintained. Don Richard Name & s / President of gn r (Print or Type) C-2 2/2/93 Date OOQ., O F D £ H o, � y a ry e + _c CONTRACT AGREEMENT STATE OF TEXAS § THIS AGREEMENT, made and entered into this 7 day of DECEMBER A.D., 19 93 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through _—LLOYD_, v._E%RRFLL thereunto duly authorized so to do, hereinafter termed "OWNER," and DBR CONSTRUCTION COMPANY INC., P.O. BOX 828, DENTON, TEXAS 76202 of the City of DENTON , County of and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1555 - MAPLE STREET SANITARY SEWER in the amount $110,109.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes CA- 1 all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by ENGINEERING AND TRANSPORTATION DEPARTMENT 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 c.4— c y employee benefit. City shall - have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by 'Lhe. General and Special Conditions. . The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA- 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: AAA0184D (SEAL) DBR CONSTRUCTION COMPANK INC. Foroyk PM (SEAL) CA- 3 BOND PREMIUM BASED ON Bond No. 561861 FINAL CONTRACT PRICE PERFORMANCE BOND STATE OF_TEXAS S COUNTY OF DENTON $ KNOW ALL MEN BY THESE PRESENTS: That DB$ CONSTRUCTION CCOANY INC. , of the City of DENTON County of pmml __ , and State of TFJW as PRINCIPAL, and Capitol Indemnity Corporation , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CM OF DEW" ae OWNER, in the penal sum of ONE sDNDNED TEN TNODSAND ONE HMDRED AND NI'taE AND no/loo-------- ------ Dollars ($ 110,109.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 7 day of DEcse®ER , 19 93 , for the construction of BID # 1555 — X"LE STMRT SANITARY SEVER in the amount of $110.109.00. which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Act of May 22, 1993, 73rd Leg., R.B., ch. 268, §1, 1993 Tex. Sess. Law Serv. 587, 851 (Vernon) (to be codified as Tex. Govrt Code, ch. 2253) (formerly, Tex. Rev. Civ. Stat. Ann. art. 5150), and all liabilities on.this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton county, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 13th day of December 19 93 . ' DBR Construction Company, Inc. Address: (SEAL) Capitol Indemnity Corporation SuretO&CAL41xa� y / C eryl L. Humphkey Tit l ttorne -in-Fact Address: 4610 University Ave., No. 1400 Madison, Wisconsin 53705-0900 (SEAL) The name and address of the Resident Agent of Surety is: V. R. (Jim) Damiano, Jr. 17774 Preston Road, Dallas, Texas 75252 NOTE: Date of bond must not be prior to date of Contract. ARAD184D PH - 2 BOND PREMIUM BASED ON Bond No. 561861 FINAL CONTRACT PRICE PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON 5 KNOW ALL MEN BY THESE PRESENTS: That DBR CoNSTRUCTIou OJHPANY INC. of the City of DENTON County of DENMN , and the State of TEBAS , as principal, and Capitol Indemnity Corporation authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto T= CITY of DENTON , OWNER n the penal sum of no/10i--- ME MINDMM MM THOUSAND om Rummm vn icau aka Dollars for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the owner, dated the 7 day of DEMMER 19 93 . BID.# 1555 - NAPLE- STREET SANITARY SEWER to which contract is hereby referred to and made a part heroof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Act of May 22, 1993, 73rd Leg., R.S., ch. 268, 51, 1993 Tex. Sess. Law Serv. 587, 851 (Vernon) (to be codified as Tex. Gov•t Code, ch. 2253) (formerly, Tex. Rev. Civ. Stat. Ann. art. 5160), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, qr to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 13th day of December 19 93 DBR Construction Company, Inc. Principal 4 By /& T11.1e YAP Address: ���i>/ ��.�� i-f.�i .�n�crsfc�f (SEAL) Capitol Indemnity Corporation Surety Ch ryl L. Humphr y Title torne -in-Fact Address• 4610 University Ave., No. 1400 Madison, Wisconsin 53705-0900 (SEAL) The name and address of the Resident Agent of Surety is: V. R. (Jim) Damiano, Jr. 17774 Preston Road, Dallas, Texas 75252 AAA0184D PB - 4 BOND PREMIUM BASt- ON FINAL CONTRACTPF?ICE THE STATE OF TEXAS COUNTY OF DENTON Bond No. 561861 MAINTENANCE BOND 5 KNOW ALL MEN BY THESE PRESENTS: That n9R CONaTRRCTjoN CDmpm as Principal, and Capitol Indemnity Corporation a corporation authorized to do business in the State of Texas, as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a Municipal Corporation of the state of Trrfpei, its successors and assigns, mt nsnton, Denton County, Texas, the sum of ELEVEN THMAND AM TEN and 90/100-------- Dollars ($ 11.010.90 ), ten (10%) percent of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said DBR OONSTM=1ON COMBANY M. has this day entered into a written contract with the said City of Denton to build and construct _ BID 1 1555_- M"LE STREET SANITARY _sffi mR Which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and; WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one -(1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in MB - 1 accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and Keep same in repair for the maintenance period of ona (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and surety and that successive recoveries may be had hereon for successive breaches of the conditions hercin provided until the full amount of thin bor-i shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said DBR Construction Company, Inc. as Contractor and Principal, has caused these presents to be executed by and the said Capitol Indemnity Corporation as surety, has caused these presents to be executed by its Attorney -in -Fact _Cheryl L. Humphrey and the said Attorney -in -Fact has hereunto set his hand this 13th day of December , ig 93 SURETY: Ca tql Indemni y Corporation BY: Cheryl Z H muhrey Attorney -in -Fact AAA0184D MB - 2 PRINCIPAL: DBR Constructs ompany, Inc. 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. INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON. WISCONSIN 53705-0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900. MADISON, WI 53705 0900 PHONE (608) 231-4450 • FAX (608) 231-2029 POWER OF ATTORNEY No: - - _- Bond No. 561861 Know all mere 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., CHERYL L. HUMPHREY, BETTY J. DAMIANO OR SHANE A. HUMPHREY ---- 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 $500,000.00 ------------------------------ 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 attorneys) -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 m the Pow 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. CAPITOL INDEMNITY CORPORATION Attest: / !` �a\\oE11MHIlilylU//�//�/94/� Virgiline M. Schulte, Secretary - CORPORATE S a GeOrae/A. F ait, President �u SEAL i= VVVVV STATE OF WISCONSIN � r �i/yN/NIfIIla10\UO COUNTY OF DANE 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. ��\P4W1ol Fl I IWIII/c///////�i�G STATE OF WISCONSIN 3 PETER _ - =f E. COUNTY OF DANE HANS Peter E. Hans 3 �� Notary Public, Dane Co., WI /i/aullilnl\\\\\ \ 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 13th day of December 1993 \U111IIININN/yy \ E,pNITY CO4� N"Ja 0 �� eo9' Ba CORPORATE SEAL �` er, Treasurer llll I III\\\P\�\\\\ This power is valid only if the power of attorney number printed in the upper right hand corner 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. SENT BY:Denton, Texas i12-17-83 ;10:22AM ; Ramey & King lns,y 1 817 382 4682;# 1 R 1f8. LA Kkq ftW� am Who "T oLLntmt TX 7111401- 0 IS R OonwMcUen Co Ine ISM Rwhude P O sot as Denton TX 7= THIS NI TO CE911FY THAT THE POUCH IND161YED, NOTWITHSTANDING ANY RI CERRFICATE MAY BE ISSUED OR MAY ECLUStONB AND CONDITIONS OF SUI .....p-. .... ..ume................................._.........., .RI TYPE OF INSURANCE A�. l I LIASSII'/ I X I COMMERCIAL OEReVIL UAELOY ; _......., Oa ws MACE o i ..X .; Di ......i17 t.... i Rt8a CdMTRA010NS PROF. i a " OWNED AUTOS $1211OKE0 Am "MID ALROS ICNOMIDO AVIOS GAPi2E UANM IRIMBRM DIM 1HAN IAIBFIA FO ... !E............................................... .,,..., HI.A FORM wowuws CoNECWTIDN D ! AM 1 ISAPLOYSRC LIABILITY onus OITY OP DEiIgN MADDIf1OW1L7N806E0 OMPANY A 1.21701 ............... ...... COWAN LEM Y 9 COINANY C LETTER Do~ D LETTER ................... CCIAPANY E LEI1ER COMPANIES AFFORDING COVERAGE ... III, ................................................................................ Tow 8p"Ity ... —,....... ........ ......... ............._........................I.............., TO" ...................... _.... .............. ....................... _............. I................ 1lrttord NOE LISTED BELOW HAVE BEEN ISSUED TERM OR CONDRION OF ANY CONTRAC e INSURANCE AFFORDED BY THE POUCII POLICY NUMER 401AIs6UA0218 PCUDY BfECTNe !POLICY EVIRArm CAR SE,LDWM ! CAR RA WM .. .. .....l.. . ...... Blum i DRUM DR THE POLICY PERIOD PECT TO WHICH THIS TO ALL THE TERMS, ........................................ U ITe e4CH OcCumnaCE ....,.............. .................. FlI! DAMAGE (AM pM Np COMBliO BP,SIE •.•.....•.•.•. LIST noDlLr HAAW PK o0wo ................. wort wAAn th, w"v FROPERiY DAMAN PAat acwne+a .......... AoaABpAn loom LRABLITY LD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE ATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO CMy al Denton DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 90TowDB t OF ANY IOND UPON THE COMPANY, ITS AGENTS OR REPFEBBNTAMES. Dwmn TX 7=1 RED RERNSOMPIVIII L'F / ! DEC 17 '93 11:26 8173824316 PRGE.001