HomeMy WebLinkAbout7.f. Vehicle Towing & Impounding Specifications / Advertisement for BidsCITY OF ROSEMOUNT
EXECUTIVE SUMMARY FOR ACTION
CITY COUNCIL MEETING DATE: .APRIL 7, 1992
AGENDA ITEM: VEHICLE TOWING & IMPOUNDING SERVICES/
AGENDA SECTION:
AUTHORIZE ADS FOR BIDS
NEW BUSINESS
PREPARED BY: ELLIEL KNUTSEN, CHIEF OF POLICE
AGEND) ftM # _7F
ATTACHMENTS: INFORMATION/INSTRUCTIONS/AND SPECI-
APP V
FICATIONS PACKET
There are several reasons for towing and/or impounding motor vehicles. Vehicles
involved in accidents, parking violations, arrests of drivers, and traffic hazards are
some of the common causes for towing.
Most of the requests for the towing of vehicles have been at the discretion of police
officers. Which towing company is called is determined either by habit or, in some
cases, by location.
Other than a police hold, once the motor vehicle has been turned over to the responding
tow company the release of the vehicle to the owner becomes (more or less) a non -
arbitrary standard set by the towing company in regards to towing fees, storage fees,
and times of release.
Currently most of the towing of motor vehicles in Rosemount has been done by one towing
company. While the service being provided by this company is satisfactory, other
towing companies have expressed an interest in competing for the business.
Other factors that favor a towing contract include gaining some control over fees,
towing availability, response time, impoundment facilities, and liability of vehicles
being towed and stored. The towing contract would also include an additional minimal
charge of towing and storage fees to offset clerical and administrative expense to the
city. (See attachments for details.)
RECOMMENDED ACTION: MOTION TO APPROVE THE VEHICLE TOWING & IMPOUNDING SERVICES
SPECIFICATIONS AND RELATED CONTRACT DOCUMENTS AND TO AUTHOR-
IZE ADVERTISING OF BIDS WITH AN OPENING DATE SET FOR 10:00
AM ON APRIL 27, 1992.
COUNCIL ACTION:
CITY OF ROSEMOUNT
ADVERTISEMENT FOR BIDS
FOR TOWING AND IMPOUNDING OF VEHICLES
NOTICE IS HEREBY GIVEN that sealed bids will be received by the City
Clerk's Office in the City of Rosemount, Dakota County, Minnesota,
at the Rosemount City Hall, 2875 - 145th Street West, Rosemount
Minnesota 55068, until 10:00 A.M. on the 27th day of April, 1992, and
will be publicly opened at said time and place by two or more
designated officers or agents of the City of Rosemount for:
Towing and Impounding of Vehicles
Proposals arriving after the designated time will be returned
unopened.
The bids must be submitted on the proposal form provided by the City
and in accordance with contract documents and specifications on file
with the City Clerk of Rosemount.
No bids will be considered unless sealed and filed with the City
Clerk of Rosemount and accompanied by a cash deposit, cashier's
check, bid bond or certified check, payable to the City of Rosemount.
The City reserves the right to'reject all bids and to accept any bid
deemed to be in the City's best interest.
DATE: April 8, 1992
Susan M. Walsh, City Clerk
City of Rosemount
Dakota County, Minnesota
Date:
RE: Vehicle Towing & Impounding Services
City of Rosemount
Bids Due By: 10:00 A.M., Monday, April 27, 1992
Dear Potential Bidder:
Enclosed is a complete set of documents dated April 7, 1992
requesting bids for the above referenced City of Rosemount
Contract for the period of June 1, 1992 to June 1, 1994. Two
copies of the bid proposal form are enclosed for your
convenience.
If you wish to submit a valid bid, you must return the following
documents in a sealed envelope prior to the time established for
the bid opening and in the form prescribed in the request for bid
package of materials.
(1) A fully completed Bid Proposal;
(2) Bid security in the appropriate amount;
(3) A description of your towing equipment; and
(4) The Affidavit of Non -Collusion.
Sincerely,
Susan M. Walsh
City Clerk
I.
CITY OF ROSEMOUNT,
REQUEST FOR SEALED
TOWING AND IMPOUNDING
MINNESOTA
BIDS FOR
OF VEHICLES
INFORMATION/INSTRUCTIONS/SPECIFICATIONS
GENERAL BID INFORMATION
A. Purpose of Taking Bids: Itis the City's intent through the
specifications to enter into contract with the successful
bidder to provide towing and impounding services for vehicles
within the corporate limits of the City of Rosemount. These
services shall be provided on a 24 hour basis 365 days a year
at a reasonable cost and under the conditions prescribed by
the City.
B. Scope of Contract: The successful bidder, so long as it meets
the specifications in terms of contract, shall have exclusive
rights to provide towing and impounding services as needed by
the City of Rosemount during the contract period. The
contract however will not provide the successful bidder with
any rights regarding towing and impounding activities under
the jurisdiction of either County or State law enforcement
officials, even though their jurisdiction is exercised within
the corporate limits of the City.
It is estimated that approximately 200 tows per year will
result from this contract but this figure may vary and the
City is in no way warranting or guaranteeing that this amount
of towing activity will take place and no bidder, in preparing
its response to this Request for Bids shall rely on this
estimate.
C. Term of Contract: The contract arising from this Request for
Bid shall commence on June 1, 1991 and terminate on May 31,
1994.
D. Bidders' Duty to Obtain Information: Bidders are charged with
the responsibility of fully acquainting themselves with the
conditions of all bid documents and contract conditions.
Bidders must inform themselves fully of pertinent local
conditions and ordinances in the City of Rosemount as well as
applicable State law and other issues which may affect their
bids or performance under the contract.
E. Contacts with the City: Rosemount City Clerk, Susan M. Walsh,
shall be the exclusive contact for any questions by or
requests of potential bidders. Ms. Walsh's address and
telephone number are as follows:
1
2875 - 145th Street West
Rosemount, MN 55068
423-4411
Bidders should not contact any other City officials regarding
this Request for Bid and the City shall not be bound by any
information obtained by potential bidders from persons other
than Ms. Walsh.
F. General Recauirements:
1. Preparation of Bids: Bids should be submitted on the bid
forms provided or facsimile thereof and must be signed
by the bidder or its authorized representative.
2. Changes or Corrections to Bids: Any changes or
corrections to any data in a bid provided by a bidder
must be initialed in ink by the person signing the bid.
3. Bid Security: Security in the amount of One Thousand
_($1.000.00) Dollars shall be submitted with the Bid
Proposal. Failure to submit Bid Security in the
appropriate amount shall result in rejection of the bid.
The bidder, at its option, shall furnish either a Bid
Bond in favor of the City of Rosemount or a certified or
cashiers check made out to the City for cash deposit.
Bid security deposited by unsuccessful bidders will be
returned as soon as practicable after a bid award is
made. The Bid Security of the successful bidder will be
held until the successful bidder and the City have
entered into a contract and all contract materials,
including a performance bond, have been submitted.
4. Submission of Bids: Bids must be submitted prior to
10:00 AM, April 27, 1992 and contain the following
information:
a. A fully completed Bid Proposal.
b. Bid Security in the appropriate amount.
C. A description of your towing equipment.
d. The Affidavit of Non -Collusion.
The bid and all required documents submitted with or made
part of the bid shall be enclosed in a SEALED OPAQUE
ENVELOPE. This envelope shall be addressed to:
City Clerk
City of Rosemount
2875 145th Street West
P. 0. Box 510
Rosemount, MN 55068
and shall clearly state on the FRONT of the envelope in
the lower left or upper right corners this inscription:
"SEALED BID FOR VEHICLE TOWING & IMPO'ONDING
SERVICES"
The bidder's name and address shall be printed on the
envelope in the upper left-hand corner.
5. Withdrawal of Bids: Bids may be withdrawn at any time
prior to the bid opening upon written or in person
request of the bidder.
6. Receipt and Opening of Bids: All bids received prior to
the time set forth in paragraph I.F.4 above shall be
received and opened by the City. Bids received after the
time set forth in paragraph I.F.4 shall be returned to
the bidder unopened.
Bidders and other interested parties may be present at
the bid opening and the contents of all bids received
will be made public for their information.
7. Rejection of Bids: The City reserves the right to reject
any and all bids received.
8. Bid Price Errors: In the event that a bidder's unit
prices and extension of those prices are in conflict, the
unit bid price shall govern and be accepted by the City.
9. Informalities and Minor Irregularities: The City, at its
discretion, reserves the right to waive any informality
or minor irregularity in any bid received.
10. Award of Bid: The bid shall be awarded to the lowest
responsible bidder meeting the terms and specifications
of bid as soon as practicable after the bid opening.
11. Contract Bond and Insurance: By submitting a bid, the
bidder agrees that, if it receives the bid award, it will
enter into the contract under the terms and conditions
contained in Section II of this Request for Bid and shall
meet all other specifications and conditions of this bid,
including the provision of a valid performance bond and
the obtaining and retention of insurance.
3
The successful bidder agrees that, should it fail to meet
these terms and conditions, it will forfeit the Bid
Security provided with its Bid Response.
II. TOWING AND IMPOUNDING SPECIFICATIONS
A. Towing Availability: The successful bidder ("Contractor")
must provide towing and impounding services for the City of
Rosemount on a continual 24 hour basis 365 days per year.
B. Response Time: The Contractor must appear at the site of the
vehicle which is to be towed not later than twenty (20)
minutes after it receives the call for towing services. In
the event the Contractor fails to so respond, the City may
call any other party to perform the towing and impounding
services and, in such event, the Contractor will pay any
difference in cost between the towing and impounding services
actually provided and the cost specified in the Contractor's
bid.
C. Towing Equipment: The Contractor, as a minimum, shall be
capable of furnishing two (2) tow trucks at the same time.
One tow truck, at a minimum, shall be capable of towing
vehicles equivalent in size to three-quarter ton pickups. The
second tow truck shall be capable of towing larger vehicles
up to and including 72,000 pounds gross vehicle weight.
Each bidder shall supply a detailed description of each tow
truck to be available for the provision of services under this
contract.
D. Impoundment Facility: Contractor must provide an impoundment
facility to which it will tow all vehicles required under this
contract which is located no farther than two (2) miles from
the corporate limits of the City of Rosemount.
The impoundment facility must be capable of storing all
vehicles which must be towed pursuant to this contract. The
Contractor agrees to keep safely all impounded cars,
accessories and personal property, and to reimburse the City
and the owners for any loss. All personal property estimated
to be of a value of $100.00 or more shall be removed from the
vehicle and stored in a secure place on the impoundment lot.
No work shall be done on any impounded vehicle by the
Contractor and Contractor shall not allow any other person to
work on a vehicle until the vehicle has been reclaimed.
During the time the vehicle is impounded, Contractor shall not
permit the owner or any other person to take or remove from
an impounded vehicle any parts or change or repair any part.
The contractor shall, however, allow the vehicle owner, once
4
ownership is established under the provisions of II.M., remove
any personal property from any vehicle not being held by the
Rosemount Police Department for evidentiary or investigative
reasons.
All vehicles which have been involved in criminal proceedings
and which are designated by the Rosemount Police Department
as being held for that reason may be ordered by the Rosemount
Police Department to be stored at an alternate location. In
this event, no liability shall accrue to the Contractor for
the care and custody of the vehicle after Contractor completes
the tow.
At least once each two months, Contractor shall check the
theft status of all impounded vehicles.
E. Actual Towing Activities: All vehicles shall be towed in, not
driven, and the towing services shall be performed without any
damage to the vehicle being towed.
F. 'Types of Tows: Each vehicle towed shall be considered a
separate tow for purposes of application of charges. The
Contractor shall use the least expensive type of tow
appropriate to the situation. Tows shall be of three types:
Tyne 1 - Any vehicle equivalent in size or smaller than
a three-quarter ton pickup.
Type 2 - Any vehicle larger than a Type 1 vehicle.
Type 3 - Motorcycles and snowmobiles.
G. Liability: Contractor shall be responsible for the loss of
or damage to any towed vehicle, equipment thereon and contents
from the time it or its agent takes possession of the vehicle
from the Rosemount Police Department or other city employees,
including the period of time the vehicle is at the impoundment
lot.
The Contractor shall take all precautions necessary to protect
the City against any claims or causes of action of whatsoever
nature and agrees to indemnify, defend and save the City
harmless from all damages and claims of any nature arising
from the towing or storage of any vehicle.
H. Towing and Impoundment Charges: The Contractor shall include
on the Bid Proposal form the specific charges for each of the
three types of tows set forth in Section II.E. above and shall
also set forth the specific impoundment charges on a daily
basis.
9
I. Vehicle Liens: All charges for towing and storage shall be
secured by a lien against the vehicle impounded and carried
on account until the sale or other proper disposition of such
vehicle is made by the City and the Contractor.
J. Administrative Charges: Each bidder shall include in its
towing charge bid the amount of $2.00 per tow for clerical
administrative to the City, which amount shall be paid by the
Contractor to the City on a monthly basis in arrears.
Each bidder shall also include in its storage charge bid the
amount of $1.00 per day, not to exceed a maximum of $10.00 for
clerical and administrative expenses of the City, which amount
should be paid by the Contractor to the City monthly in
arrears.
K. Records: The Contractor shall maintain financial records in
accordance with generally accepted accounting principles with
respect to, at a minimum, all vehicle and impoundment charges
realized under the contract, the specific number and towing
types of the vehicles towed and impounded and the
administrative fees to be paid to the City with respect to
each vehicle. This report or a similar report shall be
furnished to the City.
L. Towing Authorization: No vehicle shall be towed under the
agreement resulting from this bid without specific
authorization from the City either orally or in writing.
M. Release of Vehicles: Vehicles being held by the Rosemount
Police Department for evidentiary or investigative reasons
shall not be released without the written authorization of the
City. All other vehicles impounded under this contract may
be released to the vehicle owner without City authorization
after the Contractor has established the identity of
the vehicle owner. The Contractor shall establish the
identity of the vehicle owner by requiring such ownership
materials as proper automobile title, insurance papers, and/or
bills of sale.
At the time of the release of a vehicle, the Contractor shall
notify the Rosemount Police by phone and give a release in
writing to the owner. The release shall state the date of the
release together with the charges accumulated and the specific
purposes for the charges. The release form shall be made in
one original and two copies, all of which shall be signed by
the Contractor and by the person to whom the release is made.
The Contractor shall retain the original of the release form
and shall present one copy to the vehicle owner and submit one
copy to the Rosemount Police Department.
11
N. Release Hours and Fees: The Contractor shall release vehicles
without charges other than the appropriate towing and storage
fees during the hours of 8:00 a.m. through 6:00 p.m. Monday
through Friday, excluding nationally recognized holidays, and
8:00 a.m. through 12 noon on Saturdays, Sundays and nationally
recognized holidays.
During all other hours, the Contractor shall release vehicles
but may charge an additional release fee of $10.00 per
vehicle.
0. Towing of City Vehicles_:_ The Contractor shall provide towing
service for City owned emergency vehicles within the Rosemount
corporate city limits without charge for a minimum of twenty
(20) tows per year. For purposes of this requirement
emergency vehicles shall include all police, fire, and public
works City vehicles.
III. SURETY AND INSURANCE REQUIREMENTS
A. Performance Bond: Prior to the execution of the contract
between the successful bidder and the City, the successful
bidder must deliver to the City Clerk a Performance Bond
executed by a corporate surety company authorized to do
business in the State of Minnesota. The bond shall be in the
sum of Five Thousand ($5,000.00) Dollars to secure the
faithful performance of the contract by the successful bidder
and be conditioned that the successful bidder shall carry out
all covenants, terms and conditions of the contract in
accordance with this provision.
B. Insurance: Prior to the execution of a contract between the
successful bidder and the City, the successful bidder must
provide proof of insurance coverage as follows:
1. Comprehensive general liability insurance providing
coverage for bodily injury, death and property damage,
and having as a minimum, a combined aggregate limit of
Three Hundred Thousand ($300,000.00) Dollars per
occurrence.
2. Workers' Compensation Insurance and Employers Liability
Insurance as required by law.
3. Automobile liability and property damage insurance,
including coverage for non -owned and hired vehicles, in
the same limits as provided for comprehensive and general
liability insurance in paragraph III.B.1. above.
1FA
4. Fire and theft coverage of at least Ten Thousand
($10,000.00) Dollars.
5. Garage keeper's liability coverage of at least Ten
Thousand ($10,000.00) Dollars.
The City shall be named as an additional insured on each of
these insurance policies. The policy shall provide that
coverage may not be terminated or changed by the insurer
except upon ten (10) days written notice to the City Clerk of
the City of Rosemount.
DATED: April 7, 1992.
El
BIDDER'S FIRM NAME:
OFFICIAL ADDRESS:
TELEPHONE NO.:
FAX NO.:
PROPOSAL FORM
VEHICLE TOPING AND IMPOUNDING SERVICES
To The City Council of
Rosemount, Minnesota
2875 - 145th Street West
Rosemount, Minnesota 55068
City Officials:
The undersigned has examined the contract documents including the
Advertisement for Bids, General Bid Information, Towing and Impounding
Specifications, Surety and Insurance Requirements and Affidavit of Non
Collusion for vehicle towing and impounding services on file in the office
of the City Clerk of the City of Rosemount, Minnesota and proposes to
provide towing and storage for the City of Rosemount as follows:
1. TOWING PROPOSAL:
Type 1 Tows
Type 2 Tows
Type 3 Tows
Hourly charge for
hours in excess of
one (1) hour pre-
paring vehicle to
be towed.
Loaded mile charge
for any vehicle
towed beyond the
City limits at the
request of either
the City or the
vehicle owner.
2. IMPOUNDING PROPOSAL:
Storage charge for
first 24 hours or
fraction thereof.
Storage charge per
24 hour period or
fraction thereof
after the first
24 hours.
June. 1992 - May. 1993
June. 1993 - May 1994
$ per tow
$ per tow
6
per tow
$ per hour
$ per mile
6
3. TOWING EQUIPMENT:
A detailed description of each tow truck to be available for the
provision of services described in the specifications accompanies this
bid proposal.
4. BID SECURITY:
A bid security in the amount of One Thousand ($1,000.00) accompanies
this bid proposal.
5. STATEMENT OF NON -COLLUSION:
A statement of non -collusion has been executed and accompanies this
bid proposal.
6. The Contract shall be awarded to the lowest responsible bidder.
7. It is understood that the right is reserved by the City to reject any
and all bids and that a bid may not be withdrawn until forty-five (45)
days after the time the bids are opened. If this bid is accepted, the
undersigned agrees to execute proposed contract and to furnish
properly executed insurance and bonds as required in the contract
documents within ten (10) days after acceptance of this bid by the
City Council.
8. In submitting this proposal, the Undersigned acknowledges receipt of
Addenda Nos. issued to the Contract Documents.
9. If a corporation, what is the state of incorporation?
10. If a partnership, state full name of all co-partners.
Official Address Firm Name
Date 1992
By
Title
By
Title
- 2 -
AFFIDAVIT AND INFORMATION REQUIRED OF BIDDERS
Affidavit of Non -Collusion:
I hereby swear (or affirm) under the penalty of perjury:
(1) That I am the bidder (if the bidder is an individual), a partner in
the bidder (if the bidder is a partnership), or an officer or employee
of the bidding corporation having authority to sign on its behalf (if
the bidder is a corporation);
(2) That the attached bid or bids have been arrived at by the bidder
independently, and have been submitted without collusion with, and
without any agreement, understanding, or planned common course of
action with, any other vendor of materials, supplies, equipment or
services described in the invitation to bid, designed to limit
independent bidding or competition;
(3) That the contents of the bid or bids have not been communicated by the
bidder or its surety on any bond furnished with the bid or bids, and
will not be communicated to any person prior to the official opening
of the bid or bids; and
(4) That I have fully informed myself regarding the accuracy of the
statements made in this affidavit.
Signed:
Firm Name:
Subscribed and sworn to before me this
day of , 19
Notary Public
My commission expires , 19
Bidder's E.I. Number:
(Number used on Employer's Quarterly Federal Tax Return, U.S. Treasury
Department Form 941):
CITY OF ROSEMOUNT
VEHICLE TOPING AND IMPOUNDING AGREEMENT
THIS AGREEMENT is entered into between the City of Rosemount, 2875 -
145th Street West, Rosemount, Minnesota 55068 ("City") and
("Contractor").
RECITALS
The City has determined that it is necessary to contract with a
towing and impoundment service for law enforcement and public safety
purposes;
The City has duly taken bids pursuant to Minn. Stat. 471.345;
Contractor had submitted the lowest responsible bid in response to
the City's Request for Bids for Towing and Impounding Services.
THE CITY AND THE CONTRACTOR AGREE:
I.
II.
00*6
THE CONTRACT DOCUMENTS.
This contract will be comprised of this Agreement and the
following additional documents which are attached to this
Agreement and made a part of it:
A. The specifications for towing and impoundment services
(attached as Exhibit A).
B. The Bid Proposal form completed by Contractor (attached
as Exhibit B)
C. Contractor's Affidavit of Non -Collusion (attached as
Exhibit C).
D. Contractor's Performance Bond (attached as Exhibit D).
E. Contractor's Insurance Certificate (attached as
Exhibit E).
TERM OF AGREEMENT.
This Agreement shall commence on 1992 and
terminate on , 1994 except as otherwise
terminated in accordance with Section III.
CANCELLATION.
Either City or Contractor may terminate this Agreement, with
or without cause, by giving thirty (30) days written notice.
During the thirty (30) day notice period, City and Contractor
IV.
V.
VI.
will continue to perform under this Agreement. At the end of
the Agreement, if terminated by this provision, Contractor
will continue to perform under the terms of this Agreement
with respect to any vehicles impounded under this Agreement
and still in Contractor's storage area until all such vehicles
have been returned to their owners or otherwise disposed of.
CONTRACTOR'S DUTIES.
Contractor shall perform all of the duties set forth in
Exhibit A to this Agreement.
RESOLUTION OF DISPUTES.
Any disagreement between the City and Contractor as to the
amount of towing and storage charges or as to the
administrative fees owed to the City under Exhibit A,
paragraph shall be submitted by Contractor to the
City Administrator kithin seven (7) calendar days after the
dispute arises. The City Administrator within seven (7)
calendar days of receiving notice of the dispute shall make
a determination and Contractor agrees that the City
Administrator's determination shall be final and binding on
both parties.
COMPLIANCE WITH APPLICABLE LAWS.
Contractor agrees that it will comply with all applicable
state and federal laws regarding the performance of this
Agreement including, but not limited to, the provisions of
Minn. Stat. 181.59 and Minn. Stat. Chapter 363.
VII. ADMINISTRATIVE PROVISIONS.
A. Notices. Any notices regarding performance under this
Agreement shall be provided to the parties as follows:
City of Rosemount:
Susan M. Walsh
City Clerk
2875 - 145th Street West
Rosemount, MN 55068
423-4411
B. Severability.
The provisions of this Agreement
nature and any provision which is
unenforceable shall have no effect
of the Agreement.
Contractor:
shall be severable in
found to be unlawful or
on any other provision
C. Assignment.
Neither the City nor the Contractor may assign their
interest in this Agreement without the written consent of
the other party.
D. Successors and Assigns.
The successors and assigns of both the City and Contractor
shall be bound to the requirements and provisions of this
Agreement.
E. Governing Law.
This Agreement constitutes the entire Agreement between
the parties including all prior understandings and
Agreements and may not be modified except in writing by
the City and the Contractor.
EXECUTED BY:
City of Rosemount
By:
Contractor
By:
Witnessed: Witnessed:
L
PERFORMANCE AND PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS that we
as principal and
(a corporation certified by the Minnesota
Commission of Insurance and authorized to act as a surety as provided in
Minnesota Statues Sec. 71.31 and 574.15) a Surety, are held and firmly
bound unto the City of Rosemount a Minnesota corporation, hereinafter
called the "Obligee", for the use of the Obligee and of all persons and
corporations doing work or furnishing skill, tools, machinery, materials or
insurance premiums, or equipment or supplies, for any camp maintained for
the feeding or keeping of men and animals engaged under, or for the purpose
of, the contract described below, in the amount of Dollars
($ ), for the payment of which well and truly to be made we bind
ourselves, and each of us, and our, and each of our, successors, and
assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a written contract with the Obligee
dated , 1992, for the regularity and validity of
which is hereby affirmed and for which a bond is required by Minnesota
Statutes Section 574.26;
NOW THEREFORE, if the Principal shall perform and complete said contract in
accordance with its terms and shall pay, as they may become due, all just
claim for such work, tools, machinery, skill, materials, insurance
premiums, equipment and supplies, and shall save the Obligee harmless from
all costs and charges that may occur on account of the doing of the work
specified and for the enforcing of the terms of this bond if action is
brought hereon, including reasonable attorney fees, in any case where such
action is successfully maintained and for the compliance with the laws
appertaining thereto, then this bond shall be void, but otherwise shall
remain in full force and effect.
No assignment, modifications, or change in the contract, or change in the
work covered thereby, nor any extension of time for completion of the
contract, shall release the Surety on this bond.
Sealed with our seals and dated this day of , 1992.
Witnesses to Contractor's Signature:
(Seal of Contractor if a Corporation
Witness to Surety's Signature:
By
Its
And
Its
Its