Loading...
HomeMy WebLinkAboutContract 43858 (2)CITY SECRETARY CONTRACT NO* T Between CITY OF FORT WORTH and JR's DEMOLITION, INC. For STRUCTURAL DEMOLITION AND REMOVAL, TRANSPORTATION, AND DISPOSAL OF CONSTRUCTION DEBRIS/MATERIALS 3454 LEBOW STREET, FORT WORTH, TX 3459 LEBOW STREET, FORT WORTH, TX Project #: ENV 1245: TPW - SW DEMOLITION Transportation &Public Works Department Environmental Management Division OCTOBER 2012 11-07-12 P05�02 IN STATE OF TEXAS § COUNTY OF TARRANT § KNOWN ALL BY THESE PRESENTS CONTRACT FOR STRUCTURAL DEMOLITION AND REMOVAL, TRANSPORTATION, AND DISPOSAL OF CONSTRUCTION DEBRIS/MATERIALS ENV 12-15: TPW — SW DEMOLITION 3454 LEBOW STREET, FORT WORTH, TX 3459 LEBOW STREET, FORT WORTH, TX .,. This Contract is entered into by and between the City of Fort Worth, Texas, ahome-rule municipality located within Tarrant County Texas, ("City") acting through Fernando Costa, its duly authorized Assistant City Manager, and JR's Demolition, Inc.(" Contractor"), acting through Bobby Lindamood, Jr, its duly authorized Vice -President. WITNESSETH: NOW, THEREFORE, in consideration of the mutual promises and benefits of this Contract, the City and the Contractor agree as follows: 1. DEFINITIONS In this contract, the following words and phrases shall be defined as follows: City's Representative means the Assistant Director of Transportation and Public Works, Environmental Management Division, or his designee. Contract Documents shall consist of the written, printed, typed and drawn instruments which comprise and govern the performance of the work. Said Contract Documents include, but are not limited to this contract, Business Diversity Enterprise (BDE) goals or waivers, all bid documents, the Request for Proposals, Invitation to Bid, instructions to bidders, special instructions to bidders, addenda to the notice to bidders, proposal, plans, specifications, maps, blueprints, notice of award, general conditions, special conditions, supplementary conditions, general provisions, special provisions, work order(s), change orders, any contract amendments and the payment, performance and maintenance bonds, or other such similar documents. The Contract Documents shall also include any and all supplemental agreements approved by the CONTRACT FOR STRUCTURAL DEMOLITION Page 1 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET City which may be necessary to complete the work in accordance with the intent of the plans and specifications in an acceptable manner, and shall also include the additional instruments bound herewith. NESHAP shall mean the United States Environmental Protection Agency National Emissions Standards for Hazardous Air Pollutants, as described in Title 40 CFR Part 61. Notice to Proceed means the letter issued by the City that authorizes Contractor to begin work. It also authorizes future invoices to be paid. Subcontract means a contract between the Contractor for this project and another person or company for any task defined in the scope of work. A purchase order is also considered a subcontract. Universal Waste means any of the following hazardous wastes that are subject to the universal waste requirements identified in 30 TAC 335.261: (i) batteries, as described in 40 CFR 273.2 (ii) pesticides, as described in 40 CFR 273.3 (iii) mercury -containing equipment, including thermostats, as described in 40 CFR 273.4 (iv) paint and paint -related waste, as described in 335.262(b) of this title (relating to Standards for Management of Paint and Paint -Related Waste) and (v) lamps, as described in 40 CFR 273.5 2. SCOPE OF CONTRACTOR'S SERVICES A. The scope of work shall include the furnishing of all labor, materials and equipment necessary to complete the work specified in Attachment A. B. Contractor shall perform, in a good and professional manner, the services contained in this Contract and in accordance with all applicable federal, state, and local laws, directives, and guidelines. CONTRACT FOR STRUCTURAL DEMOLITION Page 2 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET 3. SCOPE OF CITY SERVICES The City agrees to perform the following services: A. City shall coordinate with facilities, City departments, and any tenants for access to the site. B. City shall prepare and revise all notifications necessary to the Texas Department of State Health Services Health (TDSHS) for the work provided herein. C. City shall make payment of all applicable TDSHS fees. D. City shall give timely direction to the Contractor. E. City shall render decisions regarding modifications to the Contract and any other issue. 4. TIME TO COMPLETE THE PROJECT Contractor will be responsible for coordinating with the Transportation &Public Works Department — Environmental Management Division immediately after receipt of the Notice to Proceed which shall specify the start date of abatement and/or demolition activities. The purpose of the coordination will be assure compliance with the requirements for notification to the Texas Department of State Health Services (DSHS). Contractor shall begin demolition work on a specific date as specified in the Notice to Proceed, which corresponds to the DSHS notification. Contractor shall complete all work specified under within twenty working (20) days from the start date as speced in the Notice to Proceed unless an extension of time is granted in writing due to inclement weather, with any such determination being made in the sole discretion of the City of Fort Worth. A working day is defined as each day exclusive of Saturday, Sunday, and declared holidays as designated by the City of Fort Worth. If a stop work order is issued by the City, the number of working days shall be tolled until the day the Contractor receives a new Notice to Proceed is issued. Should the Contractor fail to begin and complete work within the specified time, then the City shall have the right in its sole discretion to either (1) demand that the Contractor's surety take over the work and complete same in accordance with the plans, specifications and other Contract Documents or (2) to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to City shall exceed the contract price, the Contractor and/or its surety shall pay City upon its demand in a writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. CONTRACT FOR STRUCTURAL DEMOLITION Page 3 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET The City agrees to hire Contractor as an independent contractor, and not as an officer, servant, or employee of the City. Contractor shall have the exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, and subcontractors. Nothing herewith shall be construed as creating a partnership or joint venture between the City and Contractor, its officers, agents, employees, and subcontractors; and the doctrine of respondent superior has no application as between the City and Contractor. 6. COMPENSATION Section 1. Fee Schedule. City agrees to pay Contractor for its services according to the schedule in Attachment B. The City will not be liable for any Contractor costs in excess of this contract's not -to -exceed amount unless City has signed and issued a written, duly authorized amendment or modification to the Agreement that specifies a different amount. City shall not pay for any work performed by Contractor or its subcontractors, and/or suppliers that has not been specifically ordered by the City in writing by Task Order or Work Assignment pursuant to the terms of this contract or duly authorized modification. Contractor shall not be compensated for any work that is verbally ordered by any person and shall rely only upon written authorization to conduct work. Section 2. Release Upon Payment Acceptance by Contractor of said payment shall operate as and shall release the City from all claims or liability under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. CONTRACT FOR STRUCTURAL DEMOLITION Page 4 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3404 LeBOVV STREET and 3459 LeBOW STREET Section I Invoice and Payment. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Contractor's invoice for payment of same. In the event of a disputed or contested billing, only that portion so contested may be withheld from payment, and the undisputed portion will be paid. No interest will accrue on any contested portion of the billing until mutually resolved. City will exercise reasonableness in contesting any billing or portion thereof. 7. LIQUIDATED DAMAGES If Contractor fails to commence and complete work under this Contract within the stipulated time, there shall be deducted from any moneys due or owing Contractor, or which may become due, the sum of $1,000.00 (one thousand dollars) per day for each day after the date the project was to be completed, until the project is completed. Such sum shall be treated as liquidated damages and not as a penalty, and City may withhold from Contractor's compensation such sums as liquidated damages. The amount of damage to City for delay in completion of the work is difficult to ascertain and the amount of the liquidated damages per day as stated above is reasonably anticipated pecuniary damages for such delay, and is not a penalty. 8. INDEMNIFICATION A. Definitions. The following words and phrases shall be defined as follows: 1. Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement of judgment, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation reasonable attorney's fees and disbursements and consultant's fees, any of which are incurred as a result of the existence of a violation of environmental requirements pertaining to the work, or due to negligence or an intentional tort by the Contractor, a Subcontractor, or a vendor and including without limitation: a. Damages for personal injury and death, or injury to property or natural resources; b. Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and investigation or remediation of the monitoring wells or any violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, CONTRACT FOR STRUCTURAL DEMOLITION Page 5 oY22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET containment, closure, restoration or monitoring work required by any federal, state or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such monitoring wells or violations or environmental requirements, and including without limitation any attorney's fees, costs and expenses incurred in enforcing this contract or collecting any sums due hereunder; and c. Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with the items referenced in subparagraph (b) herein. 2. Environmental requirements shall mean all applicable present and future statutes, regulations, rules, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: a. All requirements, including, but not limited to, those pertaining to reporting, licensing, emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants or hazardous or toxic substances, materials, or wastes whether solid, liquid, or gaseous in nature, into the air, surfacewater, groundwater, stormwater, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature; and b. All requirements pertaining to the protection of the health and safety of employees or the public. B. General Indemnification. CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, REIMBURSE, DEFEND, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES, FROM AND AGAINST ANY AND ALL LIABILITY, CLAIMS, SUITS, DEMANDS, OR CAUSES OF ACTIONS WHICH MAY ARISE DUE TO ANY LOSS OR DAMAGE TO PROPERTY, OR PERSONAL INJURY, AND/OR DEATH, OCCURRING AS A CONSEQUENCE OF THE CONTRACTOR'S OPERATIONS UNDER THIS AGREEMENT, WHETHER SUCH INJURIES, DEATH, OR DAMAGES ARE CAUSED BY THE INTENTIONAL TORT OR NEGLIGENCE OF THE CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS. CONTRACT FOR STRUCTURAL DEMOLITION Page 6 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET Co Environmental Indemnification. CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, DEFEND, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES, AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM CONTRACTOR'S OPERATIONS UNDER THIS AGREEMENT WHEN SUCH ENVIRONMENTAL DAMAGES OR VIOLATION OF ENVIRONMENTAL REQUIREMENTS ARE CAUSED BY THE ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR CONTRACTORS, OR THE JOINT ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR CONTRACTORS AND ANY OTHER PERSON OR ENTITY. D. The obligations of the Contractor under this paragraph shall include, but not be limited to, the burden and expense of defending all claims, suits and administrative proceedings (with counsel reasonably approved by the City), even if such claims, suits or proceedings are groundless, false, or fraudulent, and conducting all negotiations of any description, and paying and discharging, when and as the same become due, any and all judgments, penalties or other sums due against such indemnified persons. E. Upon learning of a claim, lawsuit, or other liability which Contractor is required hereunder to indemnify, City shall provide Contractor with reasonable timely notice of same. F. All Contractors under this contract agree that they assume joint and several liabilities for ... any claim by the City or for a third party claim against the City for general or environmental damages caused by any of the Contractors herein. -, G. The obligations of the Contractor under this paragraph shall survive the expiration or termination of this Agreement and the discharge of all other obligations owed by the parties to each other hereunder. 9. INSURANCE The Contractor certifies it has, at a minimum, current insurance coverage as detailed below and will maintain it throughout the term of this Contract. Prior to commencing work, the Contractor shall deliver to City, certificates documenting this coverage. The City may elect to have the Contractor submit its entire policy for inspection. A. Insurance coverage and limits: 1. Commercial General Liability Insurance $1,000,000 each occurrence; $2,000,000 aggregate 2. Professional Liability Insurance Not applicable. CONTRACT FOR STRUCTURAL DEMOLITION Page 7 of22 '"' ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET 3. Automobile Liability Insurance Coverage on vehicles involved in the work performed under this contract: $1,000,00U per accident on a combined single limit basis or: $500,000 bodily injury each person; $1,000,000 bodily injury each accident; and $250,000 property damage. The named insured and employees of Contractor shall be covered under this policy. The City of Fort Worth shall be named an Additional Insured, as its interests may appear. Liability for damage occurring while loading, unloading and transporting materials collected under the Contract shall be included under this policy. 4. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease -policy limit $100,000 disease -each employee 5. Environmental Impairment Liability (EIL) and/or Pollution Liability $4,000,000 per occurrence. EIL coverage(s) must be included in policies listed in subsections 1 and 2 above; or, such insurance shall be provided under separate policy(s). Liability for damage occurring while loading, unloading and transporting materials collected under the contract shall be included under the Automobile Liability insurance or other policy(s). B. Certificates of Insurance evidencing that the Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with the Contract. 1. Applicable policies shall be endorsed to name the City an Additional Insured thereon, as its interests may appear. The -term City shall include its employees, officers, officials, agents, and volunteers as respects the Contracted services. . 2. Certificate(s) of Insurance shall document that insurance coverage specified herein are provided under applicable policies documented thereon. 3. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. 4. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the event of non- payment of premium. Such terms shall be endorsed onto Contractor's insurance policies. Notice shall be sent to Department of Financial Management Services - Risk Management Division, City of Fort Worth, 1000 Throckmorton Street, Fort Worth, Texas 76102. 5. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency. CONTRACT FOR STRUCTURAL DEMOLITION Page 8 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET 6. Deductible limits, or self -insured retentions, affecting insurance required herein shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or Letters of Credit may also be acceptable to the City. 7. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the City as respects the Contract. 8. The City shall be entitled, upon its request and without incurring expense, to review the Contractor's insurance policies including endorsements thereto and, at the City's discretion; the Contractor may be required to provide proof of insurance premium payments. 9. The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the City approves such exclusions. 10. The City shall not be responsible for the direct payment of any insurance premiums required by the contract. It is understood that insurance cost is an allowable component of Contractor's overhead. 11. All insurance required above shall be written on an occurrence basis in order to be approved by the City. 12. Subcontractors to the Contractor shall be required by the Contractor to maintain the same or reasonably equivalent insurance coverage as required for the Contractor. When subcontractors maintain insurance coverage, Contractor shall provide City with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subcontractor's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by Contractor of the contract. 10. BONDING A. Payment and Performance Bonds. Before beginning the work, the Contractor shall be required to execute to the City of Fort Worth a payment bond if the contract is in excess of $25,000 and a performance bond if the contract is in excess of $100,000. The payment bond is solely for the protection and use of payment bond beneficiaries who have a direct contractual relationship with the Contractor or subcontractor to supply labor or material; and in 100% the amount of the Contract. The performance bond is solely for the protection of the City of Fort Worth, in 100% the amount of the Contract, and conditioned on the faithful performance by Contractor of the work in accordance with the plans, specifications, and contract documents. Contractor must provide the payment and CONTRACT FOR STRUCTURAL DEMOLITION Page 9 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET performance bonds, in the amounts and on the conditions required, within 14 calendar days after Notice of Award. B. Requirements for Sureties. The bonds shall be issued by a corporate surety duly authorized and permitted to do business in the State of Texas that is of sufficient financial strength and solvency to the satisfaction of the City. The surety must meet all requirements of Article 7.194 of the Texas Insurance Code. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. In addition, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the Contract be determined unsatisfactory at any time by the City, notice will be given to the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the City. 11. WARRANTY Contractor warrants that it understands the currently known hazards and the suspected hazards which are presented to persons, property and the environment by the work specified in this contract. Contractor further warrants that it will perform all services under this Contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state and federal laws governing its activities and is under no restraint or order which would prohibit performance of services under this Contract. 12. DEFAULT AND TERMINATION A. Contractor shall not be deemed to be in default because of any failure to perform under this contract if the failure arises solely from: acts of God, acts of the public enemy, fires, flood, epidemics, quarantine restrictions, strikes, freight embargoes, and extrememeteorological events. Contractor affirms a duty to mitigate any delays or damages arising from such causes. CONTRACT FOR STRUCTURAL DEMOLITION Page 10 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET B. If Contractor fails to begin work herein provided for within the time specified herein, or to complete such work within the time specified herein, City shall have the right to take charge of and complete the work in such a manner as it may deem appropriate. If City's total costs exceeds the costs as agreed in the contract documents, the City may deliver to Contractor a written notice of the total excess costs, and Contractor shall reimburse City for such excess costs without delay. C. If at any time during the term of this contract the work of Contractor fails to meet the specifications of the contract documents, City may notify Contractor of the deficiency in writing. Failure of Contractor to correct such deficiency and complete the work required under this contract to the satisfaction of City within ten days after written notification shall result in termination of this contract at the discretion of the City. All costs and attorney's fees incurred by City in the enforcement of any provision of this contract shall be paid by Contractor. D. City may terminate this Contract at its sole discretion and without cause upon thirty (30) days prior written notice to Contractor, and such termination shall be without prejudice to any other remedy the City may have. In the event of termination, any work in progress will continue to completion unless specified otherwise in the notice of termination. The City shall pay for any such work that is completed by Contractor and accepted by the City. E. The remedies provided for herein are in addition to any other remedies available to City elsewhere in this contract. l3. OBSERVE AND COMPLY Contractor shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which m any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations including but not limited to applicable environmental laws. Contractor represents itself as knowledgeable in these matters and no defense of misunderstanding or ignorance thereof shall be considered. Contractor agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself, its subcontractors, agents, or its employees. 14. MODIFICATION No modification of this Contract shall be binding on the Contractor or the City unless set out in writing and signed by both parties. No modification shall be binding upon the City unless signed by the City Manager or an Assistant City Manager of the City of Fort Worth. Any changes to the scope of work or compensation must be in the form of a written, formal, CONTRACT FOR STRUCTURAL DEMOLITION Page 11 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET authorized modification of this contract that is in accordance with all applicable state and city laws, regulations, and ordinances. In no event shall any verbal authorization changing the scope A work or verbal agreements for additional compensation be binding upon the City. Contractor expressly agrees a) not to make changes to its legal, financial, or logistical position on any matter based on any oral representation by an employee, contractor, or agent of the City prior to obtaining a written modification to this contract; b) that it waives any claim based upon reliance or estoppel as a result of acting or not acting due to an alleged oral change to a material term of this contract from the City, its employees, contractors, or agents; and c) that it waives any claim for compensation for work performed based upon an alleged oral change to a material term of this contract from the City, its employees, or agents. 15. RIGHT TO AUDIT City and Contractor agree that, until the expiration of three (3) years after the final payment under this Contract, the City shall have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this Contract. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to papers and records of such subcontractor involving transactions relating to the subcontract. The term "subcontract" as used herein includes purchase orders. 16. DIVERSITY BUSINESS ENTERPRISE (BDE) PARTICIPATION In accordance with the City's Business Diversity Enterprise (BDE) Ordinance No. 20020-12- 2011, the City has established goals for the participation of BDEs in City contracts. Unless a waiver of DBE goals has been authorized by the City, Contractor hereby acknowledges the BDE goals established in the Contract Documents for this project and affirms its contractually enforceable agreement to achieve those goals. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. 17. PREVAILING WAGE RATES Contractor shall comply with TEXAS GOVERNMENT CODE, Chapter 2258, with respect to payment of Prevailing Wage Rates for public works contracts and Contractor shall comply with the Davis —Bacon Act for building and construction trades, and shall comply with the prevailing wage requirements as specified in the RFP for the project. A worker employed on a public work by or on behalf of the City of Fort Worth shall be paid not less than the general prevailing rate of per diem wages for work of a similar character in the CONTRACT FOR STRUCTURAL DEMOLITION Page 12 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 Le13OW STREET and 3459 LeBOW STREET locality in which the work is performed; and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. A worker is employed on a public work if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the City of Fort Worth. The contractor who is awarded a public work contract, or a subcontractor of the contractor, shall pay not less than the prevailing wage rates to a worker employed by it in the execution of the contract. A contractor or subcontractor who violates this requirement shall pay to the City of Fort Worth, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. This requirement does not prohibit the contractor or subcontractor from paying an employee an amount greater than the prevailing wage rate. 18. NON-DISCRIMINATION During the performance of this contract, Contractor shall not discriminate in its employment practices and shall comply with all applicable provisions of Chapter 17, Article III of the Code of the City of Fort Worth. Contractor agrees not to discriminate against any employee or applicant for employment because of because of age, race, color, religion, sex, disability, national origin, sexual orientation, transgender, gender identity or gender expression in any manner involving employment, including the recruitment of applicants for employment, advertising, hiring, layoff, recall, termination of employment, promotion, demotion, transfer, compensation, employment classification, training and selection for training or any other terms, conditions or privileges of employment. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non-discrimination clause. Contractor also agrees that in all solicitations or advertisements for employees placed by or on behalf of this contract, that Contractor is an equal opportunity employer. Notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 19. GOVERNING LAW The City and Contractor agree that the validity and construction of this contract shall be governed by the laws of the State of Texas, except where preempted by federal law. 20. CONTRACT FOR STRUCTURAL DEMOLITION Page 13 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET -- The provisions of this contract are severable; and if for any reason any one or more of the provisions contained herein are held to be invalid, illegal or unenforceable in any respect, the invalidity, illegality or unenforceability shall not affect any other provision of this contract, and this contract shall remain in effect and be construed as if the invalid, illegal or unenforceable provision had never been contained in the contract. 21. RIGHTS AND REMEDIES NOT WAIVED In no event shall the making by the City of any payment to Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default which may then exist, on the part of Contractor, and the making of any such payment by the City while any such breach or default exists shall in no way impair or prejudice any right or remedy available to the City with respect to such breach or default. Any waiver by either party of any provision or condition of the contract shall not be construed or decreed to be a waiver of any other provision or condition of this Contract, nor a waiver of a subsequent breach of the same provision or condition, unless such waiver be expressed in writing by the party to be bound. 22. JURISDICTION AND VENUE Jurisdiction and venue of any suit or cause of action under this Contract shall lie in Tarrant County, Texas or the federal courts therein. 23. NOTICES Any notices, bills, invoices or reports required by this contract shall be sufficient if sent by the parties in the United States mail, postage paid, to the address noted below: If to the City: Michael Garage, Assistant Director Transportation and Public Works Department 1000 Throckmorton Street. Fort Worth, TX76102 If to the Contractor: Bobby Lindamood, Jr., Vice -President JR's Demolition, Inc. 1926 Parkside Avenue Irving, TX 75061 CONTRACT FOR STRUCTURAL DEMOLITION Page 14 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3404 LeBOW STREET and 3459 LeBOW STREET 24. ASSIGNMENT The City and Contractor bind themselves and any successors and assigns to this contract. Contractor shall not assign, sublet, or transfer its interest in this contract without written consent of the City. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the City, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the City and Contractor. 25. NO THIRD -PARTY BENEFICIARIES "" This Agreement shall inure only to the benefit of the parties hereto and third persons not privy hereto shall not, in any form or manner, be considered a third party beneficiary of this Wn Agreement. Each party hereto shall be solely responsible for the fulfillment of its own contracts or commitments. 26. CONTRACT CONSTRUCTION The parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. 27. ENTIRETY This contract, the contract documents, and any other documents incorporated by reference herein are binding upon the parties and contain all the terms and conditions agreed to by the City and Contractor, and no other contracts, oral or otherwise, regarding the subject matter of this contract or any part thereof shall have any validity or bind any of the parties hereto. In the event of any conflict between the specific terms of this contract and any other contract documents, then the terms of this contract shall govern. 28. AUTHORITY AND EXECUTION By signing this contract Contractor warrants that it has had the opportunity 1) to examine this °"' contract in its entirety, 2) to have its legal counsel examine and explain the content, terms, CONTRACT FOR STRUCTURAL DEMOLITION Page 15 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET requirements, and benefits of this contract if Contractor so chooses, and 3) to negotiate the terms of this contract within the bounds of applicable law. Having had the opportunity to submit its bid and also to specifically negotiate the terms of this contract, Contractor agrees to be bound by this contract and expressly agrees to the terms of this contract, including terms that may vary from those of the Invitation to Bid or the Contractor's proposal. The signatory to this contract represents that he or she is legally authorized by the Contractor to enter into a binding agreement on behalf of the Contractor. The remainder of this page is left blank intentionally. CONTRACT FOR STRUCTURAL DEMOLITION Page 16 oYL2 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3404 LeBOW STREET and 3459 LeBOW STREET ATTACHMENT A. SCOPE OF WORK Contractor will furnish all labor, materials and equipment necessary to perform the demolition of all structures located on the parcels located at: 3454 LEBOW STREET, FORT WORTH, TX 3459 LEBOW STREET, FORT WORTH, TX PROJECT SPECIFICATIONS Site Preparation Prior to any demolition activities, the contractor will remove all universal waste items including light bulbs, mercury -containing devices, paints, pesticides, etc.. These items will be properly packaged and disposed by the contractor. The contractor will provide documentation (waste manifest, bill of lading, etc.) that the waste was properly disposed. Contractor will disconnect all associated air conditioning units and properly evacuate any remaining refrigerant contained within the units prior to being disconnected in accordance with applicable law. Utilities will have been terminated to the sites. Prior to demolition, the contractor will be responsible for verifying that all utilities (i.e. natural gas, telephone, water, etc.) have been disconnected. Contractor will cut and cap all site utilities at point of connection to the site. Contractor will be responsible for contacting all applicable utility services in order to decide whether or not main lines or routes effectively traverse the project site. It will be determined with the consultation of City staff the best method to address any utility concerns involving the ._.. aforementioned utility service issues. Site Work All structures will be fully demolished including removing all slabs/foundations, utility infrastructure and grading of the parcel to properly manage storm water. Prior to the start of demolition of any structure, each structure shall be inspected to ensure the safety of the crew. CONTRACT FOR STRUCTURAL DEMOLITION Page 17 of22 ENV 12A5: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET Prior to any site disturbance, the contractor will have implemented the Best Management Practices (BMPs). This shall include, but not be limited to, the use of silt fencing, rock check dams, mulching, erosion control blankets, curb and inlet protection devices, sediment traps, sediment basins, and/or stabilized construction entrances and exits. Demolition activities will include the demolition of all site structures, concrete/asphalt parking, slabs/foundations, and retaining walls. Streets, drives, and curbs constituting the perimeter will remain. All demolition debris will be removed from the site and recycled or disposed in a landfill accepting such waste. All foundations will be removed down to a minimum of 2 feet below grade. If foundations/piers extend beyond 2 feet below grade, they may be severed at that point and left in place. Contractor shall clean and remove all remaining furniture, fixtures, furnishings, building materials, tires, debris, trash, rubbish and any other solid waste from the premises. These materials shall be recycled, reclaimed or disposed at a facility or landfill that is approved to accept such waste. Contractor shall maintain proper safety fencing, as needed, and also provide for adequate signage, barricades, traffic cones, and "flagmen" during the course of the project when heavy traffic will be leaving or entering the site. Associated fencing existing entirely on the project site that does not exist as a single barrier between the project site and the neighboring properties will be removed and properly disposed of. Demolition activities will be performed in accordance with Federal, State and local visible emission requirements (i.e. no visible emissions will leave the demolition area). Water is available in the vicinity of the construction area. The Contractor is responsible for obtaining a City of Fort Worth — Water Department water meter if usage of water from nearby fire hydrants is anticipated. The work area will be maintained in a manner that will control all demolition debris from becoming windblown and/or migrating from the work area during and after working hours. The contractor shall use site material, if available, or clean fill from an approved source to fill any holes in the terrain resulting from any of the above work, and grade the entire lot, ensuring that low areas are filled to prevent the pooling of water. For the duration of the entire project, contractor shall sweep dirt and debris from the haul routes used to ensure any sediment tracked from the site is collected and does not migrate onto City streets. Project Coordination CONTRACT FOR STRUCTURAL DEMOLITION Page 18 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET Contractor will be responsible for coordinating with the City Transportation and Public Works - 11117,1 Department Environmental Management Division, immediately after receipt of notice to proceed, the start date of demolition activities to allow for notification to the Texas Department of State Health Services (DSHS). Upon receipt of a notice to proceed and prior to demolition, contractor must obtain a wrecking permit to demolish the subject structure from the Planning and Development Department, telephone (817) 392-2222. In obtaining the wrecking permit, the contractor will be required to abide by City of Fort Worth ordinance number 17228, also known as the "Tree Preservation Ordinance." Under the preservation ordinance, no tree 6" diameter or greater will be removed and all trees within 50 feet of a structure will be protected as per Tree Ordinance #17228. Removing trees that interfere with construction is permissible while still retaining 50% of existing canopy. It is the City's intent to leave all trees in place and only remove trees that are dead or will jeopardize the health and safety of the workers performing demolition activities. The remainder of this page is left blank intentionally. CONTRACT FOR STRUCTURAL DEMOLITION Page 19 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET ATTACHMENT S. COMPENSATION SCHEDULE THIS IS A FIXED -PRICE CONTRACT. ALL ASBESTOS ABATEMENT AND DEMOLITION QUANTITIES HEREIN ARE ESTIMATES FOR ILLUSTRATIVE PURPOSES ONLY TO DEMONSTRATE THE AMOUNT OF ABATEMENT AND DEMOLITION TO BE PERFORMED ON THE PROJECT AND ARE NOT TO BE CONSTRUED AS A LIMITATION OR MAXIMUM ON THE AMOUNTS OF ABATEMENT OR DEMOLITION REQUIRED TO BE PERFORMED BY CONTRACTOR. SITE/BUILDING CONDITIONS AND QUANTITIES IDENTIFIED IN CONTRACT ARE ESTIMATED BY THE CITY AND/OR THE CITY'S CONSULTANT, AGENT, OR DESIGNEE. THE CONTRACTOR IS RESPONSIBLE FOR CONDUCTING ITS OWN DUE DILIGENCE AND FOR VERIFYING ALL CONDITIONS AND QUANTITIES PRIOR TO EXECUTING THIS CONTRACT. CLAIMS FOR ADDITIONAL COMPENSATION DUE TO VARIATIONS BETWEEN QUANTITIES OR CONDITIONS ACTUALLY ENCOUNTERED IN THE PROJECT AND AS INDICATED IN THE CONTRACT DOCUMENTS WILL NOT BE ALLOWED. A. In consideration for the work performed by Contractor under this Contract, City shall pay Contractor a total price not to exceed ten thousand dollars ($10,000.00) for the completion of all work specified in this contract. B. The City shall not compensate Contractor in excess of the Not -to -Exceed Amount unless the City has executed a written, authorized, and formal Modification to the Contract signed by the City Manager or an Assistant City Manager of the City of Fort Worth. It is expressly agreed between the parties that there shall be no oral modifications to this contract. C. The parties agree that ten thousand dollars ($10,000.00) shall be the whole of compensation for all of the services specified in this contract. In the event of a discrepancy between any unit price and the contract not -to -exceed price, the not -to - exceed price shall prevail. In no event will compensation be greater than the not -to - exceed amount described herein. D. Quantities identified in the Invitation to Bid were estimated quantities only. Prior to submitting a bid, as noted in the Invitation to Bid, the Contractor was responsible for verifying all quantities upon which the Contractor's bid was based. The Contractor was to rely exclusively upon its own estimates, investigation, research, tests, and other data necessary to supply the full and complete information upon which the Contractor's bid was based. It is mutually agreed that submission of a bid is prima - CONTRACT FOR STRUCTURAL DEMOLITION Page 20 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3404 LeBOW 3TREET and 3459 LeBOW STREET facie evidence that the Contractor has made all of the investigations, examinations, and tests required to make a fully informed offer. E. By executing this contract, the Contractor affirms and agrees that the Contractor has had the opportunity and duty to confirm all quantities prior to submitting a bid, and Contractor expressly waives any and all right to additional compensation other than the contract grand total as a result of any discrepancy between the quantities encountered and the estimated quantities in the Invitation to Bid and bid documents. F. The parties intend and agree that any change order or modification to this contract will be in the case of only the most extraordinary of circumstances. Any claims for additional compensation based upon variations between conditions actually encountered in this project and conditions as indicated in the Contract Documents will not be allowed. Any claims for additional compensation proposed by Contractor will be examined by the City in consideration of the terms described herein and the Contractors request for additional compensation must clearly show why the variation was not identifiable prior to the Contractor submitting its bid. As used in this contract, "not identifiable" means that the Contractor a) performed 'all investigation, research, tests, and other data collection necessary to accurately determine quantities, and b) no reasonably possible investigation, research, tests, or other data collection could have identified the variation. The final determination as to additional compensation will be made at the sole judgment and discretion of the City. The remainder of this page is left blank intentionally. CONTRACT FOR STRUCTURAL DEMOLITION Page 21 of22 ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET CONTRACT FOR STRUCTURAL DEMOLITION AND REMOVAL, TRANSPORTATION, AND DISPOSAL OF CONSTRUCTION/DEBRIS MATERMLS ENV 12-15: TPW-SW DEMOLITION 3454 LEBOW STREET, FORT WORTH, TX 3459 LEBOW STREET, FORT WORTH, TX IN WITNESS THEREOF, the parties have executed this contract in triplicate in Fort Worth, Texas, on the dates written below. CITY OF FORT WORTH BY: Fernando Costa Assistant City Man e Date Signed: / A. Assistant Direct+pr Transportation aiid blic Works APPROVED AS TO FORM AND LEGALITY: 04 dt/u Arthur N. Bashor Assistant City Attorney ATTEST: a� J. City CONTRACT FOR STRUCTURAL DEMOLITION ENV 12-15: TPW — SW DEMOLITION JR's DEMOLITION, INC. 3454 LeBOW STREET and 3459 LeBOW STREET OFFICIAL RECORD CITY SECRETARYI T. WORTH, TX 22 of22 CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: October 25, 2012 NAME OF PROJECT: Structural Demolition and Removal Transportation and Disposal of Construction Debris / Materials at 3454 LeBow Street and 3459 LeBow Street, Fort Worth TX PROJECT NUMBER: ENV 12:15: TPW-SW Demolition CONTRACTOR: JR's Demolition, Inc. Please staple your Accord insurance form to this page. Your insurance form should list the City of Fort Worth as the additionally insured. ACO.ROm JRSDEMO-01 LADE CERTIFICATE OF LIABILITY INSURANCE F DATE(MM/DDIYYYY) 10/30/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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), PRODUCER CON ACT (972) 386-3726 NAME : Demetrice Ward HHC - Dallas Branch Office PHONE/co Ext :972-354-2923 300 East Royal Lane A c No : 972-385-3245 Suite 250 ADDaRIESS: demetricemward@hibbshalimark.com Irving, TX 75039 INSURER(S) AFFORDING COVERAGE NAIL # iNSURERA:ZUrICh American Inc CO INSURED JR's Demolition & Excavating Inc. INSURER B:Employers Mut Cas CO P 0 Box 170308 INSURERC:American Guarantee & Liab Ins Co Irving, TX 75017- INSURERD:Texas Mutual Insurance Company INSURER E : INSURER F : COVERAGES - ncvwwra �atnrlo�rt: THIS IS TO CERTIFY THAT 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 OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, ILTR TYPE OF INSURANCE DDL S B POLICY EFF POLICY EXP S WVD POLICY NUMBER MM/DD MMIDD LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR GLO947975601 5/18/2012 5/18/2013 EACH OCCURRENCE $ 17000,00 X PREMISES Ea occurrence $ 100,00 MED EXP (Any one person) S 5100 PERSONAL & ADV INJURY $ 1,0003000 GENERAL AGGREGATE $ 210003000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO LOC PRODUCTS - COMP/OP AGG $ 21000,00 $ B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIREDAUTOS AUUTNOSWNED 4E1286213 5/18/2012 5/18/2013 COEa aBINEDtSINGLE LIMIT — _(Ea 1,000,00 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) — $ PR PERTY A A Per accident $ C D X UMBRELLA uAB EXCESS LAB X OCCUR CLAIMS -MADE N / A EC948609601 TSF0001171601 5/18/2012 8/21/2012 5/18/2013 8/21/2013 EACH OCCURRENCE $ 11000100 AGGREGATE $ 1,000,00 DED X RETENTION $ 1 O OOO WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/E.XECUTIVE Y / N OFFICERIMEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below WC STAT�LIMU- OTH X I ER $ E.L. EACH ACCIDENT $ 1,000100 E.L. DISEASE - EA EMPLOYE $ 11 000,00 E.L. DISEASE - POLICY LIMIT $ 11000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: 3454 & 3459 Lebow Street, Ft. Worth 12A5:TPW - SW- Demolition City of Ft Worth, its empolyees, officers, officials, agents and volunteers are listed as additional insured as respects all liability policies as required by written contract. Waiver of subrogation as respects worker's compensation and general & auto liability as required by written contract. r=orrerrArr• un1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Ft Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVtS10NS. 1000 Throckmorton Street Fort Worth, TX 76102- AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code s406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Transportation and City of Fort Worth Project No, ENV 12=15: TPW-SW Demolition. Title: :&� Date: 9 /Z STATE OF TEXAS § COUNTY OF TARRANT § Before e, the undersigned authority, on this day personally appeared r, known to me to be the person whose name is subscribed to the foregding instrument, and acknowledged to me that he executed the same as the act and deed of JR's Demolition. Inc for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this TAMI M. LINDAMOOD My Commission Expires May 13, 2014 Texas nd for the State of VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State or Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non -Resident vendors in required to be the Statute is attached. Non-resident vendors in (give State), our principal place of business, are percent lower than resident bidders by State law. A copy of not required to underbid resident bidders. (give State), our principle place of business, are B. Our principle place of business or corporate offices) is in the State of Texas. � Bidder: JR's Demolition, Inc. 1926 Parkside Avenue Irvine, Texas 75061 t) By: (Please'Prin Title'(Please Print) A o r 7 INVITATION TO BID 1245: TPW - SW - DEMOLITION, 3454 & 3459 LEBOW STREET, FORT WORTH, TEXAS The City of Fort Worth is accepting bids for the removal and transportation, to a proper waste disposal facility, of building materials from a two residences located at 3454 and 3459 Lebow Street, Fort Worth, Texas. Based on a site observations and information obtained through the Tarrant County Appraisal District the residence located at 3454 Lebow Street contains approximately 1,210 square feet of space and was , constructed in the 1950s. The residence at 3454 Lebow Street also has a car port, extensive paving and trash/debris inside the structure and in the yard. The residence located at 3459 Lebow Street contains approximately 1,140 square feet of space and was constructed in 1953. The structure at 3459 Lebow Street includes paved areas and debris. Asbestos surveys were performed on the each of the residences, and no asbestos was identified in either of the structures. The scope of work includes the demolition of structures and removal of the building materials at: ® 3454 Lebow Street, Fort Worth, Texas 76106 o Demolition of the structure (approximately 1,210 square feet), associated fencing, car port, paving; and grading of the site as necessary. Debris and trash associated with the residence will also be removed. • 3459 Lebow Street, Fort Worth, Texas 76106 o Demolition of the structure (approximately 1,140 square feet), associated fencing, paving; ,, and grading of the site as necessary. Debris and trash associated with the residence will also be removed. All work must be completed in accordance with the most recent revisions of applicable laws and regulations promulgated by the U.S. Environmental Protection Agency (EPA), Texas Department of State Health Service (TDSHS), Occupational Health and Safety Administration (OSHA), Department of Transportation (DOT), City of Fort Worth Development Department or any other entity that may have jurisdiction on work being performed. Access to the site will be at your own discretion. The City of Fort Worth will provide the following: • Texas Department of State Health Services Health (TDSHS) notification preparation and revision; • Payment of the TDSHS fees; • Water and electrical access termination; and • Independent asbestos consultant services. Site Addresses Demolition 3454 Lebow Street, Fort Worth, Texas 76106 $ Ooo 3459 Lebow Street, Fort Worth, Texas 76106 I $ .r� �� � Total Submitted by: Company Name: President/Vice-President (printed name): President/Vice-President (signature): Address: Telephone Number. Fax Number. E-Mail Address: /��oco � ��,�� �25 �`� h�.o 1:-�- is h b �..� v'..� a �.oa c� -1`Z C�� ,J g7z- zs� /z�/ --� "' Email co ies of the id will not be accepted Please address questions regazding the bid or access to Stewart.Brown(cr�fo�-tworthtexas�ou Timeframe to complete the work is ten (10) working days from the awarding of the bid.