Loading...
HomeMy WebLinkAbout2009-172ORDINANCE NO. 172 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF BRIERCLIFF PARK IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID 4311-AWARDED TO THE LOWEST RESPONSIBLE BIDDER MEETING SPECIFICATION, JONES AND JEFFERY CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $431)058.85). 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: BID NUMBER CONTRACTOR AMOUNT 4311 Jones and Jeffery Construction Company, Inc. $431,058.85 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. dt PASSED AND APPROVED this the / — day of 32009. MARK A. 13� GHS, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY BY: 3-ORD 4311 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 4th day of August A.D., 2009, by and between City of Denton of the County of Denton and State of Texas, acting through George C. Campbell thereunto duly authorized so to do, hereinafter termed "OWNER," and Jones and Jeffery Construction Company Inc 3801 E. McKinney Street Denton, TX 76208 of the City of Denton, County of Denton and State of Texas, hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid # 4311- Briercliff Park Improvements in the amount of $431,058.85 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal 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: Kimley — Horn and Associates Inc. all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-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 v 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 50 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 t n IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: APPROVED AS TO FORM: �9. CA-4 City of Denton O BY: (SEAL) E :• u MAILING ADDRESS A 40) Bex-- 31 PHONE NUMBER b 4o) FAX NUMBER BY:. Tteside4 TITLE ICobe4 W. Jones, ol� PRINTED NAME (SEAL) `3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Jones and Jeffery Construction Company, Inc. whose address is 3801 E. McKinney Denton,' TX 76208 hereinafter called Principal, and a corporation organized and existing under the laws of the State of , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of Four Hundred Thirty One Thousand Fifty Eight and 85/100 DOLLARS ($431,058.85) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2009-172 with the City of Denton, the Owner, dated the 4th day of August A.D. 2009, for Bid # 4311 Briercliff Park Improvements. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) years from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. Him PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no 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., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the .Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, 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 delivered 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. IN WITNESS WHEREOF, this instrument is executed in four copies, each one of which shall be deemed an original, this the day.of , ATTEST: PRINCIPAL BY: SECRETARY ATTEST: BY: PRESIDENT SURETY BY: ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: STREET ADDRESS: (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name) .m PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Jones and Jeffery Construction Company, Inc. whose address is 3801 E. McKinney Street Denton, T X 76208, hereinafter called Principal, and , a corporation organized and existing under the laws of the State of , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of Four Hundred Thirty One Thousand Fifty Eight and 85/100 DOLLARS ($431,058.85) in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2009-172 with the City of Denton, the Owner, dated the . 4th day of August A.D. 2009., for Bid 4311 Briercliff Park Improvements. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no 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., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, 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 delivered and on whom service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each one of which shall be deemed an original, this the day of , ATTEST: BY: SECRETARY ATTEST: BY: PRINCIPAL BY: PRESIDENT SURETY BY: ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: a.ra STREET ADDRESS: (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) 3 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: • 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 whom claim is made or suit is brought. The inclusion of more than one insured. shall not operate to increase the insurer's limit of liability. • Cancellation: The City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before 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 lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by.this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. Cl- 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 $1,000,000.00shall 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. • 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. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000.00 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 conjunction 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 [X] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for 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). [ J 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. [ ] 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. [ ] 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. Cl- 13 ATTACHMENT 1 [X] 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, TWCC-82, 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 project - includes the time from the beginning of the work on the project until the contractor's/person'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: Cl - 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 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; Cl- 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. Cl - 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. 1491, 80th 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. 1 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 or inaccurate.) ffName 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? 0 Yes E:1 No B. Is 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 F--] No 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 10 percent or more? EJ Yes E:] No D. Describe each affiliation or business relationship. 4 Signature of person doing business with the governmental entity Date Adopted 06292007 CIQ - 1 Project Name: Briercliff Park Improvements Working Days 120 Bid No. 4 311 BID TABULATION SHEET P.O. No. ttem Spec. Name of Pay Item with Est. Unit Bid Amount No. Item Unit Price in Words Quantity Unit Price Bid 1 H.33 FPaa (30 spa ft Lot eight thousand seven 13.500 SF hundred twenty five dollars and 00 cents perunt $ 4.35 $ 58, 725.00 2 DET. 6/L11 Playground Access Ramp 2 EA Two hundred ninety dollars and 00 cents per unit $ 295. 0 0 $ 590.00 3 H.36 PI round Boer Fi��teen thousand five 450 LF -hundred seventy dollars and 00 carps per unit $ 34.60 $ 15,570.00 4 H.37 ft"f eeR thousand f ive hundred .6.500 SF twenty dollars and 00 cents per unit $ 2. 0 8 $ 13,520.00 5 H.38 Multi -Use hurt w/Goals Forty five thousand nine hundred forty eight dollars and 1 LS $ 45,948.0 45,948.00 00 cents per unit 8 H.39 Pavilion Thirty six thousand four 1 LS dollars and 00 cents per unit $ 36, 435. $i 36, 435. 00 7 H.40 Benches Three thousand one hundred 5 EA forty fiye dollars and 00 cents per unit $ 629. 0 0 $ 3,145.00 8 H.41 Trashfthousanoneehundred 4EA sixtydollars and I 00 cents per unit $ 540.25 $ 2,161.00 9 H.42 Picnic Tables under Pavilion 7 EA Five thousand eighty seven dollarsand 85 100 cents perunit $ 726. 85 $ 5,087.85 10 H.43 ADA Picnic Tables under Pavilion 1 E4 Eight hundred fifty six dollars and 50/100 cents per unit $ 428.25 $ 856.50 11 H.44 Picnic.Tables wl Con rote Pad Two thousand one hundred 2 EA forty one dollars and 00 cents per unit $ 1, 0 7 0. 5$ 2,141.00 12 H.45 ADA Pic Nc Tables Yi j/Concrete Pad Two thousand ' one hundred 2 E4 Ifourteen dollars and cents per unit 100 $ 1, 057. 0 2,114.001 0 Project Name: Briarcliff Park Improvements Working Days 120 BID TABULATION SHEET Bid No. 4311 P.O. No. Item No. Spec. Item Name of Pay Item with Unit Price In Words Est QuantitylUnit Unit Bid Price Amount Bid 13 H.46 Grill w/ Foundation 1 EA Three hundred eighty six dollars and 00 cents per unit $ 3 8 6. 0 0 $ 386.0 14 H.47 Backstop 1 EA Five thousand five dollars and 00 cents perunit $ 5, 005 . 0 5, 005. 0 15 H-48 FourGAiousand six hundred 2 EA eight doliarsand 00 cents perunit $ 2, 304. 0 $ 4,608.0( 16 H. 60 Bike hack 1 Five hundred forteen dollars and no cents per unit $ 514 . 0 0 514.00 17 H.49 5" , rete Sid walk FSy eight thousand 16,350 forty two dollars and J'SF 00 cents per unit $ 3 .5 5 Is S8,042.50 18 H.50 8' Vnyl Coated Chain Link Fence Ten thousand five hundred 400 LF sixty four dollars and 1 00 cents per unit $ 26.41 $ 10,564.00 19 H.51 Grading and Site Preparation Thirty six thousand eight 1 hundred ninpty dollars and $ 36,890 $ 36,890.00 00 cents r unit 20 H.52 ,e Lan¢sgpsar�dolrurirgat!no1 ant eight Th L h 1 LS re dollars and 00 cents per unit $ 34, 842 $ 34, 892.00 21 H.54 Drainage Structures Three thousand nine hundred twenty seven dollars and gHE $ 3, 927. 00 $, 3, 9 2 7. 00 00 cents r unit 22 H.55 g�° OeVenteen �iousand one hundred 1 LS ninety fivp dollars and 00 cents per unit $ 17, 195. 0 17, 195. 0 0 23 SC-2 H.56 �WPPP rtd Erosi Control Six t�tousan� thirtv five dollars and 1 LS 00 cents perunit $6,035.011 $6, 035. 00 24 H.57 Site tgeen�thouusand seven 1 LS hundred fnrfy two dollars and cents per unit 00 $ 16, 742.0 16, 742 . 00 -0; Project Name: Brlercliff Park Improvements Working Days. 120 Bid No. 4311 BID TABULATION SHEET P.O. No. Item Spec. Name of Pay Item with Est. Unit Bid Amount No. Item Unit Price in Words Quantity Unit Price Bid 25 H.58 Paved Ramp For Universal Access 1 LS Seven hundred fifty dollars and 00 cents per unit $ 750.00 $ 750.00 26 H.59 1B-Inch Gravity Stone Wag Five thousand one hundred 1 LS Sixty five dollars and 00 cents per unit $ 5, 165. 00 $ 5,165.00 27 SC-1 Trench Safety 1 LS Seven hundred ninety dollars and 00 cents perunit $ 790.00 $ 790.00 28 SC-3 Project Sign 1 LS Two hundred fifty dollars and 00 cents per unit $ 250.00 $ 250.00 29 SC-3 Contractors Warranties, Bonds and Understandings Nine thousand eight hundred 1 LS dollars and 00 cents per unit $ 13, 010. 0 13,010.00 30 Testing Allowance By Alpha Testing, Inc. 1 LS Twenty thousand dollars and 00 cents per unit $ 20,000.00 $ 20,000.00 31 Contingency Allowance 1 LS Ten thousand dollars and 00 cents perunt $ 10,000.00 $ 10,000.00 Base Bid TOTAL BID For All Items S 431,058.85 Project Name: Briercliff Park Improvements Working Days 120 Bid No. 4 311 BID TABULATION SHEET P.O. No. Item Spec. Name of Pay Item with Est Unit Bid Amount No. item Unit Price in Words lQuenfildUniti Price Bid Add Alternate Bid Items 1 H.61 Monument Slgn Eight thousand two hundred 1 LS dollars and 00 cents per unit $ 8, 250. 00 $ 8, 250 . 00 2 H.62 Stone Columns at Pavilion 1 LS Six thousand nine hundred dollars and 00 cents per unit $ 6.. 920. ON 6, 920. 00 Add Alternates TOTAL BID For All Items $ 15,170.00 TOTAL BASE BID PRICE IN WORDS Four hundred thirty one thousand fifty eight & 85/100-----------------------Dollars TOTAL ADD ALTERNATE BID PRICE IN WORDS Fifteen thousand one hundred seventy & 00/100---------------------Dollars In the event of the award of a contract to the undersigned, the undersigned will famish a f!q performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all Iawfui claims for labor performed and materials furnished in the fulfillment of the contract It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. Ed The undersigned certifies that the bid prices contained in this proposal have been carefully fluchecked and are submitted as correct and final. Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions. The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affirms that they are duly authorized to execute this contract. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section I etet seg., and which arise 'under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq. I P - 7 0. i .. r- Eli Receipt is hereby acknowledged of the following addenda to the plans and specifications: Addendum No. l dated June 16, 2009 Received June 17, 2009 Addendum No. 2 dated June 22, 2009 Received June 2 2, 2009 Addendum No. 3 dated Received Addendum No. 4 dated Received Addendum No. 5 dated Received Jones & Jeffery Construction Company, Inc. CMITRACTOR 'Ro ert W. Jones U Presi nt 3801 E. McKinney Street Address Denton, Texas 76208 City and State Seal & Authorization (If a Corporation) (940) 382-3124 Telephone P - 8 wr i Effective December 1'. 2003 PROJECT NO. Bid # 4311 CONTRACT TYPE PAYMENT BOND THE STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: Bond # 4375416 That Jones and Jeffery Construction Company, Inc of the City of Denton County of Denton , and the Statc of Texas as principal, and SureTec Insuance Company ✓ authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto The City of Denton, OWNER, in the penal sum of *'* dollars 3) aT0588� $ ✓ payment whereof, the � .� for the P y said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 4th day of August 20 09 for Bid # 4311 Briercliff Park Improvements to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor *** Four Hundred Thirty One Thousand Fifty Eight and 85/100 T PAYMENT BOND in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Page 2 of 3 J PAYMENT BOND IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 31st day of August 2009 PRRNcIPAL BY: - TITLE:1�1. � ADDRESS: �360 i E . Nth i,: A,, (SEAL) ^N SureTec Insuance Company SURETY BY: TITLE: ADDRESS: 5741 Legacy Drive, Suite 210 Plano, TX 75024 The name and address of the Resident Agent of Surety is: Ramey & King Insurance 510 N 1-35 E, Denton, Texas 76205 Page 3 of 3 (SEAL) A,_ p POA n: 4221256 . SureTec Insurance Company LIMITED POWER OF ATTORNEY = Know All Men -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 make, constitute -and appoint Jeffrey P: King'4 ecky 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 includewaivers to the conditions of contracts -and consents of surety, providing the bond penalty does not exceed One Million Five Hundred Thousand and no/l00 Dollars (S 1,500,000.00) ✓ and to bind the Company thereby as fully 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 ratifying and confirming -all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force. until 12/31/09 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 Attomev(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -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 he 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-2e 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. s�aar�� VKig, URANCE COMPANY q By, 1 W W 1 a€ e tState of Texas ss:- County of Harris d� On this 20th day of June, A.D. 2005 before me personally came B.J. King, to me known, who, being by me duly swom, 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 the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board;of Direciors,ofsaid Company; and that he signed his name thereto by like order. = Michelle Denny <Z1 Notimy Publio \ f _ - _ * ®• State of Taxes PA{► fommh,ltxttrss Michelle Denny, Notary Pu lic August 27, 2008 My commission expires August 27,1008 W .BrentzBeat':, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of aiPower of Attomey, 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 under my hand and the seal of said Company at Houston, Texas this a, It, 20, A.D. nt Sec tary . . v 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 5:00 pm CST. i Effecth,c December 1'. zoos PROJECT NO. Bid # 4311 CONTRACT TYPE Bond # 4375416 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DENTON § of Denton County, Texas, hereinafter called Principal and SureTec Insuance Company ✓ 5741 Legacy Drive, Suite 210, Plano, TX 75024 a Corporation organized under the laws of the State of Texas and authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Denton, Texas, a Municipal Corporation, in Denton County, Texas, hereinafter called "City" in the penal sum of (S 431,058.85 ✓ ) dollars, lawful money of the United States, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, and firmly by these presents: THE Condition of this Obligation is such that: WHEREAS, the Principal entered into a certain contract with Owner, dated the 4th day of August , 20 09✓in the proper performance of which the City of Denton, Texas, has an interest, a copy of which is hereto attached and made a part hereof, for the construction of: Bid # 4311 Briercliff Park Improvements ✓ Four Hundred Thirty One Thousand Fifty Eight and 85/100 ✓ Page] of 3 r.. PERFORMANCE BOND NOW, THEREFORE, if the Principal shall well, truly, and faithfully cause to be performed and fulfilled all of the undertakings, covenants, terms, conditions, and agreements of said Contract in accordance with the Plans, Specifications, and Contract Documents during the original term thereof, and any extension thereof which may be granted, with or without notice to the surety, and during the life of any guaranty required under the Contract, which is incorporated, as if written word for word herein, and shall also well and truly cause to be performed and fulfilled all the covenants, terms and conditions and agreements of any and all authorized modifications of said Contract that may hereafter be made including, without limitation, to remedy and pay for any defects in material and workmanship or damage to other work or facilities which shall appear within two ,ears from the date of final completion notice of which modifications to the surety being hereby waived; then this obligation shall be void; otherwise to remain in full force and effect. County. PROVIDED, further, that if any legal action be filed on this bond, venue shall lie in Denton AND, that said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder. Page 2 of 3 PERFORMANCE BOND IN WITNESS WHEREOF, this instrument is executed in triplicate, each one of which shall be deemed an original, this the 31 st day of August , 20 09 `1� PRINCIPAL SURETY SureTec Insuance Company / � BY: BY0-Yy -FACT 1 , t4 _ AT LEST: C ; - -J 1✓ SECRE AR NOTE: POWER OF ATTORNEY OF SURETY MUST BE ATTACHED. DATE OF BOND MUST NOT BE PRIOR TO DATE OF CONTRACT DATE OF POWER OF ATTORNEY. CERTIFICATION MUST NOT BE PRIOR TO DATE OF CONTRACTOR BOND. Page 3 of 3 POA a: 4221256 SurcT'ec Insurance Company Y.LM TED POWER OF ATTORNEY Know AU Alen by These Presentsi 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 -make, constitute and appoint Jeffrey P. King, Becky McKnight, James E. King of Denton , Texas its true and lawful Attomey(s)-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 (S1,500,000.00)✓ and to bind the Company thereby as fully 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 ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said. appointment shall continue in force until 12/31/09 and is m_ ade.under and by authority of -the following resolutionsof 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 Attomey(s)-i n- Fact to represent and act for and on behalf of the Company subject to the following provisions: Attornev-in-Face maybe 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 Attomey-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`t' 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 af(ixed.this 20th day of June, A.D.- 2005. s�RnN�F ETEC i CE COMPANY ;...........•.O �t ..� By: gw w 1>t B.J.Ki g, reside t State of Texas ss: 7�, 1 y j t.— County of Harris s �' .. On this 20th day of June, A.D. 2005 before me personally came B.J. King, to me known, who, being by me duly swom, 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;-ttiat.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 %6-ra of:Directors'ofsaid Company; and that he signed his name thereto by like order. Michelle Denny Nota y Public State of TBXCX My Commisslon t A*w Michelle Denny, Notary P46lic - Augud 27,1008 My commission expires August 27, 2008 ; A ----"'�� ,. `tea 1, N�,Bre.dt.Beaty,-Assistant Secretary ofSURETEC 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 Attornev are in full force and effect. S�f 5stant Given under my hand.and the-seal-ofsaid Company at Houston, Texas this day 20,.A.D.. Brent Bea ec tart' 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 5:00 pm CST. DATE '4� CERTIFICATE OF LIABILITY INSURANCE 10/2M/DDIYY9 10/2/2009 PRODUCER (940) 382-9691 FAX(940) 243-1050 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Ramey & King Insurance Assoc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 510 North I-35 E HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Denton TX 76205 I INSURERS AFFORDING COVERAGE I NAIC # INSURED / INSURERA:Amerlca First Insurance Jones & Jeffery Construction Co. Inc" IN�RERB:Texas Mutual Ins. Co. Txrtlrx 3801 E. McKinney INSURERC: INSURER D: Denton I TX 76208 INSURER E COVFROrFS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. N01WTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LIS ADD' S OF INSURANCE POLICY NUMBER POLICY EFFECTIVE D M POLICY EXPIRATION E M DO LIMITS GENERAL LIABILITY EACH OCCURRENCE I S 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAG O RENTED EMISES Ea occurrence I S 100,000 A CLAIMS MADE I� OCCUR 8639479 U 4/5/2009 4/5/2010 MED D(P(Any one person) I S 5,200 PERSONAL 8 ADV INJURY 15 1,000,000 GENERAL AGGREGATE S 2,000,000 GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG S 2,000,000 X POLICY n PROim, E-1 LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT I X ANY AUTO ✓ (Ea accident) I S 1,000,000 A - ALL OWNED AUTOS 8651331/ 5/1/2009 5/1/2010 BODILY INJURY S SCHEDULED ALTOS (Per person) HIRED AUTOS BODILY INJURY S NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE S (Per accident) GARAGE LIABILITY RANY AUTO AUTO ONLY - EA ACCIDENT S EA ACC S OTHER THAN AUTO ONLY: AGG I S EXCESS UMBRELLA LIABILITY EACH OCCURRENCE IS 1,000,000 X OCCUR CLAIMS MADE AGGREGATE I $ 1,000,000 IS A DEDUCTIBLE 8639679 4/5/2009 4/5/2010 S X RETENTION S 10,0001 S WORKERS COMPENSATION ON I WC STA / AND EMPLOYERS' LIA&CITY Y 1 N CUTIVE X TORY LIMITS ER IUT ER S 500 000 r_ ANY PROPRIEfOR/PARTNEI / OFFICER/MEMBER EXCLUDED? / .L. EACH ACCIDENT E.L. DISEASE- EA EMPLOYEE S 500,000 (Mandatory in NH) ITSF0012186201 It yes, describe under ...1 3/14/2009 3/14/2010 E.L. DISEASE - POLICY LIMIT I S 5O0 000 SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS City of Denton is Additional Insured. -- — I.M IV <.CL LN I IVIV (940)349-7302 _�m.shaw@cityo£denton.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Denton DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 901 B Texas Street NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Denton, TX 76201 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. [AUTHORIZED REPRESENTATIVE ff King/JCH / / V iris-ZUUU ACORD CORPORATION. All rights reserved. INS025 (�ooso,) The ACORD name and logo are registered marks of ACORD Mo IMPORTANT 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 endorsement(s). 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 endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), 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. nrnon oe 1—n- ------- -- �------•I INS025 (��) Best's Rating Center - Search Results Page 1 Page 1 of 1 Best's Rating Center States Asia Pacific Canada Europe About Contact Sitemap Rating Center Home Search Results Page 1 of 1 Results Per Page i20 2 Ratetl or non -Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with america first To refine your search, please use our Advanced Search or view our Online Help for more information. america first View results starting with: A B C D E F G H I J K L M N O P O R S T U V W X Y Z Reset List Col pany Information Financial Strength Ratings Issuer Credit Ratings Outlook I Outlook/ AMB# I - Company Name - Rating Implication - Long -Tenn Implication Short -Term Domicile 02186 America First Insurance Company A Negative a Negative US: New Hampshire Insurance - Property/ Casualty (Operating Company) 12568 America First Lloyds Insurance Co A Negative a Negative US: Texas Insurance - Property/ Casualty (Operating Company) Note: Financial Strength Ratings as of 1010712009 12:31 PM E.S.T. Financial and, Strength Ratings (FSR) are sometimes assigned to Property/Casualty - A.M. Best Consolidated Groups. Please note that Life/Health -A.M. Best Consolidated Groups Company Consolidated Financial Statements are not assigned FSR ratings. Denotes Under Review Best's Ratings Visit Best's Rating Center for a complete overview of our rating process and methodologies. Important Notice: Best's Ratings reflect our independent opinion, based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. IDese ratings are neither a warranty of a company's financial strength nor its ability to meet its financial obligations. including Nose to policyholders. View our entire notice for complete details. Customer Service I Product Support I Member Center I Contact Info I Careers About A.M. Best I Site Map I Privacy Policy I Seventy I Terms of Use I Legal 8 Licensing Copyright O 2009 A.M. Best Company, Inc. All rights reserved. A.M. Best Worldwide Headquarters, Ambest Road, Oldwich, New Jersey, 08858. U.S A. http://Iwww3.ambest.com/ratings/RatingsSearch.asp?A1tSrc=9 10/7/2009 Rating Center - Search Results Page 1 Page 1 of 1 Best's Rating Center States Asia Pacific Canada Europe Search Results Page 1 of 1 Results Per Page' 20 1 Rated or non -Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with texas mutual insurance To refine your search, please use our Advanced Search or view our Online Help for more information. texas mutual insurance Company Information AMIBit Company Name 11453 Texas Mutual Insurance Company Insurance - Property/ Casualty (Operating Company) About Contact Sitemap Rating Center Home View results starting with: ABCDEFGHIJKLMNOPORSTUVWXyZ Reset List Financial Strength Ratings Issuer Credit Ratings Outlook / Outlook/ Rating Implication Long -Term - Implication = Short -Term Domicile NR-5 Not Applicable nr Not Applicable US: Texas Note: Financial Strength Ratings as of 1010712009 12:31 PM E.S.T. Financial Strength Ratings (FSR) are sometimes assigned to Property/Casualty - A.M. Best Consolidated Groups. Please note that Life/Health - A.M. Best Consolidated Groups andICompany Consolidated Financial Statements are not assigned FSR ratings. * Denl tes Under Review Best's Ratings Visit Best's Rating Center for a complete overview of our rating process and methodologies. Important Notice: Best's Ratings reflect our independent opinion, based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business pmfla. These ratings are neither a warranty of a company's financial strength nor its ability to meet its financial obligations, including those to policyholders. View our entire notice for complete details. Customer Service I Product Support I Member Center I Contact Info I Careers About A.M. Best I Site Map I Privacy Polity I Security I Terms of Use I Legal 8 Licensing Copyright O 2009 A.M. Best Company, Inc. All rights reserved. A.M. Best Worldwide Headquarters. Ambest Road, Otdwick. New Jersey, 08858, U.S.A. http://Iwww3.ambest.com/ratines/RatinesSearch.asp 10/7/2009 ' N � I b u e7 O b0 � R QJ o 0 ° a a c o z I Q N iIon I v l A a v� c O pI W P: X �rr ` I �' p u •� u� aCi Z X P. i1. ILA I o 0 M N (D a � I I Q x W F- zo ioo Ii a z Q v v IF vv v/ ZU W a I� O X cm co L ~ ram: a rW(3) W ch o C) .ENOO W Q )( d rl Z�" WO F O ci u of L LI F y oc ca ¢ z l amo F o v oW .a A .� �rnI�F°, o E- O U Om n — n co U) V) �.zo I W 3 I C Z Q I I a N cl W A EWty- co I I I p U Q I o a z I 0 0 o U v) D � W N �� I N 46 U Q M z W F- ^z oW ClW CD v] .m I z w b b IO A.. 0 0 0 7 0 0 z E �• O C o o � CHANGE ORDER / CONTRACT REVISION City of Denton, Texas Owner Distributed to: Owner / / Contractor / / Jones and Jeffrey Construction Co. Bid #4311 PO #146325 Change Order #3 Project:Briercliff Park Construction Dated: 10-2-8-10 Contractor: Jones and Jeffrey Construction Co. Contract Date:10-14-09 3801 E. McKinney Denton,TX 76208 This Change Order/Revision makes the following changes in this contract. Add: Add a concrete mow strip under the Soccer Field chainlink fence; 18" wide x 5" thick, two #3 rebars, 404 linear feet, total 606sf. Dirt excavation, backfill, seed, establish turf. $5312.00 The Original (Contract Sum)................................................................... $4314058.85 Net Change by previously authorized change orders ........................... $6,884.40,79 The (Contract Sum) prior to this change order ................................. _ $437,943.25 The (Contract Sum) will be (increased) by this change order ................. $5,312.00 The New(Contract Sum) including this change order will $443,255.25 The contract time will be (increased) by.......................................N/A The date of substantial completion as of the date ofthis change order therefore is........................................N/A Jones & Jeffery Construction Co. Inc _ City of Denton Contractor (as above) Owner 3801 E. McKinney Address Denton, Texas 76208 Robert W Jones, Jr. President Print Name October 29, 2010 Date HAWord DocARIdding Forms, Lists and esampleACHANGE ORDER FORM.doc 901-B Texas Street Address Denton, TX 76201 Cv-, Name and Titl [62A)L. Date II JONES & JEFFERY CONSTRUC11ON COMPANY, Inc. 3801 E. WKinney Denton, Texas 76206 (W) 382-3124 Fax (940) 686-2176 E-Mail: jandl=st@chartermet GRANGE PROPOSAL SUBMITTED TO: City of Denton DATE: October 28. 2010 901-13 Texas Street Denton, Texas 76209 No. Three ATTN: Bob Tickner PROJECT: Briercliff Park Improvements Labor and Material to Furnish an 18" X 404' X 5" Mow Strip 5,312.00 1 we rropose hereby to furnish material and labor- complete in accordance with above specifications, the sum of: Five thousand three hundred twelve & 00/100---------------------- —------- _----- _-_-- dollars $ 5,312.00 RespecNully submitted, Acceptance of Proposal Jones $ Jeffery Construction Co., Inc. Robert W. Jones, Jr. - President Owner "This proposal maybe withdrawn by us if not accepted within 30 days. All material is guaranteed to be as specified. All work to be complete in —a worlcmanfike manner according to standard practices. Any alteration or deviation from above specifications involving extra cost will be executed only upon written orders, and will become an extra charge over and above the estimate, All agreements contingent upon strikes, accidents or delays beyond our control. Our workers are fully covered by Workman's Compensation Insurance.