Loading...
1995-135AN 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 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 1769 DBR CONSTRUCTION INC. $151,043.00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the/~ day of ~ ,1995. BOB CASTLEBERRY, MAYOR/ ATTEST: JENNIFER WALTERS, CITY SECRETARY AP TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY DATE: AUGUST 1, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1769 - SINGLE FAMILY HOME CONSTRUCTION RECOMMENDATION: We recommend this bid be awarded to the low bidder, DBR Construction, in the total amount of $151,043.00. SUMMARY: This bid is for all materials and labor involved in the construction of two single family homes on Windsor Street~for the Community Development Office. Two bid proposals were received in response to twenty-three notices to bid mailed to prospective contractors. BACKGROUND: Tabulation Sheet, Memorandum Barbara Ross dated 7-10-95. PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Community Development Office, Planning and Development Division, Citizens of Denton. FISCAL IMPACT: Funds for this project will come from Affordable Housing Funds (AFFH) and H.O.M.E. Funds, account numbers 213-005-AFFH-8502 and 212-005- HM13-8502. ~~_. >ectfully submitted f/Lloyd V. ~rrell/ --City Manager -- Prepared by: ~Name: Denise~~~a~~l Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 617. A~-'ENDA ClTY OF DENTON, TEXAS IOO WEST OAK · SUITE208 · DENTON, TEXAS76201 ° (817) 383-7726 Community Development Office MEMORANDUM To: Tom Shaw, Purchasing From: Barbara Ross, Community Development Date: July 10, 1995 Subject: Single Family Home Construction Bid The Community Development Office would like to accept the bid of DBR Construction for the housing construction at 901 and 907 Windsor. The total bid by DBR was $151,043. Enclosed is a revised purchase requisition for the project. We are requesting that the PO be setup to use funds from both accounts on each project. We will be using $31,000 in affordable housing (AFFH) funds on each project. The balance on each will be paid with HOME funds. Please put the project on the city council agenda when possible. Give me a call at ext. 7235 if you have questions or need additional information. Thank you. Barbdra Ross xc: Frank Robbins, Executive Director for Planning & Development "Dedicated to Ouafity Service" ~;. • j:\wpdoca\k\contract.frm CONTRACT AGREEMENT THE STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this the 8 day of MARCH A.D., 19 95 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 CONSTRUCTION COMPANY 521 NORTH LOCUST STREET 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 ~ 1769 - SINGLE FAMILY HOME CONSTRUCTION IN THE AMOUNT OE $151,043.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at its (his or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, in- surance, 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 Con- ditions, the Notice to Bidders (Advertisement for Bids), Instruc- tions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats., blueprints, and other drawings and printed or Page 1 written explanatory matter thereof, and she Specifications here- fore, as prepared by CITY OF DEN1'ON COMMUNITY DEVELOPMENT' STAFF all of which are made a part hereof and collectively evidence and constitute the entire contract. Contractor to Comply with Federal Regulations A. The work to be performed under this contract is on a pro- ject assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of section 3 of the Housing and Ur- ban Development Act of 1968, as amended, 12 U.S.C. 1701u. Section 3 requires that to the greatest extent feasible, opportunities for training and employment be given to lower income residents of the area of the section 3 covered project, and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the section 3 covered project. B. The parties to this contract will comply with the provi- sions of said section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24 Part CFR 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of this contract. The parties to this contract certify and agree that they are under no contractual or other disability which would prevent them from com- plying with these requirements. C. The CONTRACTOR will send to each labor organization or re- presentative of workers with which it has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of the commitments under this section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training. D. The CONTRACTOR will include this section 3 clause in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of Federal finan- cial assistance, take appropriate action pursuant to the subcon- tract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Develop- ment, 24 CFR Part 135. The CONTRACTOR will not subcontract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 CFR Part 135 and will not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with Page 2 the requirements of these regulations. E. Compliance with the provisions of section 3, the regulat- ions set forth in 24 CFR Part 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of the contract, shall be a condition of the Federal financial assistance provided to the project, binding upon the applicant or recipient, its contractors and subcontractors, its successors, and assigns to those sanctions specified by the grant or loan agreement or contract through which Federal assistance is provided, and to such sanctions as are specified by 24 CFR Part 135. Indeaendent 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 taxes, withholding taxes, 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 specifica- tions 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 perform- ance of this Agreement, and CONTRACTOR will, at its cost and ex- pense, defend and protect the City of Denton against any and all such claims and demands. Notices Any notice or other written instrument required or permitted to be delivered under the terms of this agreement shall be deemed to have been delivered, whether actually received or not, when depos- ited in the United States mail, postage prepaid, registered or certified mail, return receipt requested, addressed to the OWNER or CONTRACTOR, as the case may be, at the following addresses: Page 3 OWNER: CONTRACTOR: City of Denton, Texas DBR CONSTRUCTION ATTN: City Manager DON RICHARDS, PRESIDENT 215 E. McKinney 521 NORTH LOCUST STREET Denton, TX 76201 DENTON, TX 76201 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. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ~~ ®11/ ,/ ~ //iA/JZa~ i (SEAL) CITY OF ON OW B APPROVED AS TO FORM: ~, ~~ F„a.,..~_ Cit Attorney Page 4 ATTEST: ~r (SEAL) DBR CONSTRUCTION C NY CONTRALTO By: ~ Page 5 PERFORMANCE BOND BOND EXECUTED LN POUR (4) ORIGINALS STATE OF TEXAS § ~;J;••;v l~REMIUM BASED ON FINAL CONTRACT PRICE COUNTY Op' DENTON S Bond No. 58020( KNOW ALL MEN BY THESE PRESENTS: That DBR CONSTRUCTION COMPANY of the city of DENTON County of DENTON , and State of TEXAS as PRTNCIPAh, dnd Capitol Indemnity Corporation 1 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 T[iE (:i'I'Y OF DEN'rON as OWNER, in the penal sum of ONE fiUNDRED FIFTY ONE THOUSAND HpR'rY THREE AND 00/100 Dollars ($151,043.00 .._.,_) 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 8 day of MARCH 19 95, for the construction of BID ~ 1769 - SINGLE FAMILY HOME 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 bl' 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 Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they wore copied at length herein. PB - 1 PROVIDED PuRTNER, that Lf any legal action be fillod upon this; bond, venue shall lie !n Benton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to tho terms of the contract, or to the work performed thereunder, or the plans, speoiPlcations, or drawings accompanying the same, shall in any way affect its obligation on this bond, and ft doss hereby waive notice of any such change, extension oP 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 AucusT 19 95 _, CONSTRUCTION By tl Address: 521 N. Locust Denton, TX 76202 (817 383-3007 ._ ~ r- - ~ (SEAL) Tit Address: 4610 University Ave. Madison, WI 53705-2159 (608) 231-4450 (SEAL) The name and address oP the Resident Agent of Surety is: James V. Damiano Road, Dallas, TX 75252 NOTE: Date of Bond must not be prior to date of Contract. 11M01 B 4 D Rev. 07/29/94 P9 - Z CAPITOL INDEMNITY CORPORATION Surety ~-. PAYMENT BONll BOND EXECUTED iN FOUR (4) ORIGINALS hVIVU fJFtGVIIUM BASED ON STATE OF TEXAS FINAL CONTRACT PRICE S COUNTY OF DENTON § bond No. 580201 KNOW ALL MEN BY THESE PRESENTS: That DBR CONSTRUCTION COMPANY of the City of DENTON County of. DF,NTON , and the State of TEXAS d9 principal, dnd Capitol Indemnity Corporation __^-~, authorized under the laws of the State of Texas to act as surety on bonds Por principals, era held and Firmly bound unto 'fHE CITY OF DENTON ONE HUNDRED I~I1~TY ONE THOUSAND FOR'TY.~THREgERA~NDnO~~~ena1 sum of Dollars ($ 151,043.00 ) Por the payment whereof, the said Principal and Sure d 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 8 day of MARCH 19 95 ~_ BIll t 1769 - SINGLE FAMIi,Y HOMB CONSTRUCTION to which contract is hereby referred to and made a part hereof as fully and to the same extent as iP 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 Por 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 Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordancQ with said provisions to the same extent as if they were copied at length herein. PB - ~ surety, Por value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms oc 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 oP time, alteration or addition to the terms oP 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 nucus_____T__ 19 95 , CAPITOL INDEMNITY CORPORATION Surat~r~ i JAMES V. DAMIANO e ATTORNEY-IN-FACT Addreest 521 North Locust Street Address: 4610 University Ave. Denton, TX 76202 (817) 383-3007 / /_. _ -. (SEAT,) Madison, WI 53705-2159 608) 231-4450 (SEAL) The name and address of the Resident Agent of Surety is: James V. Damiano 17774 Preston Road, Dallas, TX 752 AAA01840 Rov. 07/28/94 PB - 4 DBR CONSTRUCTION (:DMPANv MA[N'I'EiNANCE DONl.) 80ND HXECUTI30 IN FOUR (4) ORICINAI.,S ;j~1Ji~f L) ~-'H~MIUM BASED ON THE STATE OF TEXAS c FINAL CONTRACT PRICE COUNTY OF DENTON Bond No. 580201 KNOW ALL MEN BY THESE PRESENTS: That DBK CONS'CRl1l:TIUN COMPANY as Principal a p' ~ nd Ca itol 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 Texas, its successors and assigns at ppe ton De to Co~.~nty, Texas, the sum of FIFTL•);N THOUSAND ON`E I-IUNDR~ll FdUR A~ID~iO/tU0 - - ----- Dollars ($ 15,104.30 ), ten (10$) the contract for the payment of which sum said prin ipal and surety do hereby bind themselves, their successors and assigns, jointly dnd severally. This obligation is conditioned, however, that: WIiEREAS, said DBR CONSTRUCTION (:OMPANY has this day entered into a written contract with the said t oP Denton to build and construct BID M 1769 - SINGLI; FAMILY CONSTRUCTION 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; it is provided~thate the Contractorsw le maintaino and keeeontraCt, repair the work therein contracted to be done and performednforoa period of one (1) year from the date of acceptance thereof and do all necessary backfillinq 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 backfillinq, 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 ig agreed that the City may do said work in MB - 1 accordance With said ContYact and supply such materials and charge the same against tho said Contractor and its surety on this obligation, and said Contractor anfl surety shall be subject to the damages in said contract for each days failure on the part oP 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 tv 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. Tt 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 WIiEREOF, the said DBR CONSTRUCTION COMPANY 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 JAMES v. nAMIAxo_ _ _ _ _ and the said Attorney-in-Fact has hereunto set his hand this srh day of AUGUST ~ 19 95 , SURETY: CAPITOL nINDEMNITY~COR~PORATION BY DAMIANO AAA0184D Rov_ 07/28/94 MB - 2 PRINCIPAL: 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 UNIVERSIIV AVE-NUE. SUITE 1400. MADISON, WISCONSIN 537050900 P~EnS[ /\DDRfESS REPLY TO P.O. eOx 5900. MAt71SON, WI 537050900 PFIONE (6061 231-4450 • FAx (G08) 231-2029 EXE ,4) oRZCINALS POWER OF ATTORNEY No: 3 6 8 2 6 2 Bond No. 580201 K110W ell I'T1eh by these Pt'eSentS, 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, CHERYL L. HUMPHREY OR SHANE A. HUMPHREY-------------- its true and lawful Attorney(s)-in-fact, to make, and deed, any and all bonds, undertakings an of suretyship executed under this authority shall ---------------------------------NOT TO This Power of Attorney is granted and is Resolution adopted by the Board of Directors held on the 5th day of May 1960: execute, seal and deliver for and on its behalf, as surety, and as its act d contracts of suretyship, provided that~no bond or undertaking or contract exceed in amount the sum of EXCEED $5,000.-000.'00 ----==- signed and sealed by ~facsimlle~ under and by the authority of the following of CAPITOL INDEMNITY- CORPORATION at a meeting duly called and "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 anv certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and bindinq 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 1st day of June, 1993. CAPITOL INDEMNITY CORPORATION 'Attest Virgiline M. SchulteSecretary .ifs Geor A. Fait, President ~ cF~~. ag. k STATE~QF,WISCONSIN ~ r ~GOUNTY OF DANE On the 1st day of June, A.D., 1993,~before mepersonally camesGeorge 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. "STATE OF WISCONSIN ;_ Peen z> L ImNS i= ~ ~ 1 '" peter E. Hans ;COUNTY OF DANE ~ O \ Notary Public, Dane Co., WI /"'~i//°//mnlllnnl~\\po`~ My Commission is Permanent CERTIFICATE I,.the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY r 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 8th day`of, ~ August , 19 95 \\\\\\~\Of411111111/U/p5/iQ4/ o~conaonnrc' __ /LrliL~~ s[nl g Paul J :.. re auer, Treasurer p////////IIIIIIIIIIt~00\ 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 do the company. Inquiries concerning this power of attorney maybe directed tothe Band Manager at the Home ri ti. `~ Office of the Capitol Indemnity Corporation. -~~""." ~ ,_ , 200'39Nd 0L9299SLT8 IUG. -09' 95 (WEDI 11:25 RAMEY ~ KING ac~~~~n. nAr,1Er ~ KrNn Wsu11ANCE 150 i ti75R oaNE A Denton Tx 16ID5.7B7a D B K CauDlwtlon CO k1E Dan Rkherd! p 0 BmI aL DNlmn 7X 782 THIS L7 70 CFRI1fY THAT 7FIE POLICE LNnICATED, NVLWIILISTANDINP /iIY W C6nIFlCAT{ MAY BE ISSUEO 00 YAY FXCW9IpI1t ANO caNtNLWN! OF SVI _ . ............ ... ............................. ... ....•y ~ ~ TYK CF ELgA1MgE I ~e A ; ORffT1µ lHalllY Y 1 cow~+Dri aalalw. Lveurc ~Y............n - DgN@I'S L CONV4WT01T1 PRO'L N~[MUein uroanr D 1 ... 1 ...... _ 5~~. i... .....: All OANFD AV10E ..... i EPEAAL~ AVIq ~~ •. •X.: NHED AIlfO! I... 1C.~ NcNa.En AVIOo ... aAavL¢ uallr it xc~sa ubETtY . ~ IAI[Y61A FOW ....~` onel THAN uLVeu wlw WOIV®I'S Ca1E'OIBNTON C i I AIo ~E+aveLS LLME.T' ......1 .. D ; ........................... _....................... _..... anal ALt. NIBK oVILDERS p1tNL i I ExCLU0E8 FLODD a DVAKE 'i i E01 • !07 717ND80p TE6 1 811 243 1050 INSURANCE U3L® BQOW NAV! Bfflli 1391JE0 T0' EMENT. Tow oa coNDLnaI aE ANY carrmACr a VN, T}{E INSURANCE AFrONOm IIY ME POLIOIES 0 ua[5,,._uMns_sHOwH,Mnr, HAVE_S~l_ i~d!ce?. POIF1'NlNe1E'A ~ r~ 9 ..._.......v......... ~...._..........~...~ .........:......_. .~..................: FI.S7101S0 ~ aJOBIlS ~lOD. µ AND P.D. i DEDULmetY onn7ra 0£ :80 S6 . T T Bf1C P. ~~~ 9VOED NAAIW ABOVE iOR 1HE lN%LOY PLTaOP A DOWMENT WITH RFSPFgT TD VYHICH THIS IFD HE17EW It SU&IECT TO AI,L 1HE iF.Nd$ iD cwMS .................... iu'tM11oH i P-,Wn~Y1T eaaeMa.b01FTL~TE ........... rxovloo iaa. ; ~LeaNLL L ADV. EM.dN ......................................... iAal oowEml~ ~wR~~ 1~ f]PDI6E W7 v~ pool yY? T1DA69197YE NO OWNED AUTO! aLdr ~ o.n" aLEI CM N DplTtln its E IAtKtnrrry Donlan ~~ ~~ PMILIO ~~0 i. . ... a .M .._.......... .. .......... ...~.... LELIIS i ETA ,.,..._._._. It1P1a0791! !'tIDTl16 Q710TIK i FACN ~~ cue . NAJ4~' IELrt _ ......... ..... i ......._ ......... ..................... ....L........................... ... :.....,...._........... oo~ . F/tN LlETO1'~ . o1NDP.N •700 00loYfl! ON115NU i TOTAL AMpVtR CIY.IDLE y~~~ I'i r~~A omoullE uWUttyYwnm a Enlist wRnw « BtroIDl~tlon End. 1000000 15100.7 ~,.c ,,.......~..,,~.....,„____ ~._.,......__. SHWID ANY Of THE ABOVE OEyCRIBFD PgJCIES 6E CANC4lED aFfOPE THE EYlIMTION GATE 7N(BEOF, THE 1$SUING COMPANY WILL a1DEAVOR TO MAIL ~ DAYS YAETTF.N NOTICE TU 7HE (,'EIrtIHCATE HOLLER NANHT TO THE IEFT, OUT fAOLNE TO MAIL SUGH NOTICE SFIALL WPOS! NO OBUPAnON 011 l1ABl{JTY OF ANY qN0 UPdI THE COMP~IY, fl9 lO~NT~OR {1EPRE9EMATIYli7• 1Y T67l~1 A KYa Yuunna (~. (a`/ l Z0'd 0L9Z99SL 16=0I ANVdW00 NOISJO.L5N00 86^ BZ:60 56-IL-60