Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2009-312
ORDINANCE NO. OD - 3/2 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE REPLACEMENT OF WINDOWS AT THE CITY OF DENTON MUNICIPAL BUILDING; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFSCP 4409-WINDOW REPLACEMENT FOR CITY HALL AWARDED TO JONES AND JEFFERY CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $292,138). 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 1. 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: RFSCP NUMBER CONTRACTOR AMOUNT 4409 Jones and Jeffery Construction Company, Inc. $292,13 8 SECTION 2. 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 3. 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 4. 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 5. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the %5d day ofZ&&'477"'�-)2009. ATTEST: JENNIFER WALTERS, CITY SECRETARY m APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY BY: �i� A�Z_ , el. - X- 3-OR5 4409 !� CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 15 day of December A.D., 2009, by and between City of Denton of the County of Denton and State of Texas, acting through George C. Cam bell thereunto duly authorized so to do, hereinafter termed "OWNER," and Jones and Jeffery Construction Com an Inc. 3 801 E. McKinney Denton. Tx 76208 of the City of Denton, County of Denton and State of "CONTRACTOR." Texas , hereinafter termed WITNES SETIH: That for and in consideration of the payments and , agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: RFSCP 4409 Window Replacement for City all in the amount of $292,13 S 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, su lies, machinery, equipment, tools, superintendence, labor, insurance, and PP Y other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: Kirkpatrick Architecture Studio all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. C.A.-1 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, owner, its officers, servants and employees; from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants employees, of the owner. Contractor likewise covenants and agrees to, and does hereby, . indemnify and hold harmless owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 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 Right to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR. shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a So mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1 % or greater. If an overpayment of 1 % or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. CA -- 3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ATTEST: APPROVED AS TO FORM: `NITA BURGESS, CJ-1'�r ATTORNEY CA-4 (SEAL) �vne5 CONTRACTOR �5So I E__ TiLyA.5 ri!o ao$ MAILING ADDRESS PHONE NUMBER 440� 561--mric, FAX NUMBER BY: Tt-e,6Ldeok TITLE b et4 1q. Jones, Sr. PRINTED NAME (SEAL) PERFORMANCE BOND Bond #4377119 ST I'1, t F 11iXAS COUNTY 311NTY Olt 17FN T N I NO W 11 . . MEN BY TI )PNI: l'l�l.SI.NTS's. 'I'luit hire s and Rd'tCry ��`�)t1s.�ructio3n Com inv, I? . _._._ _..Whose address is 3 901 I # . McK illlie el�toln, `1' 7 � [11� lic'r ".illil 1 let, coil lleol Principal, and-SuroTcch Insurance Company a corpolrnlion (Wkiiliized and exiaing Linder the of f 11ie State l) r Tex Ii i llc l !Lilly allilic�l•ifcci totl•i[litiac:t lilisilicss in thet itL' oil` J'OX"is, #t.IS S1tt�elyr, '11`0 llo�lci fill( 1'irtiily l)c1lllicf tithe! the Wily li l` Denton, to munielpol c-oirpoiratlo n org;11111ec1 '(111d Exist it 1}1 1111LieI' 111e 111 s of 1 t lie° State of 'Texas.. llereintll`ler called Owner, ill tlic,* �On.,11 si1111 ()f kko 11 l(fl•t. d NIHON I �� O 'I hou:�ttnd One Hundred ThIrt.y Eight wid t1! 100 t �1,1 ARS ��;�t)?, ] � 1� is tell 11c}rt"Clit c11• tlic' stated pental stim its an additional sum of niolney representing ndditio n; l tent( (21txPettscs, aatorncyi' fc:cr,,;, and 11cl11i(ftj1tCLJ danin ge:i mrMing, out of cat• emillc.;c:tod wide 1110 t}►.h)xv Idonlifie f C'o7ntract, in lawltrl iii(iney oi' tlle. ! lliited sulles" to lie; paid M Denton n C.miltty, FOXirti, lilr the payinclit of Which stllli well and truly to be made, we lwrehy bind oursc.'lves, our heirs, CNec lao�rs, ildilllfliS11-i-tt-O S, SLIUC SSOI N, MR] tls�1911s' _ tntitly and 'Scwnilly, 141111N, try tlie'ic !Mille! shall ('rlllollrl"iticilliy lie increased by the aniciunt oit' illty c'litln'le [ frdor or �►il�l�l��l��cyrtt�tl Agri;ertivnlr wiliclr incivilses thy. Contract price;. but ill lit) event slaitll it t `l11-111 e t 4dLc "r w Supplemental Agruc;rllow, which veodi wvs the Ctininno prlc e, decyreivic (lie. pC11111 "illilr (If tlwi Ilcmd. '1111, t 31i1.1C iATI N l.t t PAY iA MF$ is co nditicillett as wllereits, 11IL" 1'611C i IN11 c:1it-t t'c;ti into ti certain t'untt•a�t, iclentit ic:cl ley � �rcliliLiticc� I�clt��l� ?ttt�') � 1 ?, with tl�t� o'i tyc�i Denton, n, the Owner, (kited (lie ,5 clay oa t' Dc.-evillbe ' A, l ]. ?0098j4r W F `it ' 11 �+�f t lo) W i f to w RC11'l4pelilent 161 r ify t, !all . N OW-1 T1 IF R I 1"0 R 1t11C 1'l•i liciptil tilittll wc:l1, tally iliil`l t t-iitlil 111ly 1wt f {6l ri l Lille! fir 1 li l l all ci l' the1[llcic:l�tKtkttt ti, Ci]ve; lltllits, (o�rliis, eclticlitiolivi -tied Lit i�t..enic. nis zit' staid Contrlict in accordance with tile Pklns, Spt.ciflc'.titiOTiti 1*111d Cofitl•lict 1 ]t1njiliel11s (111 `lrlp the i}ripiIlill tc:1-111 thercn[' and Lilly exteivsli Ili tlic:rcol' which may be granted by the Owner, with or witliout iwticc It) ilia ti111'ety, tine! oflirlli r the [Lie o11 tlliy grrt[t•ttrity or ► i[Irttrity I`Gt:[tlfl'el1 Lit lcler this t 'illiti`act, 'died sll,lll also well and truly perriilrni tind Fulfill, till the llnderkikin s, co�vt'nonts, ternis, conditio nti, and sigifteel7ien s Lily (-illy illicl it ll clltly authorized niolc.li 1 is titioltis of st.ticl t olitnact t Lilt rliily lit iva ltcnr 1w, tlit}c e, 110 lice of which lllodiiictltions to the surety 110ing hero by Loll("=; 4,111d, 11' 111e Pri-ill'Il1iil Shall replill' "indfolr repltice till dd'ects due tti fittllty 111tttcrials tind two}rkniatiship that appear witlilli a period of twos ( ) yeors li-oni tale citltc.; (A ltrrtil c:0r1111)[Vtloltt '111L.1 lillitl jrt:c:o.'litij11G' ' of 111c= wc1I_1�. the Owner; nlicl, i C the Prilicipal :-littll !Lilly iticleliin ly i111c1 stave 11t.11.1111C.S , (lie [ wlio 1, 11-mil ;.ill Costs, and damages whiCh Owticr 11ii.ly sUl•ler by reasclll Of Ialllire to so lic:t-lMin lici-c'in and slitill kdly= reinihilrse tind repay Owner nli c1r11.1t y Caud expell'.1 � WhiC11 1110 1 hvncT iW-111- ill 11Mki lIP trOOd any default or cicliciunic .N., then this o blij,iltioln sluill he wid-, citherI vise, it slitill rr.•main i1I hill loree tint! c1* !Ct. P 11 - 1 PROVIDED FURTHER, that if any legal action be riled upon this Bond, exclUsive vellue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that tl�c said S��rt�ty, for value received, hereby StipUlates and agrees that no change, extension of time, alteration or addition to the terns of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the sank, shallin anywise affect its obligation on this Bond, and it floes 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, or to the Plans, Specifications, Drawings, etc. This Bond is given ptu•suant to the provisions of Chapter 2253 of the Texas Government Code, as tunended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be (Iclivcfrcd and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. TN WITNESS WHEREOF, this instrument is executed in four copie Y, each one of" which shall be deemed an original, this the which- of , �M , A17EST: ATTEST: dY: PRINCIPAL 1 i BY: P RESIDENT � r 6 8 SURETY BY: _ The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process 'is: NAME:..CV � u S`1UEET ADDR.I-SS. _-. % b (NOTE: Dwe q f 'Per• f cn-rjranee Bond inust be date (Y'Conlract If ' Resident Agee is not a c og)oration, give aperson '.s r2tnnt--.) PB -• 2 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-855-732--0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PG Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 Web: hftp://Www.tdi.state.tx.us Email: ConsumerProtection a@td i.state.tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not; be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Revised 3-2009 PAYM EN"T SON D Road #4377119 KI"A,r1 01 'H XAS crOUNTY ( )1{ l )l ON'I ON KNOW AV, , Ml-4N BY 1'1IESk PIU-JIS ;NTS: That .lolmti et'11 ti '10'1101, ti1vI101>c�1� C�()Tm1 my,_I� �.....whctsc iuldress is 38tll I'. McKinney I n1m, TX 762.08 liereir-la ter callod Principal, tlilcl SuroTcch Insurance Company i I ly vulder the 1ar's c�l`tlrt~• ;tertc� t�!'.T i�c .�� _- - - , find 1IMN andio�rizM tti trrn4met btvdtiess in the Stilte ()I'Texas, tiff Surely, iffe 11c:lcl ittld 1i1`lxily 1lcltlticl 1111tel the City tri` Denton municipal c orport.ttion cirgal)izecl and existing uncicr 111C hjNVS crl' tlic SUI(C 01' 'I-MRS, l7L'1'Vitrrl[e'I' et.illecl Owner, !!lied uzltii itll I3t:rsolls, Ill -ills, tined c.�-m-polatieltis who may Furnish imitcrial's I'm, or perborm Itthclr upon, the building elr rizillrtrucliiGlltg I1ercintll`tcr rcklor}air[ w, in the lv11t11 tit 1 ell' 'rwcl 1 lt.rnclrc Ninety 'TwoClio ust-HILT ()rll' 111111c11'cel 'I'llil•I V 1 �0il�llt tilitl t}�' l 41t1 �t , .1,�\ IZ ($292,138 ii. lawful Ir1c1nev eat' Ille 1111herel "States, to lac pitid m OcIllml, CoLloty, TC.Iivi, 1,01- thc: Payment eel' wliiCh still) well toned truly to lie made, we 11creby hi lied otlrselvos' trtrr heirs, oxeclihm'w, :. hiscllliiliitIct[fS, tittc• crw, a1[lilltIy tllcvct111y, r1I�htithese �rc.tt Bond shall titttnmirltic ally be increased by the aillm1t1t (it' (my t `liEt111;�ci ()I.dt.1 m Slliy]clltct1taI Agreement which inc:ret ses the ( `ontrttc;t price, but ill m) c.'mit sliitll a Change Order or Supplemental Agreement which reduces till' Cmitract price decrease Ole pL!1w1 Scutt oCthis. Mind. ' 1`I-110 c 3131.1[ iA'i'l[ IN R) PAY SAMF, is cclnditicltwil, a.,i Wheat. im tl iv Primi pal entered into a cortam C otlt "LIC1, Identihed by Ordimmice Nrtlilher 41-00 )..11:? witl1 the t'itN, t1I' DC111011, tilt~ Owner, clttlecl tile: 15,clay c December A. [ }. _0 9 Km R 1� S(' P 041,-109 Window [�ephacotxtem FOr uii y Htill. - - -N(')W, 'l`11F R F&1tOR ., if` the Principal Shall well, tally and I= I111,t111V Pert-01'111 it's clttlie� and tntiko 1irclnipt 1)t1VIIl0111 to t111 per.,►mIL;, firms, quhenntr,letm,,;, t.`M1pO rml01N "Mid ctt.rrmalits .applying It bot- and/or micaterial ill the prosecti icltl of -'tile Work pr(wicled I'm, Ili said ( "mitrael imid ,my tintl till duly authoriz(M im)(lioils, of s'I'd Contrite l thfit r lai here -C1111:1- he 111t00, Iicatic e, trt' which modifications .bons to the Surety heitig hereby expressly waiml, then thils eiblipatic�ii shall bo VORI; 0111el' viSe it Sh'ttl1 re111t►irl ill lull 11(i1Ce rt111c1 CITect. PRO �VI )1? D l� [ ! l�'l'1 l l :l�ti tlltit i I` t11iy lei1.11 action lit. filed on this 13t111c1, exc:lusiv o ve'li w shfull lie ill Denton Covillty, l em,_Is. AN11 PR VI I )l :1) I� I IRTI I � R, that 1)iv shied S11wty, Iilr k aIIle receivet 1, 110reby ,Stilly-rIt'll es mul agrecs thrit no t~11€ln e, extension elf time}, tiltGrntion ell' {iclt-liti011 [t) 111C 10111IS 01' 111e ('t311tNICL or to the Work to he I)erl'Orme d therellilder, or to 111C Phills. Spvci f ictitierll"• Drawings, otc'.. accompanying tho same, slitill in t-111ywise t11,10:t its ohligultI[1r1 on 1111', Bond, and it dt)es horchv w� lvc I1citicFc: ()C any sm'.1i c.himvc, extension trl` lime, tlltcratiml tic' tltldillotl ILI the tcl,111�1 cat` tile c'mitr€Icy!, car to the Ward! tti Ile perl61.111ed theretillder, m. to the PhIlls, Specil is t'itimiti, Drtiwillt;ti, etc:. 1' B 1 3 This bond is given pursuant to the provisions of Chapter 2 "3 o t' the Texas Government Code, as amended, and any other applicable statutcs of the State of Texts. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process iiiay be had in matters arising out of such surety, as provided by Article 7. l 9-1 of the Insurenee Code,, Vernon's Amiotated Civil Statutes of the State of Texas. fN WITNESS WHERE40F, this instrument is executed in four .s, each one of which shall he deemed an original, this the 19th d��y of Jangar �, 20107 AT"I.TES" 1'. PRINCIPAL A2 - t. -. �A B 1 : s SE --AOT & BY: PR.ESIDENT ATTEST: B Y: fA SURFFY ■ A f r —I- N —F r The Resident Agent of the Surety in Denton County. 'Texas for delivery of notice and service of the process is: NAME. =T1,11 k �A_ "F!* ADDRrs; - 1 yCco (NOTE., Date ref' Payment Bond must be date of C'ontr act. �f Resident Agent is not a corporation, ion, gf ve a person Is name.) PB — 4 1K �. M SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PG Box 149104 Austin, TX 78714-9104 Fax#: 51 2-475-177'1 Web: http://www. tdi. state. tx. us Email: Cons umerProtection a@tdi.state.tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the Consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Revised 3-2009 POA #: 4221256 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by rhese Presents, That SURETEC INSURANCE COMPANY (tbe "Company"), a corporation duly organized and existing under the laws of the State of Texas, and -having its priuelpal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jeffrey P. King, Becky McKnight, James E. King, Angela Kendrick, J. Greg Sidwell its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed One Million Five Hundred Thousand Dollars and nol100 ($1,500,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in --Fact may do in the premises. Said appointment shall continue in force until 12/31/11 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: fle It Resolved. that the President,, any Vice-P:resideat, any Assistant Vice -President, any Secretary or any Assistant -Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the fallowing provisions: tta �-in- "act may be given full power and authority for and in the name of and of behalf of the Company, to� execute, acknowledge and deliver, any and ail bonds, recognizances, contracts, agreements or indemnity and other conditional or obli tort' undertakings and any and all notices and documents canceling or tcmunating the Company's. liability thereunder, and any such instruments so executed by any such Attorney -In -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary} e It Resolved, that the signature of any authorized officer and seal. of the Company heretofore. or hereafter affixed to any power of attomey or any certificate relatitlg thereto by facsimile, and any power ofattomey or certificate bearinig facsinfile signature or facsimile seal shall be valid and binding upon the Company with respect 'to any bond or undertaking to which it is atlkhed. (Adopted at a nieetlng held on 2e' of Aprlt, .t999') In WitWithess Whereof SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and Its corporate seal to be hereto affixed this 28th day of October, A.D. 2.0ft SURIETE INS C19 COMPANY t �L By t .."'fesident State of 'Texas j county of Ifam� Fs Fti.#4�W,0•` On this 28h day of October, 200 before me personally carve 'B1 King, to me known, who, being by me duly `sworn, did depose and say, that he resides in Bouston, Texas, that he is Prosldcnt of SURETEC INSURANCE COMPANY, the company described :in and which executed the above instrument-, that he knows the seal of said Company; that the seat affixed to said instrument is such corporate seal; that. it was so affixed ' by order. of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny * t'ubm swe Of � ' ��V.2 NP Michelle Denny, Notary P4W :My commission expires August 27, 2012 1, MY Brent Beaty, Assistant Secretary of SURETFe INSTJRANCE COMPANY, do hereby certify that the above and foregoing Ma true and eorreet copy of a Power of Attorney, executed by said Compatly, which is still in full force and effect/ and furthennore, the resolutio s of the Board of Direotors, set out in the Power of Attorney are in full force and effect. Given under hand and the seal of said Company nrtparty at Houston, Texas this day of� , 20�, A.D. X Brent eaty, A slad Seeretry Any instrument Issued In excess of the penalty stated above is totally void and without any validity: For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5-.08 pm CST* T. r8 2. SureTee Insurance Company LIMITED POWER OF ATTORNEY } }� now Aff Men by These, Presents, That SUR TEC INSURANCE COMPANY (the Cotnpatiy'' ), a corporation duly organized and existing under tlto Jaws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents niake, constitute And appoint Jeffrey 11, King, Becky McKnight, James L. Ktllg Aligela Kendrick, J. Orcg SrLlwell its true ttltd lawful Attorney -in --fact, with full power and atrthority hcr•el)v conferred in its nt3nw. place. and stQad, to execute, acknowledge and deliver ativ tin(] all bonds, reccigtrt-rances, undertakings or other- instrunrents or, Contracts of'surelyslril) to include Nvalvers to the Conditions of contracts and LorrselIts Of S411•0y, providing the Bond penalty does not exceed One Millioil Five Hundred Thousand I)olIars and not 100 (S 1,500. 000. 00) and to hind the (-7ompany thereby as fully and to the same OXIel7t sts If SUCK bond were signed by the President, sealed with the corporate sal of'the Company and duly attested by its Secretary, hereby ratifying and • firming all that the said Attorney(s)-in-Fact inav (it) in the premises. Snid appointment slrttll continue its force until _ 1''31' 3.l uoO and 1s rMrLlc Under trnd by authority of the following resolutions or the Board of I)ir rotors of the Sure'ree insurance Company: Be it Resolved, that the Presulent, any Vice- mrdent, any Assistai t Vice -President, any Secretary or any Assistant Secretary shall be and w hereby vested with full power and authority to appoint any one or mory suitatile persons as Attomey(s)-in-Fast to represent ,end act for and oil belialf'of the Company subject to the following provisions, ,411orr ey-in-Fact may be given full power and authority for and in the name of and of lwhalf of the Company, to execute, acknowlcdge and deliver, any and all bonds, rrecognizartces, contmets, agreements or indcrxurity and other conditional or obligatory undertakings and any and all notic os and documents canceling or tonninating the Company"s liability thcrcunderi, and any such instruments so exceuted by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and scaled and effected by the Corporate Secretary. Be It Resolvwd, that the signature of any authorized officer and seal of the C'ompttity heretofore or hereafter affixed to any power of atttrrncy or tiny certificate relating thereto by facsimile, and any power of attorney or certificate br.=aring f"tecsimile signature or facsimile scal shall be valid and binding upon the Company with respcet to any bond or undertaking to which it is attached. (Adopied at a mee ing held on ?e of .41wil. 1999) In Witness WfiereQf; SURETHC INSURANCE COMPANY has caused these: present~ to be sighed by its President, and its corporate seal to be hereto affixed this 28th clay of Ootoberr, A.I.Q. 2008. x.,.: . SURETEC INS A CE COMPANY } 4� a : , T By r B.-J. Ki e>tsidertt Slate of Texas ss: Ccwnty of Hatris On this 28h day of Ootolmr, 2008 before me, personally came B.1 icing, to me known, who, being by me duly sworn, did depose and say, that lie resides in Houston, Texas, that lie is Prciidont of ,SURETEC INSURANCE,,' COMPANY, the company dcKcribed to and which extorted the 4bove instrument; that he knows Vic seal of said Company, that the serer affixed to said instr-trrnGltt is :such corporate seal; that it was so affixed by order of the Board of Vircctors ol'said Comininy; and that lie signed his name thereto by like ❑rdur. Michelle Denny 1"kxwy t�'t�lk>s $tale Of T s WpOwr silwOW Vq SQ12 Michelle Denny, Notary P lie My colTi rission oxpires August 27, 20I 2 1, M. Br out Beaty. Assistant Sccretary o f ` SIJRE4 T'FC INSURANC F COMPAW, do hereby certi fy tlint the above and foregoing is a tntc and correct ropy of a Power of .Attorney, cxccuted J)y said Corrrpa11Y, which is stiII 111 fitII force and e:ff'c:ct; anti for�thcnnore, the resoItit ions of the Board of Directors, set out in tite Power of Attonicy are in fill I farce and cfti:ct, Given under niy hand and the scat of said Company at Houston, Texas this C day of .1U A.D...� Y , M. Brent eats►. Assls and S"re Ary _ Any Instrumont issued In excess of the penalty stated above Is totAlly void And without any validity. For verification of the authority of this power you ,nay call (793) 812,0800 any business day between 8 00 am and 5400 pm CST. POA. #: 4221256 r w - -rance Company Sure -i ec Insu LIMITED POWER F ATTORNEY Kitow All . Teti by These Presents, That SURETEC INSURANCE COMPAN ` the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents snake, constitute and appoint Jeffrey P. Icing, Becky McKnight, James E. King�,/ of Denton , Texas its true and lawful Attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, .undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed One Million Five Hundred Thousand and.no/100 Dollars ($1,500,000.00) and to bind the Company thereby as firlly and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ra ' 'xi n onfirining all that the said Attorney s -in-Fact may do in the premises. Said appointment shall continue in force until C 12131/09 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company; Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attoi-ney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached, (Adopted at a meeting held on 20"' of April, 1999) In Witness Thereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this loth day of June, A.D. 2005. ,,,►�<<����}►f��� 4 TEC CE COMPANY 0 0l �° • 'fBy �► R.J. KV reside t State of Texas ss: ;.� , -- - County of Harris 'Y On this 20th day of ,tune, A.D. 2005 before me personally came 131 King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC 11N'SUR.ANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; 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 Company; and that he signed his name thereto by like order. Michelle Dennyib 1 Texas `I buo�A= � OMMISsl E It Michelle Denny, Notary Pnb lic August 27t 2008 My commission expires August 27, 2008 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given tinder my hand and the seal of said Company at Houston, Texas this day A, 20 , A.D. a R�ent lgea6, sistant Sec t"ary Any instrument issued in excess of the penalty stated abovo is totally void and without any validity. For verification of the -authority of this power you may tali (713) 812-0800 any business day between 0:00 am and 5:00 lam CSC'. POA#: 4221256 SureTee LIMITED POWER OF ATTORNEY .know All Metx by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and hawing its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jeffrey P. King, Becky McKnight, James E. King of Denton , Texas its true and lawful Attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertal�ings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of suretyprDyiding the bond penalty does not exceed One Million Five HundreTriousand and no1100 Dollh ($1,500,000.00) and to bind the Company thereby as fidly and to the ame extent as if such bonds were si ned by the President, sealed with the corporate seal of the Company and duly attested by its Secre ry, hereby ratifying and confirming all hat the said Attorneys) -in -Fact inay do in the premises. Said appointment shall continue in f ice until 12/31/09 and is ade under and by authority of the fallowing resolutions of the Board of Directors of the Sure ec Insurance Company; Be it Resolved, that the President, any Vic President, any Assistant Vice -Preside ny Secretary or any Assistant Secretary shall be and is herebyvested with full power and authority o a oint a or mores ' �ersons s A or�n -i -Fact to represent and act for and an p ty pp �� . �. ore s p a tt ey�s� n p behalf of the Company subject to the followin rovisions: Attorney -in -Fact may be given full power and au h°ority ,fet„ and ,fin, ,the..name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or ten€ninating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20"' of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005, ,, � , ' + TEC NCE COMPANY 0- Z� Bye > I B.J. Ili g, reside t State of Texas ss:,, �.•�� County of Harris +•...�..••' ��' On this 20th day of June, A.D. 2005 before me personally came B1 King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that tlwsea4-fffflxrd-M-said-in rrrment is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and thatbi �ehis name thereto by like order. . Michelle Denny Notes PuM Stato Of TOx. August 27, 2008 Vwl,le Denny,Notary P`ifbIic ommission expires August 27, 2008 I, M. Brent Beaty, Assistant Secretary of SURE WRANQQE.gOMPA reby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is s#� rn . ull force and effect; and furthermore, the resolutions of the Board of Direc#ors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this day , 20 , A.D. . �r6nt 1Ren , sistant Seertaq l Any Instrument issued in excess of the penalty stated abovo is totally void and without any validity. For verification of the authority of this power you may call (713) II'12-0000 any business day between 11:00 am and 5:00 pm CST. 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 disquali zed from award of the contract. Upon hid 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 f le 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 commenee 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 Den tan. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted. - Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A. • Any deductibles or' self insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • Liability policies shall be endorsed to provide the following: Name as additional insured the City of Denton, its officials, Agents, Employees and volunteers. CI-9 ■ 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 whore 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. ■ Cancellation: The City requires 30 day written notice should any of the policies descrihed on the certificate he cancelled or materially changed hefore the expiration date. ■ 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. ■ 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. ■ Should any required insurance lapse during the contract term, requests for payments originating after such 1 ap s e 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. CI - 10 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: [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than$500000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess- policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. 0 Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: • Bodily Injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [XI Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conj unction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: any auto, or ® all owned, hired and non -owned autos. CI - 11 [XI 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 occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. [ j Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ I Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. CI - 12 [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to -cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. C1 Y- 13 ATTACHMENT 1 [XI worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81., TWCCW82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the prof ect W includes the time from the beginning of the work on the prof ect until the contractor'slperson's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner --operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation., or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: CI - 14 1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on *a project, to: 1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of OP the person providing services on the project, for the duration of the project; 3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4) obtain from each other person with whom it contracts, and provide to the contractor: a) certificate of coverage, prior to the other person beginning work on the project; and b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; CI - 15 5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter-, 6) notify the governmental entity in writing by certified ' mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental 'entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. CI -- 16 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ; For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 14919 Both Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a Date Received person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. i Name of person who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire, (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7' business day after the date the originally filed questionnaire becomes incomplete ❑r inaccurate.) 3 Name of local government officer with whom filer has an employment or business relationship. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. 1s the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income.is not received from the local governmental entity? 0 Yes E:1 N❑ C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 1 ❑ percent or more? 0 Yes No D. Describe each affiliation or business relationship, 4 Signature of person doing business with the governmental entity Date Adopted ❑6/2912007 CIQ - 1 Proposal for WINDOW REPLACEMENT FOR CITY HALL The City of Denton Submitted by: JONES & JEFFERY CONSTRUCTION COMPANY, INC. By Robert (Bobby) W. Jones, Jr. President 3801 E. McKinney Denton, Texas 76208 (940) 382-3124 (940) 566-2176— jandjconst@charter.net Dated: October 20, 2009 V 1 r1LXr KNOW ALL MEN BY THESE PRESENTS, that we Jones & Jeffe Construcion Co, Inc. as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the "Surety," are held and firmly bound unto City of Denton as obligee, hereinafter called the obligee, in the sum of Five Percent (5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Five Percent.. NOW, THEREFORE, if the'contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which 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. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 20th day of October, 2009. Jones &Jeffery Construction Co, Inc. (Principal) BY: TITLE: Res-ictar%4 SureTec Insurance Company BY: am s E Kirfg, A ey-in-Fact Bid Bond uncapped text Rev 1.1.06 SureTec Insurance pany THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION ... ... ... ........ Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PC Box 149104 Austin, TX 787 1 4-9 1 04 Fax#: 512-475--1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev 1.1.06 POA #: _4221256 SureTec Insurance Company LIMITED Pt7WER OF ATTORNEY ��_ y '`Osoi, `a:'� T C',thi'',�oy :and end e e t �: 0-t tc$,tote- =ad gut Tee does b these resrtts Jeffrey P. King, Becky McKnight, James E. King, Angela Kendrick, J. Greg Sidwell its true and lawful. Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed One Million Fire Hundred Thousand Dollars and no1100 ($1,500,000.00) and to bind the Company thereby as fully and to the same extent.as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and conf rn-.ing all that the said Attorneys) -yin --Fact may do' in the premises. Said appointment shall continue in force until 12/31/11 and is made under and -by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: 40� ii Qj t, �y eµ i.d a y-Assistmt Wee-Prostdent-: any $ecret� or any. 'Ass tort. • x ary �a11: :d i . :hreby .estlt poer:att}i to. apoit a ooxesu%tahle persons as Ater -it I�`actQ reptri 'act for and of T � F behalf of`: of ripi i h t to t� fn�to�� plo�:���t��i y.. :, t : k-�"�ac ma � gi b .�1� p4�-�r a�d..a�atha�t . gn�d..,i�.°�h� x�a�e �f d ofbe f of lq=q=wutcachawl and d li�m ao and �t 1aor d repo i n contracts a ents or indo�►i and. the ' or diti n l .or':o�li. y �` loot# es. and 4c utncnt :P c-e or 'tarn nat ng pa ':s::li; b b , thereunder :and :arty ..s h. i s tints:: o.. ecu# y any such Art rn w4n Fact ahall W" ihd14 tipon �e owl as ifs j*:by the•:P' dent and sealed effected. y the iiparate 8�tary; ,. ,4q t-R ojvgd . (h4t :thy 'raoy otho�� :of �r and sea: of the. Company heretofore or heroa�fter affixedto awy power of _ orney-or _ - a i': er fie it :it l itin eto by-1otgir6ite> skid a i i y powotr f�attoti y :or eettiAxcttte be�ii1itg :facsii il�=si�.tre' ar fa�siisail :shill be valid rah& indiog qi)n :the tbi��a� with: r6sp tj �itt�r �0tt�; dk ; ;dertaWq to '� ch it `is attached:: �� ���e �t �x �re�f#� ':���d Qn 20* of April) In Whiess Whereafr SURETECINSURANCE COMPANY : as cause. these' presehts to b signed,by its 'President and its to Grate $64 to be hereto Fa xed, this :28th d of October, A.D.21008.1 TEC ARAW te'' f 41 �fie + Owft`s 8h. day, -of 06ber, '200'& befbfc: me -personally Barrio B,1► .leg t M6,known, who, belri by -me duty sworn, did depose and ss , that ht resides %n t ou, €o ; Z' x tli ► t of : 4TY� INSUM� COMPA Y:� the company. described .fin and which execotcd the --above- ittstrumen4 that he knowsi=the seal. of said � o parry; that: the seal afc = to -said 'ins�ent xs such corporate: seat. that it v as sa t a ed b order f the 3i ar o Directors o said or spar td` th the: e, his rii thereto by liko Otorx fit'' '' o '4 may, 06m= A, n, es : 1: t, M 3rent13+eaty Assistant tary of IN Q -A ,, do hcrehy oortify that. the+ahove and- foregoing is�:alrue and comet copy y. _ said Company�: wWh j.s s.ti.Un ��1i fvroe, and eft; ari& orb, tie' rmlnttoos of the Board vMirectots, set out . in :the Power -of Attorney are tri tuil foree: and: effect.. Given ad r Tay,-Wt ,and. the :S�eai. of. said Company at Houston; 'texas. this day,of , .20 A.D. Nlim Anylitstr irtmnt wotto l 'Orb =df:the si lty stated above t$ tot�tly Void and ,without;any Valtdity- For.earl'O tton 500he=tiuthbrjW_ Of this: 06*4 VO4':#* 0tll •(743) $42- .00 any bualnlas :day between 8:.0 ,an .sW 66.p ri Ott, JONES & JEFFERY CONSTRUCTION COMPANY, Inc. 4ntL+1 3801 E. McKinney 1wr Denton, Texas 76208 (940)382-3124 Fax: (940) 566-2176 E-Mail: jandjconst@charter.net STATEMENT OF INTEREST Jones &Jeffery Construction Company, Inc. is pleased to have the opportunity to offer their services to the City of Denton. We would be delighted to serve you. It is our understanding that the City of Denton desires to obtain a contract for construction services to perform WINDOW REPLACEMENT FOR CITY HALL, We stave to produce completed projects that are safe, convenient and desirable to use. we take pride in being extremely knowledgeable concerning code adherence. we have individuals on staff that are very conversant with the Texas Accessibility Standards (ADA), the International Building Code, and the City of Denton Development Code. The proposed team members from Jones & Jeffery Construction Co., Inc. are ready to begin work on this project immediately upon notification of approval. Our goal is to service and satisfy each of our client's needs. we appreciate your consideration of Jones & Jeffery Construction Co., Inc., and hope to provide the construction services on this project, The contact regarding this pro) ect will be: Robert (Robby) W. Jones, Jr. President 3 801 E. McKinney Denton, Texas 76208 (940) 382--3124....... . ... .........office (940) 566--2176....................Fax (940) 391-8576....................Mobile (940) 382-1841....................Horne jandjconst@charter.net..........E-Mail IMFOR..MATION FOR OFFERORS BIDDIN TNFOT#..MATION: The City of Denton, Denton, Texas (herein called Owner) bi avites competitive sealed proposals for `window Replacement for City Hall, on the form bound herein, all blm*s of which must be appropriately filled in, Sealed Proposals NVIII be received by the Owner at 901 wB Texas Street, Denton, Texas, until 100 p.m., C.D.S.T., Tuesday, 06 October 2009. It is the intention of the Owner to receive bids for all work to be performed under a SM' gle Contract. Submit proposals only On the proposal form provided by the Architect, a copy of which is bound in the Specifications. The proposal form Found in the Specifications is for the bidder's information and is not to be completed. Copies N611 be fun ished'to bidders. Seal the proposal in an envelope. addressed to Clio Owner and plainly mark on the outside ofthe envelope the nwnc and address of'the bidder, and the nature of the contents. If bidder submits his proposal by mail, he shall enolose the above described sealed envelope hi a second envelope addressed to the ONmer and having the Bidder's return address in the ripper left hand comer and the nature ofthe contents plahlly indicated thereon. The Architect gill decide when the closhig three for receipt of bids is at hand and no proposals received thereafter will be considered. The Owner or Architect will not be 1esponsible for the premature opening of any proposal which is not properly addressed and xden"ed. Each bidder shall carefully exalnhle the drawhigs and specifications and advise the .Architect if any of the dra-"wigs or pages of the specif"zcafions are nu'ssing. before submitting his proposal. The Architect Will not be responsible for incomplete contract docinnents, Melu&ig addenda duly issued, which have been forwarded from the office of the Architect. If aaly person contemplating subnnttin.g a proposal 1s in doubt as to the true meaning of any part ofthe Drawhzgsa Specifications, or other proposed contract documents, he may submit to the Architect a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. An interpretation of the proposed documents will be made only by addwrdun�, duly issued and a copy of such addendum will be mailed or delivered to each person receivhig a set of such documents. The, Owner will not be responsible for any other explanations or interpretations ofthe proposed documents. No such addendum will be issued during the fire (5) days ui nmediateiy preceding the bid date. . All addenda issued prior to the opening of bids shah be considered as covered in the proposal, and shall become a Part Of the contract. Before submitting a proposal, bidders must carefuly examine the drawings and specifications, visit the site, and fuller inforin themselves as to all existing Conditions and linytations, Mcluding all laws, ordinances, and regulations affecting the contract, or the work and shall include in the proposal a sum to cover the coot Qf all items irnplied or required, to attain the completed conditions contemplated by the contract. Should the successful Bidder propose to sublet any portion of the work, his Sub -Contractors must be satisfactory to the Architect and Owner. The OxNmer is not obligated to accept the lowest bid or any other bid. The Owner resonles the right to waive any informality in proposals, and to reject any or all bids or parts of bids. 09-09 lFB T I DENTON CITE' HALL WINDOWS 2. PRE -BID CON F FENCE .A mandatory pre -bid conference, will be held on Monday, September 28, 2009 at I1:00am followed by a Mandatory Site visit at l l :30ann. The Pre -proposal conference will be hold in the City Coiuncil work Session R.00rn in City Ball, 215 East McKinney, Denton, TX Attendance for the site visit by representatives of those contractors submitting a proposal is mandatory. Sub -contractors Nvho expect to be associated Nvith the project are invited. 3. BID GUARANTEE: Each Bidder shall submit with his proposal an acceptable bid bond made payable to City of Denton; in the annomit ofnot less than 5% of the Bidder's proposal as a guarantee that, if awarded the contract, tlxe Bidder will promptly enter hito a contract with the Owner and provide die regt4ed performance and pays anent bonds and insurance. All bid bonds will be returned t6 Bidders after the Omier and accepted Bidder have executed a contract, or, ifno award has been innade within 3 0 days after the date of dne openhng of bids, upon the dematld of die Bidder at any time thereafter, so long as he has been notified of the acceptance of his bid. 4. BONDS: Prior to signing the Contract, the Owner will require a Payment Bond and a Perfonnance Bond, each In the amount of 100% of the Contract Sum. All bonds and policies of insurance shall be. approved by the Owner before the sucoessful bidder may proceed With tine work. 5. BONDING APPROVAL: Surety companies executing bonds must appear on die Department of'the Treasmy's List of Acceptable Sureties (Dept, Circular 570; current edition) and be authorized to do bushiess in the State of Texas. 6. QUALIFICATION OF BIDDERS: The Owner may make such inlrestigations as he deems necessary to deten-nine the ability oftlne Bidder to petTorm the work, and the Bidder shall fish the Owner all such information and data for this purpose as the owndr m' request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, slich Bidder fails to satisfy the owner that such Bidder is properly atialif led to carry out the obligations of the contact and to complete the work contemplated therein, Conditional bids will not be accepted. 7. LI L)IDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT: The successfid Bidder, upon his failure or refusal to execute and deliver the contt act and bonds required within ton (I o) days after he has received notice of the aemptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or reffisal, the bid bond deposited with his bid. 8. ADDENDA: Any addenda issued during the time allowed for the preparation of bids shall be cohered hi the proposal, and in executing a contract they shall become a part.thereof. List on proposal fornnn any addenda received. Failure of Bidder to receive any addendum shall not release the Bidder fiom any obligations under his bid, provided said addendrnn was sent by U.S. Mail to dw address furnished by the Bidder for transmittal of U.S. Mail. 09_09 IFB - 2 DENTON CITY HALL WINDOWS 9. DELIVERY OF PROPOSALS41 , The Bidder is responsible for delivering his proposal at the proper time and place. The mere fact that a proposal was dispatched will not be considered; the Bidder nxust have the proposal actualiv delivered, 10, TELEGRAPH C MODIFICATIONS: A Bidder may nxodify his bid bar telegraphic conimunicatidn any timo rlor to tine amlounced closing time far receiving bids, provided that the Owner is satisfied that a written con -fin -nation of such telegraphic modification over the signature of the Bidder was mailed prior to the announced closinng time, If such confonnation is not received wituin 72 hours from the closing tune, no consideration will be given to the telegraphic modification. . 'I~BR}'RETATION OF PRQPOSED PRICE hi case of difference in wi tten words and figures on die proposal fornxx the amount stated i1, written words shall govenx. 12. TIAhE FOR. COMPLETION OF LTQUYDATED DAMAGES: a. TIME FOR COMPLETION: The Owner requires the occupancy and full use of the Entire project at the earliest reasonable time. The proposal form will require each contractor to state tlxe member of calendar clays required by limn to complete the project. Time of completion will be, considered in awarding the contact. b. LIQUIDATED DAMAGES: The contract awarded will call for a completion date as set forth by the successful bidder in his ro osal, p p Liquidated da.rnages in the anxount of Three Htmdred Dollars ($3 d 0. oo) will be charged against die Contractor for each consecutive calendar day beyond the contract completion dale, -not as a penalty, but liquidated as damages and added expenses to the Owner for supervision and delay i�x obtaining the use of the facility. No lirlxudated damages will be charged for full days lost due to Acts of God, stripes, or other conditions, such as extreme weather or rail at critical times, which are beyond the Contractor's control as determined and approved by die Architect. No credit will be allowed forpar6al days lost. Requests for examsi is of t le ��'n be handled in accordance with. Article $ oftlxe Cexxeral Conditions. 13. STATE SALES TAB: This project is exempt for the State sales tax aid the proposal shall NOT hiclude Sta#.e of Texas sales tax. 14.GENERAL REQUIREMENTS: a. At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly, familiar with the contract documents (uxclucbng all addenda). The failure or omission of any bidder to examine imy form, fnstnurnent or document shall in no way relieve mx bidder from obli atlons in respect to his bid. , �' g b. Each bidder must inform himself finny of the conditions relating to the successful comp ledon of the ro"ect and p p� tine emploirmontt, of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish ad mate 7als and labor necessary to carry out the provisions of his contract. Insofar as possible, the Contractor, in earl 'n out his work, must employ p • � g �, p � Each methods or means as �nll not cause any uxte�r�.�ptan of or interference �N idx the worl� of any other contractor. 09-09 1'$ - 3 DENTON CITY HALL WINDOW c. Federal and State In -%vs, municipal ordinances, acid the nes and regulations of all aufliorities having 6 jurisdiction over constriction of the project shall apply to the contract throughout, and they Na be deemed to be included in the Contract the same as though hereni i Nvn'tten out in full. d. Each bidder shall account for a sequence of construction that m�nu'm*zes the disruption of the building occupants. Seven�t--two hour notice will be required to vacate a workspace before the bidder shall have access to it. e. During construction the bidder will be required to secure and prmide temporary weather protection each opening not glazed at the end of a work day. . 15, STATE PURCHASE . The City of Denton reserves the right to purchase certain mates ials by means of St( ate should there be a Cost advantage to the city. In such case, materials will be idenfi ied and shall be treated as oNimer provide for installation by the Contractor. END OF SECTION 09-09 IFB - 4 DENTON CITE` HALL WINDOWS PROPOSALS AND ALTES GENERAL.: It is the intention of the Owner to award tho contract for Oils project on the basis of the lowest and/or best proposal for which funds are airallable and as may be accepted by the Owner. The ONAmer reserves the right to select the proposal that Neill be most beneficial to the oNrerall building-progranns, and in the even: that alternate bads are 1egoired, the Owner is not bound to accept the altemates in the order nr which they are listed. All items awarded will be to a single prune contractor. Each bidder must subirrit a bid on each Bid Item for lis proposal to be accepted. In the ei=ent that alternates are required, and thougb they may be listed together followi g the base bid proposal, each alternate is directly related to the proposal and there will be no xntercbanging between base bid proposal and alternates. That is, a base bid proposal will not be accepted from one Bidder acid air alternate pertaining to that proposal accepted from another Bidder. BID ITEMS: Base Bid Includes the provision of all genoral work indicated as the Base Bid portion of window Replacement for City Hall for the City of Denton, Texas as shown on the Drawings. Al.temate Bid Iteiu.I o. l hrclndes the provision and histallation of Steel wbidows at locations indicated on the plans and noted to be Alternate Bid Item # l for window Replacement for City Hall, END of SECTION 09-09 P & A - l DENTON CITY HALL WINDOWS WINDOW RE'PLA CEMENT FOR CITY ALL CITY OF DENTON TECHNICAL PROPOSAL PROPOSER' S UALMCATIONS JONES & JEFFERY CONSTRUCTION COMPANY, INC. 3801 E . • McKinney Denton, Texas 76288 ITEMS I THROUGH VI TO BE SUBM=D WITH PROPOSAL PRICE BREAKDOWN NO LATER. THAT 2 PM, CDST, 08 SEPTEMBE, t 2009 Page I of 7 General Contractor's Dame: Janes & Jeffery Construction Company, Inc Address.- 3801 E. McKinney City, State, 1p : Denton, Texas 76208 Telephone No. : (940) 382-3124 Fax No: (940) 566-2176 Tax Identification Number. 1751364807 L GENIERAL I Qualification information submitted shall be applicable only to the company entity or branch that will perf'ornl this Work, . 2. Attach your Project Organization Chart and resumes of individuals who would be assigned to this project including project manager, superintendent, scheduler, quality controller, etc. 3. Proposed project schedule (Bar chart acceptable). IL HISTORY 1. IN Corporation ❑ Partnership ❑ Sole proprietorship ❑ Joint Venture State of rncorporati onTexas ; ,.. .,�.,... 2. In continuous business since:1971 Renla.rks (if required): 3. Corporate Officers, Partners or Owners of Organization: Name Branch Manager �T._. elepl�.aiie Number Robert W . Jones, Jr. President (94 0) 3 82 - 3124 Judy Jones Sec./Treasurer (94 0) 3 82 - 3124 Page 2 of 7 4. Check box(es) corresponding to the nature of your business: El Large Business (100 or snore employees) Small Business (fewer than 100 employees) HUB Business Other Define 5. Has your organization ever defaulted or failed t0 complete any work awarded: El Yes No If yes, stipulate where and why: M.IEXPERIEiV C1 C' 1. Normally performs 60 % of the work with own forces. (List Trades) Engineering and Layout; Placement and installation of Reinforcement and Steel; Placement of Concrete; _RnYi ish Carlaentry.---and----MillwD-rk-,,- _J - - - - - _A;" x . - - V_ - Miscellaneous Steel Erection; Drywall and Acoustical ceilings.; n a re; Installation of Miscellaneous Specialties; operating Engineers and General Labor. 2. Propose to perform 20 % of the work for this proiIect with owl) forces. (List Trades) Demolition; Temporary Board --Up; Clean -Up . List major construction projects your organization has in -progress using format below: (Include as an attachment identified by item and sub --item). Please see "Jobs in Progress" Tab. Page 3 of 7 Name and Location of Project: Please See "JOBS IN PROCESS" Tab , Contract Amount: Percent Complete. - Pro 0 ect Completion Date: Owner Reference Contact with .Address and Telephone Nun-iber: Name Telephone Number Address Architect Reference Contact with Address and Telephone Number: Name Telephone Number Address 4. Total number and dollar ann aunt of contracts currently in progress: Number Two i 2 j $ 618,298.85 5. Largest contract currently in -process; 431,058.85 Anticipated date of completion: February 2010 6. List major construction projects your organization has completed in the last 5 years .with completion date and references. Other projects of particular significmice may also be listed. (Include as an attachment identified by item and sub -item) . Name and Location of Project-. � �.. _ ... ....._. ._ .. Please see "REFERENCES AND COMPLETED PROJECTS" Tab. . ... ...... Rage 4 of 7 Please See "REFERENCES AND COMPLETED PROJECTS" Tab. Contract Amount: Percent Complete: Project Completion Date: Owner Reference Contact with Address and Telephone Number: Name Telephone Number Address Architect Reference Contact with Address and Telephone Number. Name Telephone Number Address 7. List pending claims and/or litigation at tine of submitting Proposal. (Shoe project name, owner, owner's contact person with telephone number and. - summary explanation), NONE IV. SAFETY PROGRAM' 1. List your organization'sWorker's Compensation Experience Modification Rate (E�) for the last four gears, as obtained from your insurance agent. 2009 0.9100 2007 0.910 0 .......... .. 2008 o. 9 l o o 2006 0.8100 Page 5 of 2. Complete matrix for the past five years, as obtained from OSHA. N.200 f. . 2009 2008 2007 2006 ZOOS Number of injuries and illness 0 0 0 1 0 Number of last time accidents 0 0 0 0 0 Number of recordable eases 0 0 0 1 0 Number of fatalities 0 0 0 0 � 0 3, Are regular project safety meetings held for Field Supervisor(s)7 N Yes EJ No If yes, fi-equency: Weekly El Bi-monthly ❑ Monthly El As Deeded 4. Are project safety inspections conducted? LR Yes Cl No If yes, who performs inspection.? Project S11perintendent Hoer often? Daily Does organization have a written safety pregrain7 Yes El No If yes, provide a copy. It will become a compliatiae document upon contract award, 6. Does your organization have a safety o6entat" ion prograrn for nmr etnployees? Yes E) No For employees promoted to Field Supervisors? [Z Yes Q No If yes, does your Supervisor Safety Program include instructions on the following'. Yes No Safety work practices IX 11 Tool box safety meetings El First aid procedures E) Accident investigation Fire Protection El Newworker's orientation Page 6 of ' . QUALITY CONTROL L PROGRAM 1. Submit a complete quality control program which will become a compliance document upon contract award. 2. This plan should address all aspects of quality control including responsibility for surveillance work, acceptance, ,rejection, documentation and resolution of deficiencies, trend analysis and corrective action and interface with Owner's inspectors. V1. TRAME REFERENCES 1. Trade References (Additional references may be included as attached sheets). Organization- RDL supply . Agent Name of Contract: Accounts Payable Telephone No . ( 2 14 ) 6 3 0 - 3 9 6 5 Organization: C & G Electric, Inc. Agent: Dame ofContract: Brad carrell Tele hone No. (94 0 ) 566 -- 0711 Organization: TXI Agent-, .......-...�...� ,.. _.,... .....,._._._.. ...... ... , .........._... ....... ame of Contraet: Accounts Payable Telephone NUJ........(972 ) 647- 6700 Organization. Chatham/Worth Specialties Agent: Name of Contract: Ben Broam Telephone No. (9 7 2) 2 41- 2 3 31 P a ,e 7 of 7 COMPETITIVE SEALED P OPOSAL FOR CONSTRUCTION CONTRACT Proposal of Jones & Jeffery Construction company, Inc. (Hereinafter called "Bidder"), *a corporation, organized and existing under the laws of the State of Texas, TO- DBNTON CITY HALL STEEL WINDOWS CITY of DENTON, TEAS 76201 w- Gentlemen: . The undersigned, in compliance with.�our invita Lion for con3petitive sewed proposals for window Replacement for City Ha)] for the City of Denton., Denton, Texas, having exanidned the drawings and specifications with related doctunents and berg familiar Nvith all of the conditions surrounding the construction of the proposed work hereby proposes to ash all labor material, equjpaentr and supplies and to construct the work � accordance with the Contract Documents, within the time set forth herein, and at the price set forth below. These prices are to corer all expenses incurred in performing the work required under the Contract Doc ments of which this proposal is a part. AIDDEN]bA The Bidder further agrees, and acknowledges, the following Addenda have been received and that the entire contents thereof have been incorporated imto Ns Proposal: No. one (1 adated 9 / 2 5 / 0 9 No. Two (2) dated 9 / 3 0 / 0 9 �..t-" s"it TR•r•fr'T "*0"46"'M /�aJ •••�r�..��:-:., w.�+++� �-s.-++..MM+'Arr►wrw+-... -.-I +r-rnrfir•"iG sw l! U*WWl7F No. Three (3) , dated 10 / 15 / 0 9 No, -, dated 13A.SE BID Bidder agrees to perform aFI of the work described in the specifications and shown on the drawh-igs for the sure of ($ 274, 300. 00 Two hundred seventy our thousand three hundred dollars & 00/100-- *� A.LT MA'1E B FD I'.99 No. l ADD To BASE BID: Bidder agrees to perform all of the work described in the specifications and shown on the drawings for the sum of $157,480.00 One hundred fifty-seven thousand four hundred e i ht & 0 0 / 10 0 A UERMATj� BID ITEM ADD To BASE BID: Bidder agrees to perform all of the work described in thee speoif cations and shown on the drawings for the sum of ($ 10,751.00 09.09 PROPOSAL FORM - l DBNTON CITY HALL WINDOWS Ten thousand seven hundred fifty one dollars 00/100 -- -- - -- - -- -- - - -- -- - -- ** ALTERNATF BID ITEM -NO. 3 ADD To BASE BID: Bidder ag=s to,perform all of the work described in- tho specifications and shown on Lbe drawings for the sum of 24,220.00 Twenty four thousand two hundred twenty dollars & 0 0 / 10 0 -- - - - - - - - -- - A. Tf.4 RNATH BID lTl l'Rrf NO. 4 ADD To BASE BID: Bidder agrees to perform all of the work desGfibed in the specifications and shown on the drawings for die sum of $ . 71087.00 Seven thousand eighty seven dollars & 00/100--------------------------- ALTrERNATE BID ITEM NOJ. ADD To BASE BID: Bidder agrees to .periromi all of the work described in the spwificatiox s and shown on the drawings for the sum of $ 91 658. 00 Nine thousand six hundred fifty eight dollars & 0 0 / l 0 0 - - -- - - - - -- -- -- - ** Amount shall be shown in both words and figures. In case of discrepancy, the amount show in words wdl govern. CASHALLOWANCES Ile undersigned acknowledges the ix corporation of cash attowancm (excluding overhead and profit) into this proposal as .follows: Base Bid _--- $25�tOo0.00 TIME FOR C 'I'l N OR�ADAE,� �A. S The widersigned agrees to complete all tie work ready for the O vvmees neeptance, win 120 .... caIendvar s after notice to prom with the work is given by the owner� f lly reahzing that the contract will carry tigWdated - damages provision in the amount of Three Hundred Dollars ($300.00) per day. Alternate Bid Item X i The undersi ed agrees to complete all the work ready for the owner's acceptance withia 4 5 (add/ calendar days aft notice to proceod with the work is liven by the 0,"=r, redly �realizi�ng that the contract will terry liquidated damages provision fii the amount of Three Htuuked Dollars ($300.00) per day. Alternate Bid ftem. No. 2 The undersigned agrees to complete all the work ready for the Owner's accoptance wig 10 (add/duk* calends- days alter notice to proceed with the work is given by the Owner, fully realmng (liat the contract will Gamy 09-09 PROPOSAL, FORM - 2 DENTON CITY HALL w N OWs liquidated damages provision in the ana nt of Three Hundred Dollars ($300. 0 0) per day. ,A.ltertxate Bid Item No, 3 The undmigned agrees to complete all the Nvork ready for the Owner's acceptance Within 10 la d ft6M) calendar days air notice to proceed with the work is given b-y the Owner, fully realizing that the contract will carry liquidated damages parovision in the amount of Three Hundred Dollars ($300.00) per day. ternate Bid Item No. 4 The undersigned agrees to complete ail the work ready for the Owuer's acecptance within 0 (add delete) calendar days after nonce to proceed with the work is given by the Owner, fidly realizing that the contract will carry liquidated damages provision iu the amount of Three Hundred Dollars ($300.00) per day. &Iternote 13id Item No. 5 The undersigned agrees to complete A the work ready for the Owner's acceptance within 10 (adcl/iabm) calendar days air notice to proceed Nvaith the work is given by the Owner, Pully re�nli�ix�g that the contract will carry liquidated damages pzovision in the amount of Threo Hundred Dollars ($300.00) per day. DMI PRICES Should the Owner request changes m the work based on omit prices, the undersigned agrees that the follo►vmg =A prnws shall be the basi's for adjustment of Contract price for increases and/or decreases in the word. All unit pr ices shall be met and shalt include all charges for overhead, profit, labor, materials, bailing, shoring, removal, taxes, insurance, and all other charges of every nature, Unit prices listed below, unless otherwise defined.,, shall be for materials and work of the same type and duality as specified in the various applicable sections of the specification$: LKIT PRICa: For changing quantities ofwork nexus from those indicated by the contract drawings, upon written instructions from the Architect, the follo-wing Milt pi-im shall prevail: For Bidding Purposes allmv sin (6) hours to remove each steel window fraTne, Cost reconciliation shall be based ou the following Urlit paces. Do-i-etions Addificifts 1, Steel Window Fn me $ 31 .5 0 $ 4.2 .0 o per hour PERFORMANCEBOND 110% AND PA YIONIBONDf if is understood that bonds covering the faitfzful perfbrrnanee of the contract and payment of all obligations arising thcreurider, each performance Bond in the amount of 110% and each Payment Bond iu the amount of 1 00% of the contract amount, will be required by the Own 6r separately for each project. Premiums, for per-orrnance and payment bonds are included iln the proposal amounts quoted, BID GUARANTEE TEE A=mpanyingthis Proposal is a bid bond or Cashim's° Check made payable to the Owner for 5% of the total wnnount of the Base Proposal submittW herein. The bid bond will be returned to the Bidder, except that in the evot of the Ownees acceptance of this Proposal within. 60 days of the date hereof, the Bidder fails or refuses to execute and deliver the contract and required bonds wither 10 days air he has received notice ofacceptance ofhis bid. Jh this event the bond w1U become the property of the Owner because of failure of ` the Kidder to comply with specified 09-09 PROPOSAL FORS. - 3 DENTON CITY HALL WMO S STATU ALES 'SAX It is understood that this .Project is exempt front the State Sales Tax and the.propos al arnounts quoted herm doNOT include State of Te:�as Sales Tax. The bidder agrees that, ifa�varded a contract ho will segregate labor and material amounts in such a manner that a Tax Exemption on materials may be legally obtained for the Owner's benefit_ The undersigned .bidder futfher agrees to the following mnditrons: I . An incomplete Proposal or one having additional .information or other modifications inscribed thereon, may be cause for rejection ection of the entire Proposal. 2. That, if accepted by the 0'"mer, this Proposal bwomes a part ofthe contract documents upon the. sigr1ing' ofthe cc6ntract agrmment, and failing -to comply Frith anY paft of this Proposal will be taken as f adure ofthe Bidder to Comply with the contract documents and Will be J ust cause for rejection of the work. 3. That the Owner reserves the right to reject any or all bids and waive hiformalitics and in egWarities or to awcpt any bid considered advantageous to- hmm_ 4. That bo, the Bidder, will not Nvithdraw this Proposal for a .period of the sixty (60) days from the date hereof. (Seal if bid by Respwtfdly submitted, a corporation) . Jones & Jeffery Const. Co., Inc. Bidder 3801 E. McKinney _ Denton, Texas 76208 ,Address Authorized Officer President Title October 20, 2009 Date 09-09 PROPOSAL FORM w 4 DENTON CITY H,bl.! WINDOWS ORGANIZATIONAL CHART JONES & JEFFERY CONSTRUCTION COMPANY, Inc. 40t*01 3801 E. McKinney Denton, Texas 76208 (940) 382-3124 Fax: (940) 566-2176 E-Mail: jandjconst@charter.net PLANNING AND SCHEDULING • CONSTRUC'nON SCHEDULE Because of Bidding Process: We have not developed a construction schedule for proposal use, because initial scheduling efforts may be fairly broad in nature. The developed schedule will be formulated in concert with the various trades, major milestone dated, and delivery of major Equipment/Supplies A SCHEDULE WILL BE PRODUCED ONCE NEGOTIATIONS ARE UNDERWAY. • SUBMrFrAL CONTROL SCHEDULE The project schedule is developed so that we can monitor and control the shop drawing submissions and approval process and monitor actu4 delivery dates. The schedule provides the following information to the project team and subcontractors: v' It makes the trade subcontractors aware of the submittals that are required for approval and the anticipated delivery dates that must be met. This information allows for early commitments to be made by suppliers and manufacturers to ensure timely delivery. V It mares the architects aware of anticipated submittal dates and dates when approvals are required. It identifies long lead items and in certain instances, mandates pre -purchase to ensure timely delivery. JONES & JEFFERY CONSTRUCTION COMPANY,, Inc. 3801 E. McKinney Denton, Texas 76208 (940) 382-3124 Fax: (940) 566-2176 E-Mail: jandjconst@charter.net WuTH'-ODOLOGY / PROTECT APPROACH City of Denton Window Replacement for City Hall ➢ Review the owners GOALS AND PRIORITIES. Review the Owners overall PROJECT. ➢ Review the owners 'T`IME SCHEDULE. ➢ Develop an. OVERALL MANAGEMENT PLAIN of critical design and construction dates in order to accomplish the stated objective. ➢ Consult with the owner and Architect on means and methods of construction. ➢ Submit input to the owner and Architect relative to time control. ➢ 1 repa.re a critical data schedule. ➢ Discuss project with subcontractors and material suppliers to determine work loads, worke-thnechanic availability, etc. and to develop interest in the project, and fine tuning time schedule to provide best possible time to perfon n. work. ➢ Discuss project clean-up and maintenance with subcontractors in order to keep work traffic flowing; at a good pace in order to achieve our project goals and project schedule. ➢ Prepare a site use study to be used for allocation of space for storage, parking and temporary facilities. JONES & JEFFERY CONSTRUCTION COMPANY, Inc. 3801 E. McKinney Irr Denton, Texas 76208 (940) 382-3124 Fax: (940) 566-2176 E-Mail: jandjconst@charter.net CAPABILITIES Jones & Jeffery Construction Company's self performance capability enhances our capacity to control cost, schedule and quality, and through this expertise, deliver a better product to clients. Through 38 gears of experience performing work with our own forces, our project management personnel have constructability and operations expertise, uncommon in the construction industry today. Jones & Jeffery Construction Company's self -performance capabilities include, but not limited to: + Engineering and Layout + Excavation + Dirt work i Special. Excavation + Concrete Forming, Placing and Finishing + Reinforcing Steel Placement + Miscellaneous Steel Erection + Sealants 4 Drywall + Ceilings + wood Blocking + Installation of Doors, Frames and Hardware # Installation of Miscellaneous Specialties + Rough Carpentry 4 Finish Carpentry + General Labor ♦ Clean-up The work that is performed on the job by our own forces, changes with the market and scope of the project. whenever out company can perform certain functions that are more economical and efficient than subcontracting the work, we will execute the work ourselves. Subcontractors: Jones & Jeffery Construction seeks the most competitive and qualified local and state subcontractors and suppliers with the operational and financial capacity to successfully perform on each project Jones & Jeffery strives to maintain good communication and tear. work with all subcontractors to ensure success for all parties involved. JONES & JEFFERY CONSTRUCTION COMPANY, Inc. 3801 E. McKinney Denton, Texas 76208 (940) 382-3124 Fax: (940) 566-2176 E-Mail: jandjconst@charter.net JOBS IN PR,.OGRESS Pro `ect Owner Architect Briercli.ff Park Improvernents City of Denton Kin -ley I Io n 901-B Texas Street 2201 W Royal Lane Denton, Texas 76201 Irvin& Texas 75063 Tom Shaw John Fielder (940) 349-7100 (214) 420-5600 Contract Price $4311058.85 Pro' a ct owner Architect Renovations for Denton Central Bates AwMtects, Inc. Denton CAD Annex Appraisal District 1300 North Locust Remodel 3911 Morse Street Denton, Texas 76201 Denton, Texas 76208 Russell Bates Rudy Durum (940) 3 81-4881 Contract Price $187,240.00 Ll! C) Q Q © C) 00 CC) Q Q is M a�3 0 Z 0 cr) W J CL 2 0 C] to � Q LO C) C) o CN ti � N ti CY) t` C7 av C'r7 oD r r c.0 a 0o � M C�! 40 LO r CAI r W a z L) , Z z Z - - Q < CL L) vq, 0 L o m F- Ui Q J( _ ( ujIL C� � oLO �c� �'CU c '? W (D cn C) z r � Q7 — c U) 0 C `3 N � � C] (0 F- ` � lu cq G C6 00 cle)4C) r X CO -•- a) to CY7 p 0 X N � -i � oD z z W 0 �] Q CU C� X -- L6 CD as CS "C --- � + Cfl 0 Ca �- Cti o „ C0 + Z I-" (fl ❑ L- o pp C C u7 C U) LO ` IM C� C 0 v� LO `� C m ¢ Z C C� C,3 C3 u o� 9 vC> �� °© :.�-cc) tug, ° N o�, v ,�c v Q z CV ❑ ❑ Q.. Co ❑ ❑ ❑.. ❑ [l. r CD m❑ Q.. ❑ C� r ❑ W z LL W LL L1J moo) LL cn co It Ict W z3 D r v CU o C� r °� Cl) z 0 0) = N N ~ N ~ CC\j - 0 ~ N 0 N cam �U)� � ��ti �Nt� asp `�4t� Z 0 U 0 V3 C `''' C) to a� 0. ❑ CO a} � C'7 � C o Cf) w z 0 0 0 0 0 0 .6-0 M .6-1LL .0 o a3 LO0 C7 co.0 a� .0 = ' C� ( 'c: aD _C Od Ccu n a� ua v v c 0 a o �-- Q � � � � v � Cu o � 43 se 0- � C�� o� Z n =cn X 4� cn � Z U3 0 Z Q• W C � Z tea. �r� o �' v 1 o � Jo wC]X �o ac -� ,.. .0 C:)ay C] a '� Z 'C v 'C m p a) •C �L 0 M r U3 J = C) Z)❑ 0 ul =) J CL U L.L. W❑ 0) a r CL 00 LU C) iL CL a uu CL m 0 C) 0 4t Co 0) N C:) C:) C) C) cu (1) cu D ❑ W-�!: ~� o C) C) C) a ti C\l a o P-� L6 CV co m [fi o C'r3 d' C) Co d" r• r• r r- t- C) L Q a oQ 0) Cat LO C) i ca 00 rn L6 LO C6 N l4k OA a a C; Nt I#' CaD C�7 W LL � H z Now" W% w Z Q 0 a. � o LL o ri- x ' ..CLLO �` � ❑- o o r � � x (1) �C x v a3 0 I- ~� v oo~d- �. �LO �- cc CY) cu� z� z �0) o z� o z�, a z� to t3 .� N v o ov a N 0oc> a) o co oc)c' c o0°0 Z LUt] *_ G a3 L a �' .❑ ' �" CCU ;�'CF) m cCY)a ' -- o LL � ❑ Lo Q z D C� cl,��., (o m Q LO i Co m ` (�3 Im �.. to L) C.� 03 ,;,,, c [a r� cr o !1] #, r C) C ,_ a3 LO C .? o CU • ,�, .� ? C 03 CY) o .? o Ll? M o. o C a) Cr3 v )OM LLIo C Cna �M0 � ,v oaf Co C: o v CL❑.�=❑Cn v ��. a3 ��. •? r� a� C, =❑C� LUz 1L LW L6LLI LU LU Ll, Cl It o 0 It CIO a (n cu a C) tor ca C) o ca Cl C) o W �! .- r a) c-i � C� �-- a Co •- a Cn 8 C+rj �-• o aa) C� h- co N Cr] H o 8 C7 �-- o cu 8 � I C) 0 _� 2U)r` -�o� 0It� a�� a �� �o o�r� �a� oar` �a 0d-r` �c3 0Ntr�. �o 0Itr� v( r U) M �cc CO CU U o (, o f o� o N �� o a as ox �.a� Cz u, v o� (D a� o Cu �r v �x C� as ._ a1-- d o~�HaHa�oF-cF- o� a m o vv �� v (1) a m o Z� -oaa CY) T 4 -0 'C= a--+ r .2 .1-.1 'C� 4-j .c � 4—�a `c I�tm w .2 'c � r�4m 0 w i-a .C: 0 N LL j (D ❑C\lQ . cU Da_❑ a) Q3 ❑mcl a a3 DLL❑ . ❑a.❑ ..v DCL❑ DCL0 DCL❑ - 4- C6 °� C6 W f4 8 m � (D cu v Un a) F- n OD o v 1-�• �-a- � v� -�► od •-- �.- 3 0 0 `f (0 `t ca CU U CaL o a • u� `u) Cd ° .aG o � a.° CD (] Q > o �(9z �- va cucua °� n � ° a o 'y a3 � u) � o t� LU v t j �� n Q 12 m -� C C0 o a)W W E v r .(U L a) Q) C :a (U cu : •� �- �: �� U) U) > v o as Qa) C: J (D a o ❑cam❑ o0: M❑Cf 2m❑ o Cl) �z •v_ ma.= o C ❑� W o (DQ LO LO Q a a a � w a3 (1) ay cU ® z U) U U3 U3 U) z 0 H w a. 2 0 C� � o , � a a o � � � � c o 0) 00 w LO CY) (0 00 � (0 N w N T T- w CF) a w N N rn w LL z C) ►�"` L) z z < Q - 694- LL z C) v C7 o C.�U) x a3 a T- x v C a r- x W cn �Q - o 0)Mc0 v a -C C:cq �C(D o�� �cco �ts3 �� �000 005 �. z C.0 00 .SE~c� W co C) a7 LO ` a) Co� ov "'� z T- co .`�� a) E a) c N z m ® � x '� Q -Q x C '� = `- y- r- x v ��37 v) x �.. x a) ~ 4 x M C�3 Qy z Z Cfl }-�- OD W tt -- i� c� o 00 `'-' c c� � x l— 0❑ 00 c h-- w �' Qy c o F. az �t �` c c'r) .� x 1 - o c Cam.? �. � (1) a- C) /tea W � cr `°�- �i o a..L o � ! � [/�'] i./ c 'a u� (D © C ,�„ _ off] � }— � T- c C� � a c r 'E W a� c q j ��C33 .�. � �rU3.� .= v a) ca �r-❑❑� (D ❑CL❑ co �- c� .....r�1] :�' a o o t,.�m mom as ❑CL❑""7 Li i j LL. L1 LL CDW C:)C) U) LUr W r� ~ C=) m CD4 �-` rm as cry ~ C]vl- r- 0 x as co ~ CD z o N C] Co 'd"� 'II N L- F2 Co � c\l N co �� N a (D �tti C\l (D I,*--C� (1) C�! Cal `� C) CD `��t� z �_ coQ,. >--1 V)LNC] c� � CCi �a � �� Mm 0 c� us Z� (n -- a �o�o ~ o I 0� U) ��°� 0 o~ w m c 4- I-- o to L OI] u� 2 N o � v m a �0 � 2W C0 om W ' ?C] 0 �a `c +� Q� o� � ' ?p � 'c o o ❑a.❑ o o a3 �U-) o (D C�a�❑ o ❑�❑-�..� M a as U)-1 o (D c.�a3❑ . a) ❑a❑ -- x C o a o v E m a a -Q C: 0— 0 a) C: .0 ca z v o �; o L- a rn 6 t� �': t� w a- �:�� w L) c C oc CII)� W C o .� o c � C) c CL L 0, m2Z) >- <0 -)N i.i 0 a) C]] CL LO LO LO LO L0 LO W CC) C) CC) 0 Q a 75 a h . uu J a 2 a C.] o Cv v (N Q 00 LO � C\i r Ca 00 CC ) 00 D LO 0) N LO ao W GC � H z U %ElmLu Z a 0. a U LL a a z o o a o x �- �• �...., a) C a C a r� (0 1-• 0 ,�,, 0 ® C] 1- p a3 N t — 0 a) CO t = Q F- .c a C� a) c [V C M a? a) t - C'�3 Qy ,CCq Z Z ui ` J }-- v ` J �. � x }.-R a €� F- C m x �- a u7 Fes- Q T moo d �00 —•`�- 0 .�N(� ❑� ., �zt o �� a �Z �[�� �Z CmCY ,a) a= �.m �n ,�. �.—ra 14, co c�Lo Cl) C3 a) � aD o as a 4-0 os Q C rn � a3 }, . D n a oa � ..,� C �, ,,._,a C�� .Cc C ?p C �a,r c.na �p C 2a > W ci co re) a� r� m cv d- .;.M; C] a) 5 C� v a C: mr❑�� C❑�--❑�`..Z�U..}- ❑o..❑❑m-u w LL W LL Ll. ra Nf C) aIt a .� r r r OD a] m a3 CIO c-- as Cr7 LJ C a a f- a 1— a Cl 1— a ra( Ica( �� -�o(D a Qy ) Q oar Doti ti oIt� a :3 C M r-- (,a C8 :2 v N� M N CIONCf) (1) U) 0 L!J C C 46 C ` 0❑ C ��. m e 4E Z +- - a3 c c - 0 C 0 C a m .> 0 v W a3 a) o (U �C a3 .� a3 C a) (4 - - Cl) •[a C3} � C Cl. L CL se 0 C cu `� d, •LO a to Q) C C -� 4 �" L13 -w C) m C) W U) ---i C a a 4, 0 Cm] cn C Cam] 0L 0 i E a w Q 0 0,� �� RS < > a3 0. ❑❑ 00 W CR aW W❑ w 0 0 0 0 C] o C7 I L I i L I I a a � a) 0 ❑ (J) LL ;2: ❑ Z Z 0 P w .j CL 0 U C) C) 0) 00 v 0 Q C) � � � M � 00 Ce) o LO co Ce) CY) LO C3} `C - r W ©C ©o. Li H z U MEMO L H ZZ Z (L2 U V> c 00 U LL C) C)cu 0 U) o 0 W x �;' T- xtwo � k -- a C)� C) C) ❑ (o C)° co �] F N a� � N � C N N � I'*— .moo wv� cfl °cQ 0) CID C0 (C)�o (0 ..... ui C•. r` d- ° © U3 Y) ° '� n Cn cn '� Q -� cn ° C) � 00 CL Zcu � �.C) C o0. 00 c ° It Z� z ® W x}� °u7 a xk UJF- a ' a ? •�(� Z Qy M 43t` ~ ,�.., C° " [� C ❑ �' mot- CU 00 ❑ ce)}-- C ,� v C'7 0 CU C� mv°L) -� '"'�°� ��o °^ p� Q❑a.❑�� U❑❑ Cyr-❑� L3a�❑r[0 o..❑ W z LL LU LL LL �acu 0 L W xLLI CIO CO 0 �x vvF- vU ,�- v� � vx�- Ems--Eti xh-� CF z ° �Q ° T° 0Q0 C CL C C C C C) >� 0:D C.) ❑ C�❑ Urn❑ Urn❑ ��-❑��' ❑�❑� c: c v 3 0 00 10 M 4-0: > U C 07 ° viaC: � 0 ° a' �' — �- u� ° ❑ -D 0 C .�� E ° " Cf) LL ° t) O ° a)E U ° _0< 0) p c C C N c 0 Ea W Ca n �>1 c m-0 �n�❑� Lv vca v v �t�.� Cry ❑ 0 0 0 (D < (/) rn 0 to CL W v a v a a ® 0 Q LL. z 0 W ..J CL 0 C] C) C) a a o a a a Q o LO r`. 06 CF) t-� cr) o cY N a 4 CF) LC5 � C) LO oo L6 C) 00 C\ t� W C3 0. W% Uj Z Z 0. m 0 U U:)- ()9- 609- 00 C) � L3 LL C) a Z CA o C n F- a. 71- C) 0 a a Ce) i— ® Irl- C) c� � C] Ii= o>C N '�r�N `CvCQ a C ` L� IL E� U Q 0 z o w z_a cn C0 cl Z V w.. p� N o � .0~ ax3 o C� � 'o~ o M a3 '0 C v � i-- `a o2 C) o~ � �Z v co o �m 0 ° W Q.Ci Q C] "�' �C C: v �� 0 W o ' r- c QC� C37 to >" w E 0 a3 ram- ❑ ❑ ❑ N ❑ a- ❑ J � > r Q ui LL LU N � n a U] o �j LLLr M uaa I m cn o (a o .� 1JJ w C� ��� 00 ,?� cu x o C r- 00 o X ..�. (u� ~ ❑ �� �- C) N mac 1--- n N V-C3a a a N a r`' a N a L [� co x r d' o Q c .d Zr �LC [] o~ .� Zr cm ply LO C: ~ �' a g,,= C] �" A3 o U} ❑.. a} -D �, t[7 0) o a) 'r-` .� r M CO o Co � LL N 4-. t-.. � Cr3 o Ce � L L CV 0 .` �, C\l � � N a? !` .0 C N � � Q �! °o I-L ► o a_ N ❑ � .. M W ) cD �❑ .2�-�co u) o _j co -a LO v 7 m oLo >Q c 4 c cr-' o Lu c) C:o cn o ZZ )CV V�7 p t. 0 M 0 . � a3 ([S '' N (U p 't (1) or) a3 = 0 F-" C-4 L � ce) ❑ .� ❑ a- ❑ �.. ❑ _ % c) 0 m � ❑ N ❑ C) Q 0 .0 Co CIO as ca o oa a -0 0 a� a. c o c: C:CIO .0 CIOLU w u- �. v L' s v '� va .� o.. - v c� z ,,� 0 o a) -Q .0 '2: c t� I. F ca z m w� CD 0 CIO 0 m LLI � C) t-• C] A C] r-- C) r C) t- C7 fl U C) N U ❑ ❑ Z ❑ ❑0 Z 0 F w ..j a. 0 U C) Cam] C) �C] (D , 0 M C 7 . Q 00 � aU r- r C7 LO cY7 C) ce)U') (C Q LO C%4 - N C\j CAI CA C\I W U CSC . , IL U 1— z U p� Z Z Z CL vv U LL 0 C) ' .- W CL �._. (1) to o T-�- v co > It FM C) i-- c3 �C]� Cl C❑ U C) '� 0C\l C.0 0 �C>0 ooti 'C C) �C7co � ter` C oa V) ,� .�.� .~� U 0 U> 00 Z _v,Cr` C Rl? co �- U o.� c � Z� 0� v �-� ma3 XZ- cu 4r 0�v cam Ewa T ,.'�1-- ( Cj)� "o o- w cn � a a� Q Z ce)v. � v m C a _ o C>C.—d � (D -c C . A3 4] L LL LL W W � 0 � � tli W W _ cu x �; = j 00 ca x r a� c C7 (0 -� (D ti � A_-C) (D ❑ C7 0 C C LO o Z �-- C'7 C CD r-L co C7 -he w o C) Z r- coM" 0) m V-- m _ C3 L N a) �,..- �r- yC (Q C'r3 oM v.Cn C t� -q (D N 4.- r- Co o� � ocv r- �� (D o w a� � F- Cap ❑ �t �- � LO o c4 c� � -- w -- L .. � 0 0 N c4 cn � 0 0 W... Z ,c? t+ry o W v 1-- 00 C u� a� 0 cn C C 0 Z 0 �. v a `m a� � .-. m C Z 4-1 , �... C .sir o 43 0 � 0 C� ,��, C c13 C a C� C) 0] ce) CU o C U o � o C�� C o 5 x❑ C � W o _ = U) '0 C 0 5 iL � 0 v Cj `4 o v o C a) W U c] ►2 0- �' m v U ❑ 0 ¢ -0 0v C v �tr v� ❑ o- ca L CU 0 .c 4 -S m 0 o N Q C Z 0 0 J ❑ �' a. .0 wLL mil% C]2Z cc =LL C37 0 W a � o oC) a Cl QCL ® Q Z � U) � LL LL. z 0 w J - CL 2 0 U ■ o Q 1 a RR a o Ci C ; � 4 C7 1 L � co w OD >•. r w CD 1+ C e) r� '�` Cr] Cr] C \l C\i W r CL U � z U rr� yn Z Z z 0 mW 00 ULL. oW CL d` D � 6 C r N � 'd � C "' N U r C N CA U) N ... C.Q t C'D V) mot• I,--Ui - (C) ~ C C co 4� 00 X V]a 00 co co ® U o ou -0 o C a o � D ruCcn oy- CooNZ a m mo��p m M M Uz I C cn � a 0c W U 3: C Cv F-- a:] m�0�°' °)a:0 i-- mV--0 ... mM0�� WArowl U. W LL a llqt LL (!) W C) 0)to v a� cn cu uj z a C* v Cti .� a N Cu a� v N 0 't r` C 't r` v z cl U) OD co c (n CL (D cn -C Cl U) C 0 a r~ U) 'Mr --C C COI� `'0 Q3 �! xh� o w �,(a ° Fa- 0) � o w N CORD' 0) ° can � a � ° � I-- � � � >m o o^ �� v� o �m oz `(5 a o •C Q N d w Ci v m ZIN o ■E_ CL ❑ -- �-- CL ❑ Q 0 C3 Z Q3 CL ❑ -Z C) CN ❑ N w cU co 0- v o o Q_ E l,L. cn ■^ �. C) 0� •o l- � o .,.,.. v U � � Cn � m �Hm c v t U m 1 a 0 C) CL Q cu C] W � � � M 0) Q U }' 0 U ® U) ❑ ■`7 ❑ z 0 W ,J CL m 0 C.� r C4 f` CD C) OD C7 C7 s � s C) ■ C) s (.09 ■ 'd- r C7 co llqt N r Cn N r OQ OD CID u7 OD 0 C') N LJ r U w 6 z Z L H C Z < Z CL L) try 00 0 Z LL . C) 0 W • Cfl uj a (.0-E ■MCNU❑�❑� CC) •U C CCU C) p U) Q CSJ C) M C) q C) G �L m ~ N Cl) OD .J .c M N -N X U �,.,. cu X 0" 0 (D � M r- t11 - 4 � �• D > rQ cle7 H Z� Lo 0 (,0` 0(0 U) E= (Y) (,)©� C,� v� C o� CC7 C�a) Q� C_� ���� tfl�Cl` a� EoD CC7 cy) Irl- W z !L W L 2 W C] C] co (0 C) r C) 0 ' C Cfl L LCa [� CCU C 5 Co [` V � [o ti ❑ C M Cj ❑ D to m '0 m e , u-' u� a C) N �j o C W z E0_ c cu v L. m U) 0) =Z cc° � cZ c� � Q� 6-4 r +° � p C Q Op (1) pp C ` p M 4-0 j� C p C � (D CY) W � 4-1 0 C p C 43 Ce3 () py 0 Cl)N❑ Lte 1`U3 0 LL -C D C� C 0 N OC: 0) .0 U C p Ei) m -C L- CD 0 C -4-j LL ' U ..,.. ma- C °� �L- ■ate �° C m � - 0 CL C 01 C p) tU (D t3 d .0 .� � o -v m Lu v C) o ° .._. 0 W � R6 0) m C o z a M (D.M z C � < U] d i-- LL CL . d J C3] 46 0) CL JONES & JEFFERY CONSTRUCTION COMPANY, Inc. 3801 E. McKinney Denton, Texas 76208 (940) 382-3124 Fax: (940) 566-2176 E-Mail: jandjconst@charter.net SAFETY PROGRAM Safety Management at Jones & Jeffery Construction Is treated very seriously. It is the intention of Jones & Jeffery Construction to operate as safely as possible in all aspects of its various projects. The Company has implemented a comprehensive Safety Prograrn on all construction sites in order to provide employees and subcontractors an environment as safe as possible. The goals of this safety program are: ✓ To promote the well-being of employees To provide a safe workplace ✓ To provide safe tools and equipment ✓ To identify dangers of construction employment ✓ To provide Yeasonable instruction' and employee training To enforce safety rules As an overview of the Safety Management Program at Jones &Jeffery Construction Co., Inc., we have implemented the following: ,vl Committed to 100% voluntary compliance with OSHA v' Require Drug Testing of all employees Implementation of Hazard Communication Program v' Implementation of Assured Equipment Grounding Program s/ Require weekly jobsite safety iaeetings Out present Experience Modifier Rate (ENM) for the last four pears is: 2006 0.8100 2007 0.9100 2008 0.9100 2009 0.9100 We will furnish a complete safety manual to become a compliance document upon contract award. JONES & JEFFERY CONSTRUCTION COMPANY, Inc. 3801 E. McKinney Denton, Texas 76208 (940) 382-3124 Fax: (940) 566-2176 E-Mail: jandjconst@charter.net QUALITY CONTR-OL PROGRAM Prior to the start of work under each separate specification, and or project, a tweeting will. be held between. Jones & Jeffery Construction Company, Inc., Quality Control Manager and representatives of the Subcontractors. This meeting will review the following: A. Contract requirements B. Shop drawings & submittals C. Availability of required materials and equipment D. Contractor's quality control inspections & test E. F ' ' 'ty and proficiency of subcontractor's work force to perform the operation to required worknanship standards Daily checks shall be performed to assure continuing compliance. All deficiencies will be corrected prior to the start of additional features of work, which may be affected by the deficient work. Pre -final acceptance inspection. when the work is completed, Jones & Jeffery Construction Co., Inc. shall snake a written request for pre -final. inspection. Jones r Jeffery Construction. Co., Inc. will prepare a list of deficient or incomplete items (punch list) discovered during the inspection. Following correction of the deficient or incomplete iteins and notification by Jones & Jeffery Constmction Co., Inc., the owner's representatives will conduct the final acceptance inspection. Quality Control is the verification that the work meets the standards established by the contract documents. This will be achieved by Jones & Jeffery Construction., the City of Denton inspectors and the Project Architect working together, (Partnering) . r ACC)R0 CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDYYY) /Y 2 1v 2010 PRODUCER (940) 3 82 - 96 91 FAX: (940) 243 --1050 Ramey & Ming Insurance Assoc. 510 North I - 3 5 E Denton TX 76205 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE s NAIC # INSURED Jones & 3801 E. Denton / Jeffery Construction Co.Inc C McKinney ' TX 76208 INSURER A: America First Insurance . Texas Mutual Ins. Co.TXMUT INSURER B. _ INSURER C: - INSURER D: INSURER E: I COVERAGES 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 OfSUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR NSRD' TYPE OF INSU WCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDD POLICY EXPIRATION DATE MM/DDIYY r--- LIMITS GENERAL LIABILITY € EACH OCCURRENCE $ 1, 0 0 0 ■ 0 Q 0 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR i8 6 3 9 4 7 9 4/ 5/ 2 0 0 9 4/ 5/ 2 010 DAMAGE DAMAGE TO RENTED Ea occurrence $ 10 0 ■ 0 0 0 MED EXP (Any one person) $ 51000 PERSONAL & ADV INJURY -- $ 11000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG 2,000,000 X POLICYF-1 PE LOC _$ A AUTOMOBILE LIABILITY ANY AUTO�� ALL OWNED AUTOS SCHEDULED AUTOS 8651331 f 5/1/2009 1 5/1/2010 I COMBINED SINGLE LIMIT (Ea accident BODILY INJURY (Per person) $ 11000,00 Q $ --- - BODILY INJURY (Per accident - _........... . -- - $ HIRED AUTOS NON -OWNED AUTOS 1 PROPERTY DAMAGE (Per accident) $ ----- ................. GARAGE LIABILITY I AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC ANY AUTO i $ $ AUTO ONLY: AGG EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE $ I, Q 0 0, 0 0 0 41 OCCUR FICLAIMS MADE i l AGGREGATE $ 1■ o 0 o, o o o t $ $ A DEDUCTIBLE :8639679 RETENTION $ 10, 0 0 0i 4/5/2009 4/5/2010 ! $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatary In NH) S P 0 Q 1218 6 2 01 i 3/ 14 / 2 0 0 9 3/ 14 / 2 010 X TWORY TC MITS ATUER r I R - E.L. EACH ACCIDENT �^ - $ 5 0 0 , 0 0 0 E.L. DISEASE - EA EMPLOYE $ 500,000 If yes, describe under SPECIAL PROVISIONS below _��___..__m_� -._.-- E.L. DISEASE - POLICY LIMIT , $ 500,000 OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS Re: Window Replacement Project. City of Denton, it's Officials, Agents, Employees and Volunteers are named as additional insured with respects to Gene 'ty and Auto Liability as required by written contras *10 days notice of cancellation for non-payment of premium CERTIFICATE HOLDER CANCELLATION Tom.Shaw@cityofdenton.com City of Denton, its Cf f icier Agents, Employees and Volunteers 901-B Texas St. Denton, TX 76201 SHOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE IRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL*30 iAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO ❑O SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Jeff King/JCH - ACORD 25 (2009101) Q 1988-2009 ACORD CORPORATION. All rights reserved. INS025 (200901) The ACORD name and logo are registered marks of ACORD [Ii�ill�7if_\��� If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements), DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurers), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon, AGORD 25 (2009/01) NS025 (200901)