ORDER NO.29179 KERRVILLE SOUTH WASTEWATER PROJECT, PHASE II, AND III Came to be heard this the 23rd day of May 2005, with a motion made by Commissioner Williams, seconded by Commissioner Baldwin. The Court unanimously approved by vote of 4-0-0 to accept the bid from Lupe Rubio Construction, Inc. to the project engineer for review and recommendation. / ~O ~ ( ! % 7' COMIVIISSIONERS' COURT AGENDA REQUEST MADE BY: William Williams MEETING DATE: May 23, 2005 OFFICE: Commissioner, Pct. 2 TIME PREFERRED: !b; 0 0 SUBJECT: Receive and Open Bids on Kerrville South Wastewater Project, Phases II and III. EXECUTNE SESSION REQUESTED: (PLEASE STATE REASON) NAME OF PERSON ADDRESSING THE COURT: Commissioner, Pct. 2 ESTIMATED LENGTH OF PRESENTATION: IF PERSONNEL MATTER -NAME OF EMPLOYEE: Tune for submitting this request for Court to assure that the matter is posted in accordance with Title 5, Chapter 551 and 552, Government Code, is as follows: Meeting scheduled for Mondays: THIS REQUEST RECEIVED BY: THIS REQUEST RECEIVED ON: 5:00 P.M. previous Tuesday. All Agenda Requests will be screened by the County Judge's Office to determine if adequate information has been prepared for the Court's formal consideration and action at time of Court Meetings. Your cooperation will be appreciated and contribute towards you request being addressed at the earliest opportunity. See Agenda Request Rules Adopted by Commissioners' Court. 1 `~etv~RTfs~a~eNT AND INVlTATttat~ FOR BiCS FOR CONSTRUCTION Tne County of Kerr will receive bids for a Sanitary Sewer Col- lection System and Wastewater Lift Sta- tion in KetrviNe, Texas, until 9:00 A.M. on Monday,. May 23rd, 2005, ar 700 Main, Kerrville,. Texas 78028. The bids w~li be publicly opened and read aloud at tOr66 AM on Monday, May 23rd, 2005, at 700 Main, Kerrville, Texas 78028, during. Kerr County Com- missioners Court. This project is to be partiallypaid#or by the Texas Commurn- ty Development Pro- 'ggram, Office of Ruraf Community Affairs, project numbers 723095 and 722431. Bids are invited far several items and quantities of work as follows. Construction of fl- inch gravity sanitary sewer collection Sys- rein, service laterals, septic tank mftiga- tian, manfiotas, 4- r~eh Lorca main,.. wastewater itff sta- z PUatiC Nt}TIG€: on oompiece w?in: +ectn.,~(: rt'kDA 2t lift station complete, cutting ono replacing concrete and as- phait, dewatering, testing and all other hams included in construction docu- ments and as neces- sary to complete the protect. Each Bidder should visit ttte site bf the proposed work and fulty acquaint himself with the existing con- ditions there and should ful{y inforrrt himself as to the fa- ciltties involved, the difficulties and re- strictions attending the performance of the contract. The Contractor, by the execution of the con- tract, shelf in noway be relieved of any obligation under t due to his failure to receive or examine any form of lec~af document or to visit the site to acquaint himself with the con- ditions there existing. The County will, be any claim bases on lack of inspection of the site prior to the bid. are an rue at rnr.a Tecli, lnC., 501 Sole- dad,. San Antontq; Texas 78205. Cppies of the BidtC9nkract Ui7ou ments may be ab- tamed by depositing $50:00 with Tetra. Tech tar each set of documents obtained. The :deposit wiii ba refunded tt the dace- ments and drawings are returned in gaod- davs~following the A bid bond in the amount of 5% at the bid issued by an ac- ceptable surety shah be submitted with each bid. A cedffled check or bank draft payable to the Coun- ty of Kan or negotia- bis U.S tiovarrimrsnt Bads (as Rar value} 2_ PUat.tC NBriGE may bemay s.. lieu ofi the Bid Band. Performance. and Payment Bonds " re- quires alt pnme aan- tractors which enter into a formal ~ntract in excess of $25;000 with the State, any county, sanooi ms- trwt or any dtvision ar subdivision thereof, to obtain a Payment' Bond in the amount. of the contract be- fore eommencing witFi work artcf a per- formance bond far .public •works con- tracts in excess of $100,600. Tha failure of the successful-bidder to execute the agree- ment and supply^the required bands wrtti• in ten (t0} days after the prescribed forms are presented fior signature; or within such extended pars- od as the locality may grant, shah ctin• stitute a default and award the contract to the next lowest re- soonsibte bidder, or mount of and the r which a ra- the have na ist the to There will be a pro- bid cariference to be held at 1:00 p.m. on Wednesday, May 38th, 2065, at Kerr CountytY Courthouse,.. 760 fdaln; Kerrville, Texas 78028 on ensure that ~yees and ap- is for empioy- are not dtscn- ed against pe- of race, cdlor, .n, sex, age, ar ial origin. 2. PUBL• award... Kerr County Pat Tinley,. County Judge Data: May 7th and May 34th, 2005 The County of Karr Lull in reserves the rt9M to reject any or al bkls or to waive anY tnfor- t matity in lhebidCNng. Bids may be heW by County of Kart for a period. not Mexceed - 30 days from the date of the bid. open- ing tot the pine bids .... of reviewing and invastigat~ttng;the 4. ate grams may ~rtaka anY i part or in protect. ~2 ~u;b;o parr, lrx . ~oLe ~; f(ey k;n~ysl~, !x ~~~ II V 1 /~~'J~\ ~ TCDP C+on+rac~- ~ '12z4f147a3o95 ~2o~ecT, y4 Phr-~~ 1 I a.rd ~h:~~ ~-- ~~ , ~'` ' Proposal Page 1 ' PROPOSAL ' TO KERR COUNTY t FOR THE KERRVILLE SOUTH SANITARY SEWER TDCP CPMTRACT #722411 AND 723095 ' The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, form, corporation; [hat Bidder has carefully examined the form of contract, instructions to bidders, specifications, and agrees that Bidder will provide all the necessary labor, materials and equipment called for in the contract and specifications in the manner prescribed therein and according to the requirements of the Owner as therein set forth. ' It is understood and agreed that the work is to be completed in full in 270 calendar days. 1 1 1 1 1 1 1 1 1 The work proposed to be done shall be accepted when fully completed and finished to the entire satisfaction of the Owner, and shall include the following: Construction of a-inch gravity sanitary sewer collection system, service laterals, septic tank mitigation, manholes, 4-inch force main, wastewater lift station complete with electrical, SCADA at lift station complete, cutting and replacing concrete and scphalt, dewatering, testing and all other items included in construction documents and as necessary to complete the project. The undersigned certifies that the bid price contained in this proposal has been carefully checked and is submitted as correct and final. If there is a discrepancy between price quoted by written words or figures, the price quoted by written words governs. Bidders for the construction work must submit a satisfactory cashier's or certified check, or bidder's bond, payable without recourse to the order of Kerr County in an amount not less than five percent (5%) of the total bid based on the bid which check or bond shall be submitted as a guarantee that the bidder will enter into a contract and execute performance and payment bonds within ten (10) days after Notice of Award. Bids without required check or bond will NOT be considered. Date Number 1 Bidder has examined copies of all the following Addenda, receipt of all which is hereby acknowledged: 1 Proposal , Page 2 Bidder is: (Check One) An individual proprietorship; A partnership composed of, A corporation chartered under the laws of the State of, e ~ ,acting by its officers pursuant , to its by-laws or a resolution of its Board of Directors. ~ ~~ ~~,b,~ C~~s-~~~t~, i,~ ~ 1 (Na a of Bidder) ATTEST: BY'. SNe C-oc~c~c~wPF KJVJ~O , ~. (Signature) Vy,~. ,,~r, ,. 1 ~~IdpXl~ ~, < L .. (Title) r. - ~~ ~. '...., ~ .- (Address , 1 1 1 1 1 ' PROPOSAL SHEET BASE BID PAGE 1 OF 3 v~....me c.., dl. Cenifv i Ce uer Prniorf . PH II R III APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT (Written in Words) In Fi ures 1 1 L.S. Mobilizatio for L~C~-~ Ilars 6 6~, ~ ~~~) and Cents er Unit ~ , 2 1 L.S. Prepari Right-of-W ~ L fo ~ollars ~~ ~/X d (.J and Cents per Unit 3 6,126 g(All Depths) 6" SDR 26 Sani ry Sewer Pip L.F. p ~~~~~~1~ f ~ Dollars for "'.JJILLL /,(~ n / / x and Cents er Unit ~/ _ '~ / J ((~/ lJ 4 22 ncluding Drop Manholes) Watertight Ma ole 0' I EA. / n / / far ~~~ l~-//~~/~~!'~` /,,/~ // ~l UL CYC/ and Cents er Unit j 5 66.4 Extra Depth Manhole >6' V.F. for ~ Dollars %D / ~ ~~,~~ and Cents er Unit 6 22 Manhole Ring ncasement far il~ /i7~~if-.L[~ ~ Or~trars `' ~ and Cen[s per Unil / T O i 7 1664 4" C-900 DR-1 q, PVC Force Main and Fittings, Complete L.F. (~Z// Dollars for / nn//,, ~i~[/ ! ~ ~"U~~d j and Cents per Unit 6 119 '4" Schedule 4 ice Lateral to ROW Line, Complete with EA. ng Code) Plumbi uts (per d Clea nb all Fitting s a p f /; \ / / / J~ ~ / ~ ~ YJ ~/2 ~~ ~ ~ / J L~°~ddllars ~ for ~//C~ EJLf L ~C ~~C i / j c and Cents per Unit BIDDERS SIGNATURE ..~esQ C. ;c~ci~lv~' ~~~bty t 1 1 1 1 t 1 ' 'All Cleanouts subject to traffc shall be cast iron with 6" concrete encasement. PROPOSAL SHEET BASE BID PAGE 2 OF 3 Kerrville South 5anitarv Sewer Preieet - PH II 8 III APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY N0. AND UNIT Wri[ten in Words (In Fi ures 9 86 "4"Schedule 40 Service Lateral from ROW to Dwelling Conne ction EA. Complet w/all Fittings and Cleanouts (per P umbing C de) for ~ -~ / ~ tars ~~~~`9C~~ y~ and ~ Cents per Unit r 10 86 EA. '"Septic Tank igatio ~ ~ ~ ~ ~ ,,, for ~~~ +(~'/Li s ~s~ ~~~. ~ ~ i and Cents er Unit 11 90 Cut 8 Replace Concrete S.Y. for ~ ~ Dollars /, dj~D ~~~ and ~L ~~ Cents per Unit ~ 12 340 Cut 8 Replace oncret urb & Gutter L.F. ~~ ,,,,~~ n for ~' C/L'yc~C ~ Dollars ~' Q ~ / y and ~ C Cents per Unit 13 3565 "Cut and Repl ce Pa enl S.Y. '~~ for `~d/ s Dollars //11 nn ~/ ~} ~LJ~ 1 ~~ and ~ ~ Cents per Unit d / 14 8100 Trench Excavatio Sa Protection L.F. for Dollars ~ IQCP ~~ r and Cents er Unit 15 1 "'Remo & Repl a Fencing and Shelters to Original Condition L.S. for /i ` 4P Dollars //~~~"Q(~ and Cents er Unit 16 1 '"'Temporary Fenc & Shelter for Goats on Mr.'Haun's Property L.S. ~ / for ~'/.~A~L C~f~Dollars ~~ G) ~Q and Cents per Unit BIDDERS SIGNATURE ~oY, G~xxdal~PP R~,bio "Gontraclor shall be responsible for all permits, inspections and applicable fees. `"'All work to be coordinated with property Owner Mr. Haun at 400 Loyal Valley Drive. 1 1 1 1 1 t 1 1 PROPOSAL SHEET BASE BID PAGE 3 OF 3 Karrvillo .Gnl I}h Ranifav Cm r Drn en1 _ OLI II -. III APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT Written in Words) In Fi ures 17 2,400 Hydromuiching S Y. for Dollars / ~I YJ~ ~~ / I ~i ~ and Cents per Unit 18 1 L.S. Dewatering ,~ / /, / /' ~~T1CF-O1N ~iJ ~?l~ for ~ r' ~ ars ~ ~~~ `JU ~- and Cents per Unit 19 1,620 Trench,Bed ing Material C.Y. f~ ' ~ for Dollars ~~ ?, / and Cents er Unit ~ ~~ l J `1 20 1 •'•'Waste ater Lift Station, mplete ~ -~ L.S. ~ for D ll ~~ ~ o ars and Cents per Unit ~~ 21 1 ""'SC A a Lift St Ion, Com , to L.S. fo ~~~ Dollars ~ and Cents er Unit / for Dollars and Cents er Unit BIDDERS SIGNATURE ~~F r,~l~~~~~a= ~,~I~~ "" Two (2) submersible pumps shall be capable of pumping a minimum of 100 GPM with a THD of 75 ft. and 3-inch suction/3-inch discharge. Motors shall be minimum 6HP, 3 phase, 60 HZ. Pumpex K83F-VB1160 of as approved by the City Utility Manager. Contractor to submit shop drawings and supporting data to the City Engineer for review and approval. See Specifications for submittal requirements. ""Contractor shall be responsible for coordination with Kerrville Public Utility Board (David Cowen 830-257-3050) for electrical service extension and service pole installation. Contractor to submit electrical plans to be attached to these plans for review and approval by the City Engineer. No separate pay item, cost to be included in the Bid Item for SCADA at Lift Station. 1 1 1 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. Name of Bidder: Address: 1 Date Organized. fl_~~ ~(~Q3 Date Incorporated: ' Number of Years in contracting business under present name: ' CONTRACTS ON HAND: Contracts ` ~l iui r--- ..,..• ~. 1 Dollar Amount ~S ~_ Completion Type of work performed by your company: cam( a~~! Have you ever failed to complete any work awarded to you? Have you ever defaulted on a contract? (1 ' Major equipment available for this contract: 1 1 Attach resume(s) for the principal member(s) of your organization, including the officers as well as the proposed superintendent for the project. Credit available: $ ~Q~/~,~ Bank reference: ~e~:r~~aj ~Yi2[J~S The undersigned hereby authorizes and requests any person, firm, or corporation to turnish any information requested by the in verification of the recitals comprising this Statement of Bidder's Qualifications. Executed this day of , 19 by CSC ~'~;n c~a(vi~P l2~•~~~~h T!'E8~GW~T'r (Signature) (Title) 1 List the projects most recently completed by your firm (include project of similar importance): 1 1 1 1 1 1 1 1 1 1 CONSTRUCTION CONTRACTOR'S LOCAL OPPORTUNITY PLAN The agrees to implement the following specific affirmative action steps directed at increasing the utilization of lower income residents and businesses within the (City/County) of • To ascertain from the Locality's TCDP program official the exact boundaries of the project area and where advantageous, seek the assistance of local officials in preparing and implementing the affirmative action plan. • To attempt to recruit from within the city the necessary number of lower income residents through local advertising media, signs placed at the proposed site for the project, and community organizations and public or private institutions operating within and servicing the project area such as Service Employment and Redevelopment (SER), Opportunities Industrialization Center (OIC), Urban League, Concentrated Employment Program, Hometown Plan, or the U.S. Employment Service. • To maintain a list of all lower income residents who have applied either on their own or on referral from any source, and to employ such persons, if otherwise eligible and if a vacancy exists. • To insert this plan in all bid documents and to require all bidders on subcontracts to submit an affirmative action plan including utilization goals and the specific steps planned to accomplish these goals. • To insure that subcontracts (greater than $'10,000), which are typically let on a negotiated rather than a bid basis in areas other than the covered project area, are also let on a negotiated basis, whenever feasible, in a covered project area. • To Formally contact unions, subcontractors, and trade associations to secure their cooperation in this effort. To insure that all appropriate project area business concerns are notified of pending sub- contractual opportunities. , • To maintain records, including copies of correspondence, memoranda, etc., which document that all of the above affirmative action steps have been taken. • To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation of this plan. • To maintain records concerning the amount and number of contracts, subcontracts, and purchases which contribute to objectives. • To maintain records of all projected work force needs for all phases of the protect by occupation, trade, skill level, and number of positions and to update these projections based on the extent to which hiring meets these Local Opportu ~i y objectives. As officers and representatives of r Q~we the undersigned have read and fully agree to this Plan, and become a party to the full implementation of the program and its provisions. Signature Date `~~ INSCO INSURANCE SERVICES, INC. ~nSC~'CQ Underwrlting Manager for: (L~I~ Developers Surety and Indemnity Company Indemnity Company of California 17780 Fitch, Suite 200 • Irvine, California 92614 • (800) 782-1546 www.InscoDico.com BID BOND KNOW ALI. PF.,RSONS BY THESF, PRESENTS, Bond That we, Lupe Rubio Construction Company, Inc. , as Principal, and Developers Surety and Indemnity Company ,a corporation authorized to transact a general surety business in fhe State of Texas, xs Surely, are held and [`innly bound unto Court 700 Main Street Kerrville, TX 78028 in the full and just sum of Amount Bid called the Obligee) Dollars. I$ 5°/o GAB )for the payment whereof in ]awful money of the United Stales, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Sanitary Sewer Collection Sys[em & Wastewater Lift Station 8" Gravity Sanitary Sewer Line NOW, THEREFORE, if the Obligee shall accept the bid of fhe Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Conunet, if the Principal shall pay [o the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for wMch the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and Sealed this 23rd day of May .2005 l f v~a~ By: ~t?> r~ ~... v/t:-f_Ur~l ier~'.)~,,: ~tJ l..T~ (-, Lope Rubio Construction Company, Inc. Principal Developers Surety antl Indemnity Comoan ID-119ft (TX) INID BOND) IY/011 ~/ Surety Robert James Ny sche nu,mney-in-F'nct c , c,. ;U GC -e (~ 1~ Ti: _ ". ;~~C ~~'. POWER OF ATTORNEY' FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO ROK I'>T_'S. IRVINE. C'A 9'_671 19491763 7}1111 www.InseuDicn.cum KNOW ALL MEN 131 THESE PRESENTS. that eccepl as ex pressly limited. DFVF,I OPERS SURETY AND INDEMNITY COMPANY doer hereby make, Ct111s11ta1C NISI appUllll: ***Robert James Nitsche. Robert K. Nitsche, David P. Ferguson, Violet Frosch, Nina K. Smith, Craig Parker, jointly or severally*** as its true :uxl I:nvlul Athuncylsl-in-Fact In make, execute. Deliver ;nut acknowledge, fur and on hchnlf nl'said carpol ,lion as surely, bonds, undertakings and contracts of suretyship givine and emoting unto said Altome}'Is l-in Fucl full power and nuthnl'ity to tln and to pcrlixm every act nccces:uy, requisite or proper to he done in amnecliun Ihcl'ewilh as the coqun';nion could do, but reserving to the cugwnuion full power of subslihlTion and revocation. and all of Iho ncle oY said Anornzylsl-in-Encl. pursu;u» to These presents. are hereby ratilittl and amlirnsd. This Power ol'AVOlney is gl'antett and is signed by facsimile under' and by amhol'ity of the litllmving resat mion adopted by the lioard of Direcmrs o(DEV ELOPERS SURETY AND INDY_MNITY COMPANY efkclire as of Nnezmhel' I. '_111111: I2ESOLV h U, Thal the Chairlnmt of the Iiu;u'd, the President and env Viec President of the col'poralion be, and That each of them hereby is. authorized Iu aecute Potveis of Auuusy, yunli tying the Avonteyhl in-Fan n;uncJ in the Pnweis of Auonley lu e>ccme. un behalf of the corporation, bonds, undertakings and contracts of suretyship: and that the Senrt:uy or any Ass lsnlN SecmWly of thz corporation he, and each of Ihem hn'ehy is, authurizud lu attest the excv:mion of any such Puwcr ol'Allurnrv: RESOLVED, FU RTI TER, Ihul the sgnunlres ni wch ul7 ices may he ullixed to any such Power of ARUrncy ur lu any cenilicatc rc toting Thereto by facsimile, nnJ any such Puwcr of Avorney ur certilic:nc he;uing such facsimile signanucs shall he valid and binding upon the corporation when sa aBixed and in [he (utul'c with respucl to any honrl. undetlakinu of conn'acI of suretyship LLt which iI is avached IN WITNESS WHh_R LUh UEVELUI'LRS SURETY AND INDEMNI I'Y' l'UMI'ANV has caused Ihzsz pl'esenls m be signed by its rzspenive Exzcwive Vice President and nuesR'J by 'ns Secretary This La d:ry of Ocmhcr, ]1111.1 ~. 9y. David H. Rhodes, Eszcutirz/~ViAcz-President Walter A. C'ntwcll, Secsuuy STATE OF C'A LIFOI2NIA 1 ISS. CUUNT}'Uh'ORANGF 1 OCT. 10 1936 On October I, 2111)i, before ns, Drone .I. hawalu. pel'sona lly,ppeared David li. Rhodes and W:dler A. C rowelh personally known to me for provzd to me un the basis of sulisfaclory cridcnny to he the pnxuns whose n;nncs :uc whsnnbnl to the within instrumall and nck nowlcdecd Iu ns IhaT dtcy cscculcJ the suns in their uuthoriicJ rupucilics, and than by Iheil'signunucs un the instrument the cnliry upon behalf of which the person. uclcJ, executed the instrument. WITNESS my hand and official sell Y~ DIANE J. KAWATA O COMM. M 1334]46 ,(~ I}1[/yJ/~}7 ~ . ~,g'~' _ Notary Public - Calibrnia O SiCnatul'C (. "'~ l ~~ 3 ORANGE COUNTV - My Carom. Erpi~es JAN. 8, 200fi CERTI FICA'fE The undcix igned, as Satior Vice-Przsidenl. Undrnvi ding. of DEVELl /PL RS SURETY AND IN Df1MNITl' COMPANY, dues hereby cci ti ly Ihnt the litregning Power oY AUUrnoy Icmnins in lull force :rod has nut been revoked, :rod fiulhernuire- Ihut the pruvis iom ul the inulolion of the respective Bom'ds of Direcmrs of said corporation set forth in thz Pomzl ol'AUOi ney, ~s in fuse ae of thz dale of This C ei lilicate. This l'rl'Id icatz is executed in the City ol'livinc. Calitin'nia. the 23rdday of j~ta~ 2OnS By '-"~.lvLTarc-'mil W ~~l~l~l:~c~ Wesley W. Cowling I enior Vice-President Underwri I e ID-1438 IDSI1l Rzv. 111/Ul) IMPORTANT NOTICE 'fo obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-800-782-1546 Yon may also write to the Surety at: P.O. Box 19725 AVISO IMPORTANCE Para obtener information o para someter una yueja: Usted puede Bamar al numero de [elefono gratis de para information o para someter una queja al: t-800-752-1546 Usted tanbien puede escribir a Surety at: P.O. Box 19725 Irvine, CA 92623-9725 Irvine, CA 92623-9725 You may contact [he Texas Department of Puede comunicarse con el Deparlamento de Seguros Insnrmtce to obtain information on companies, de Texas para obtener information acerca de com- coverage, rights or complaints at: panias, coberturas, derechos o quejas al: 1-500.252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX ?8714-9104 Fax# 512-47.5-1771 1-800-252.3439 Puede escribir al Departmento de Segtnos de Texas PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim yon should contact the Surety Brst. 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. P.O. Box 149104 Austin, TX 75774-9104 Fax# 512-475-1771 DISPUTAS SOBRE FRIMAS O RECLAMOS: Si time una disputa concerniente a su prima n a un reclamo, debe comunicarse con el Surety primero. Si no se resuelve la disputa, puede entonces comnni- earrse con el departamento (TDI). UNA F,STE AVISO A SU POLIZA: Este aviso es solo para proposito de information y no se convierte en parte o condition del documento adjunto. u GT= mscc~~co ~~,Mp Insco Insurence Services, Inc. Underwriting Manager for: Developers Surety and Indemnity Company • Indemnity Company of California 17780 Fitch, Suite 200 Irvine, CA 92614 1-800-782-1546 www.InscoDico.com ID-1404 (TX) (4/01)