Loading...
HomeMy WebLinkAboutContract 25799 TItFtCW FOe,w_ •T CITY SECRETARY Cm2won SOON CO. CONTRACT NO CITY OF FORT WORTH, TEXAS ..�...��CI1hSEC1tEURY 0Y YAN4EirS OFFICE EMERGENCY CONSTRUCTION ENVEGM pry, THE STATE OF TEXAS ---TTY'FILE COPY KNOW ALL MEN BY THESE PRF�T COUNTY OF TARRANT This agreement made and entered into by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, hereinafter called OWNER, and AA Applicators of the City of Dallas State of Texas hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described in the attached proposal, dated 04/02/2000, commencing on the date of the Notice to Proceed, 04/04/2000, which is attached to this Agreement. PROJECT NAME Repair Roof, LIBRARY, CENTRAL PROJECT NUMBER TE008 BUILDING NUMBER Building Number 379 ° That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Proposal. City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for stated additions thereto or deductions there from, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall be $24,900,00. Contractor agrees to complete the project, suitable for occupancy and beneficial use, within 60 calendar days. Insurance Requirements: The Contractor will provide a Certificate of Insurance listing the Transportation and Public Works Department as certificate holder, showing the required General Contractors Liability coverage, Auto Liability, and Builder's Risk. Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with State law. No Notice to Proceed will be issued until the Contractor has complied with this section. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that th91 VI of workers compensation insurance covering each employee emp! y �&=MFI tractor Ul1f EC - 1 will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). If this Contract is in excess of$25,000, the Contractor shall provide Payment Bond. If the Contract is in excess of$100,000 Contractor shall provide both Payment and Performance Bonds for the full amount of the Contract. Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Permit fees are waived. Separate permits will be required for each facility. The Standard Contract Documents for Emergency Repairs to Facilities, Architectural Services Section, Department of Transportation and Public Works, City of Fort Worth, Dated March 29, 2000, are made a part of this contract by reference. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the liquidated damages outlined in the General Conditions, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in fL%&counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the AV�day of A.D., 20 Oa . AA ADnknto Ile Con ractor signature `s L By: J' t1�i✓L ` 1..tT+- APPROV Na" _i C�4�0.� By: Office Assistant City Manager APPRAranati ENDtD: RECORD f9 11 A �i By: By: andPt6lic Works Cify Secretary APPRO ED TO FOR AND LEGALITY: By: Date Assistant ity Attorney Contract Authorization _ '7- A 5- oy Date ;�, FOFTWOFTH April 4, 2000 EMERGENCY NOTICE TO PROCEED Steven Tutt AA Applicators, Inc. PO Box 780469 Dallas, TX 75378-0469 Fax: (214) 637-5447 TORNADO CLEANUP: ROOFING CENTRAL LIBRARY This is your authority to proceed with the emergency repairs of the referenced project as of this date. The scope of services is outlined in your proposal of April 2, 2000, which is attached. Please provide copies of your liability insurance certificates, including Texas Workers Compensation coverage as soon as possible. Please expect a formal emergency contract to be forwarded to you soon from our division. If you have any questions regarding this notice to proceed, please contact us. Sinc Gal*Lovell, Superintendent Transportation & Public Works, Building Services Division cc: Department of Risk Management Dua De . Mike Mathews,�TPW��Deept.�- vsi a e , File TRANSPORTATION AND PUBLIC WORKS DEPARTMENT i BUILDING SERVICES DIVISION " THE CITY OF FORT WORTH * 3409 RAREFY AVENUE * FORT WORTH, TEXAS 7617 H YLZ"0 (817) 871-7860 * FAx (817) 871-8106 • 10 Printed on recycled paper d-04-2000 7:55AN1 FROM P. 2 A A APPLICATORS INC p. Roofing & Wa`terpro 'ofi' ng April 2,2000 r. Bill Matysek. enior Constriction Manager ransportation and Public-Works Department uilding Services Division ity of Fort Worth 409 Harley Avenue. ort Worth,Texas 76107 E: Roof Repairs at Central Library ' .. Fort Worth;Texas , ear Mr. Matysek: Per your request, we are pleased to provide this,proposal Rx the roof repairs.at the . above referenced,propeity. Based on our inspection performed today,.we,,offer the �ltowing scope.6 work: SCOPE OF WORK , 1. Replace one 5"M-Vent. 2. Repair deep.cuts and gouges in the roof membrane and cover' over emergencyrcpairs.: 3. Remove.existing pitch pans and install M-Curbs at eg4ipmeat_ support..."In's new,lel'Curb at conduit and refrigeration lines 4. Remove the roof membrane,out to a`distance of four:(4) feet ftom:aroupd the';e st-air handler unit and replace with new membrane 5: Removo the damaged roofing from"the east air haridIor'unit and install new roof�ystern complete with new sheetiaetal 6 Install new base flashing around the skylight and 4 air conditioner:curbs: 7. L stall new wall flashing to the west wall of the PR roof. 8. Insult larger M-Curbs around 7 supports at the large'air conditioner unit' 9. Repair the expansion joint at approximately 8 locations. 10. Repair holes in thee.coping at approximately 3 locations and IA refasten about 30lineal:feet of coping. TOTAL $24;900.00 PO Bo 780469 DALtAS,'Tx 75:378-0469 PrcorvE(214) 637-49 ;�c. , 7 J. f��U Ur�r���e11519NU��U A-04-2000 7:56AM FROM P. 3 We that this proposal provides the information which.you require: Please feel free o call with any Oestions or comments you might have. espectfully submitted, A APPLICATORS,INC. teven Tutt roject Coordinator . . i L17hu � °PY d-Od,2000 7:57AM FROM P. d DATE(M WOWW) i ACORD,. CERTIFICATE OF LIABILITY INSURANCE 12,16199 PADOUCEA THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICAI HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR Sammy J. Ray Insurance Agency ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 1226 COIMPANIES AFFORDING COVERAGE Euless,TX 761139 ' comp-ANY Texas Workers'Comp.Insurance Fund wiuAED I - COMPANY Odyssey Resource Management. Inc, 8 204 N.Ector ' COMPANv Euless,TX 76039 C Rs:AA Applicators. Inc. � coMPANr 0 ,COVERAGES THIS IS TO CERTIF TRAY YHE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 1401:ATE, NOT.VI HSTANOINC ANY RE0111REMENT,TEPM On CONDITION Of ANY CONTRACT OR OTHEA OOCUMENT WITII RESPECT TO WHICH 14:6 i CERTIFICATE MAY E ISSUEO OR MAY PERTAIN, THE INSURANCE AFFONOEO BY THE POLICIES DESCRIBED HEREIN Is SUBJECT TO ALL THE TERMS; EXCLUSIONS ANO ONDITIONS OFISUCH POLICIES.LIMITS SHOVYH MAY HAVE SEEN REDUCED BY PAID CLAIMS. CO TY/E OF INE RANGE POLICY NUMBER POuCYLPFECnVE POLICY EXPIRATION FINITE DATE(LIWOOfI(Y) DATE(NWDA") GENERAL WSILITY COMUERCIAL GE 4ERAL LIABILITY I i PRODUCTS•COMPIOPAGG E CLAIMS MA PERSONAL•ADV INJURY E :OCCUR' , .. ..__– i OWNER'6 l CO}I RACTOWS PROT I -- - EACH OCCURRENCE i 1 .I FIRE OAIMAOE_—V.q—an.MI t ^UTCM041IE LIAMLIf COMBINED 61NOLE LIMIT I ANY AVTQ iALL OWNED AUTOS BODILY INJURY S SCHEDUL!D AUT E (Pm Pqn�) 'HIRED AUTOS ( 1 BODILY INJURY . I NON-OWNEO AUT S I (PEf ROt1EMlQ i [PROPERT40AMAGE S CARACE IJAEILRY I I AUTO_OMLY.EA ACCIDENT. i__..._..�. ` AMY AUTO OTHER THIN AUTO ONLY --. 'EACHACCIOENT f i .--'----'.AQOREGwTE _� --- EXCESS LIABILITY I EACH OCCUARENCE 3 UMEAELLA FORM - I AGGREGATE- i OTHEN THAN LjMf RELLA FORK ..I..—�� --_— $ .. WORKERS COMPENSA NON AND 1 I _X- OR LILdITy I �R I TSF 0001084137 12/15/98 12131!99 EL EACH ACCIDENT _ E 1,000,000 [A ME PAOPRIE TOR/ :INCL TSF 0001084137 1 '01101100 03/31/01 - EL DISEASE•POLICY LIMIT i 1,000000.,— . PARTNERS/EXECUTIv _—....,.__._.. OFFICERS ARE I CXCL.. EL 04SEASE•EA EMPLOYEE I 1 i DESCRIPTION Of OJOERATIO 6AACATIDNyVENICIlLEPECML ITEMS, MASTER CERTI rICATE. } i CERTIFICATE HOLDI R . CANCELLATION AA31TXlF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE AA Applicators,Inc. lX�P�IRATION'DATE THEREOF, THE LEEUIMO COMPANY WILL ENDEAVOR TO MAIL 2632 Chalk Hill Road 30 DAYS WRITTEN NATICfi 7o THE CFATIPICATTi MOLDER NAYiED TO TME LEFT, Dallas,TX 75212- BUT FAILUR! TO NA/ NOTICE SHALL IMPOSE NO OBNOA"ON OR WBILfff + OF ANY KIND UP(),. i CWF►ANY, 'ITS AOEMTE OR. REPRESENYATIV93. ) ' AL)THOIL&CO REPRESEMTATIVI Sammy J. Ray a ACORD 25-5 1195) tB�tD CORP t ION.101%; - a`.' � D 1a OL��'1j;,IIUU1)1 � n . d`Od.2000 7:57AM FROM P. 5 ACSRORv_ CERTIFICATE OF LIABILITY INSURANC LY °"'E I" 1 P-1 09/008/98/99 ►RoovcEA THIS CERTIFICATE 19 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Baldwin Ins 4 Bonding Agency HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 1201 Kas Drive, Suite B ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Richardson 7X 75081 Phone- 9'72-6,14-2698 Fax:972-644-8035 INSURERS AFFORDING COVERAGE 4 'NSWIED INSURER A: . American Equity Insurance Co, INSUAERB: Associated International Ins. Ppp INSURER C: ` CGU Insurance O. Eoxc790464 Inc. Dall s TX 75378-0469 INSURER Or INSURER E: COVERAGES THE POLICIE3 OF 1N$1 RANCE L13TED 8ELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT, RM OR CONDITION Of ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE 13SUEO OR MAY PERTAIN.THE URANCE AFFORDED BY THE POLICIES DESCIVBEO HEREIN IS SUBJECT TO ALL THE TERM6,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGA LIMITS SHOWN MAY NAV!BEEN REDUCED BY PAID CW MS. POL LTR TYPE OF SURANCE POLICY NUMBER OAT MID DATE M LIMITS GENERAL LIABILI „ EACH OCCURRENCE $1000000 A.1X CoNJiEIK' EMERALUA04LIYY 1ACC052473 09/01/99 09/0i/00 FIREDAMAGE(AsyO.»(ko)I f 50000 J CuVMS ROE. 'OCCUR MEOEXP(Anyon*pW%Q"j 65000 PERSONAL 1 ADN wJURY %1000O—OO GENERALAOGREGATE s2000000 GAWLAGGREGATI LIMIT APPLIES PER PRODUCTS•COMPIO►Aaa s1000000 POLICY tcoy' LOC AUTOMOBILE UAB LITY ' C X ANY AUTO BA016050302 02/20/99 02/20/00 eoMBR,EDSINGLELIMIT•° $1000000 CO�til0�e1). ALL OWNEDA OS • 6001LY INJURY f SCHEDULED A JTOS (Pn pplo^) X HIRED AUTOS BODILY INJURY f )( NON-0WNED TOS (►���cckl�nlf. .•. _ _ _ ., PROPEN"DAMAAE f GARAGE LIABILITY _ AUTO ONLY EA ACCIOENT f - - ANY AVTO., •.. pTNlR THAN EA ACC f + AUTO ONLY: ACO S EXCESSLIASILITY EACHOCCURRENCE s2000000 EI X OCCUR C CLAIMEMADE SPD1767402 05/64/99 05/04/00 AGGREGATE s2000000 f DEDUCTIBLE f X RETENTION $10000 f WORKERS COMPENSATION AND I Y.LIMIT9 ER• _ EMPLOYERS`LIABIL TY ` ' E.L.EACH ACCIDENT f E.L.DISEASE•EA RMPLOYEI f ILL DISEASE•POLICY LIMIT S OTHER DESCRIPTION OF OPERATI 5NS&OCAn0NSNEkICL6VEXCLU3ION3 ADDED BY ENDORSEMENTISPECIAL PRONSION$ i i 1 CERTIFICATE HOLDI R IN ADOITIOHAL INSURED:INSURER LETTER: CANCELLATION 3AF1PL-1 SHOULD ANY OF THE AGOW DESC WEED POLICIES BE CANCELLED BEFORE THE ° EXPIMTION OAT!TMlRlOP,THE 1661RIIG INSURER WILL ENOEAVOII TO MAIL:" : I1 30 DAYS WiBTTEN NOTICE TO THE CERTIFICATE HOLDER NAMID TO THE 5�1 LEFT.BUT FAILURE TO 00 SO SHALL IMPOSA NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR REPRESENTATIVES. ACORD 254(7197) ' ACORD CORPORATION 1968 L�PIc8•A1 EEO _E 7. W 1".,)y0 yet. Apr 14 -00 12:02p TPW 817-671 -8488 p. 2 CONTRACTOlt COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor,certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project Repair RooLLIBRARY,CENTRAL,project number, TEQO_S. By, T�iib G f Q tl/' Title 0 Date STATE OF TEXAS 04LLA-7 COUNTY OF4+t-T BEFORE ME, the undersigned authority, on this day personally appeared Tr V Q n Iu +I- , known to rite to be the person whose name is subscribed to he fore oing instrument, and acknowledged to me that he executed the same as the act and deed of A for the purposes and considerations therein expressed and in the capacity therein stated. G EN UNDER MY HAND AND SE OF OFFICE this , day of Notary Public in and for the State of Texas (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City. JULIA A. KLNHI E MYCOMMISSION EXPIRES May 22.2001 op +� �1 V CIT US�ty City of Fort Worth, Texas "ayor And CounLitCommunkation DATE REFERENCE NUMBER LOG NAME PAGE 7/25/00 C-18163 13pCONFIRM 1 of 1 SUBJECT CONFIRMATION OF EMERGENCY PURCHASES AND/OR CONTRACTS NECESSARY TO RESPOND TO THE STORM OF MARCH 28, 2000 RECOMMENDATION: It is recommended that the City Council confirm the attached emergency purchases and/or contracts totaling $2,259,747.22 that were necessary to respond to the storm of March 28, 2000. DISCUSSION: Immediately following the storm of March 28, 2000, City staff began undertaking actions to restore the community to normal operations as quickly as possible. This included clearing debris from public rights-of-way and private property where the debris represented an immediate hazard; undertaking emergency operations such as search and rescue, traffic control and security of high-hazard areas; and making emergency repairs to City property and/or equipment to protect the property from further damage. Some of this work required the expenditure of City funds on an emergency basis through emergency purchases or entering into contracts on an emergency basis. Details of the vendors/contractor used, amounts obligated or expended, and purpose is attached. Where possible, existing agreements were used to secure the best pricing. Section 252.022 of the Local Government Code exempts from competitive bidding procurements made necessary as a result of a public calamity. The City Council is requested to confirm these purchases and contracts. The Department of Law has reviewed these expenditures and has approved them as emergency purchases. These obligations or expenditures have been recorded in a special Grant Fund. Funds from the Federal Emergency Management Agency and/or the City's commercial insurance policy are expected to offset most of these costs. The balance of the costs that are non-reimbursable will be expensed back to the operating fund of the departments incurring the costs. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available, as appropriated, in the Grants Fund. CB:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVED Charles Boswell 8511 CITY COUNCIL Originating Department Head: Jim Keyes 8517 (from) JUL 25 2000 GR76 various 032800010 $2,259,747.22 `y,,) Additional Information Contact: l tom+• City Secretary of the Robert Combs 8357 City of Fort Worth,To-vas