Loading...
HomeMy WebLinkAboutContract 25808 TO COPY FM CITY SECRETARY _ COI ACW CONTRACT NO, j —. " cow ucrors Bonn Co. CITY OF FORT WORTH, TEXAS _.,,._.MYSECRELIIrY EMERGENCY CONSTRUCTION "—'CffYMANA 'SOFRCE ENGIiYFE NG DN. THE STATE OF TEXAS THE�EP�RESE�TSTS7 KNOW ALL MEN BY E COUNTY OF TARRANT This agreement made and entered into by and between the CITY OF FORT WOR IT, a municipa 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 Baian Roofing of the City of Fort Worth 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 04/06/2000, commencing on the date of the Notice to Proceed, 04/10/2000, which is attached to this Agreement. PROJECT NAME Repair tile and shingle roofs, COWTOWN COLISEUM PROJECT NUMBER T007 BUILDING NUMBER Building Number 41 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 therefrom, 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 $58,900.00 . Contractor agrees to complete the project, suitable for occupancy and beneficial use, within 90 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 the subcontractor has a policy of workers compensation insurance covering each employee empl tl�e_ptajert. Q,itractor iffll��A,� EiSCCOIff) 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 14 t tday of_8p—.r i 1, A.D., 20 QQam� . I/ __. & <. ntra or signature By: Jorge L . Ratan APPROV Name Predident By: Office Assistant City Manager APPROVA Xti ND: RECORD By: � ''' By: Ann blic Works City Secr ry APPRO EV AS TO FORM AND LEGALITY: �� By: Date Assis City Attorney 6 � Contract Authorization Im 7--� D o Date EC - 2 CONTRACTOR 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 the and shingle roofs. COWTOWN COLISEUM, project number, T007 By; LJ r t1 Jorge L . Bazan President Title April 14 , 2000 Date STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared Jorge L . Bazan , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Bazan Roofing , Inc . , for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND S Ai OF OFFICE this 14th . day of April NORMA L OA� (^,Ria � Puhlic,Sca :n'= N°nary ices otary Publ c in nd fo e State of Texas My CommissFon Ex3 '+��tOF`E4�. July 29,209 (a) '• or 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. U Uo U C'�Ltl� UiSP�v PAYMENT BOND THE STATE:0F'TEXAS i3OND NO. 111147 COUNTY O1:'!'ARRANT KNOW ALL MEN BY THESES PRESENTS: That w � Uglsfflaz a corporation of Fort W_olah.Texa6L, hcreinalter called Principal and (3) , Q,L a corporation organized-and existing under the laws of the State and fully authorized to transact business in the State of "fcxas. as ,Surety, are held and firmly hound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of Lite State of'Texas, hereinafter called Owner, anti unto all persons, firms, and cutporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to in lite penal sum or-.S 5.5,900 Op lawful nioney of the United Slates, to be paid in Ton Worth,Tarrant County, 'I't;xas, for the payment of which stint well and truly be made, we bind ourselvt;s, out heirs, executors, administrators and successors jointly and severally, firmly by these presents. THf: CONDITION Or THiS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of fact Worth,the Owner dated the 6TH ,._._._.day of APRIL .2000. a copy of wliich is hereto attached and mads a part hereof, for the Wnstruction of: Project N>1n1e: Repair the and shingle roofs Project nnrttl►cra Tool copy of which contract is hereto attached, referrud to, and made it part hereof as fully and to thu same extent as if copied at length herein, such project and construction being hereinafter referred to as the NO.W, THERf✓FORE, the condition of the obligation It such that, if the Principal shall promptly make payment stall claimants as defined in Article 5160 of the Revised Civii Statutes of Texas, supplying labor and materials in the prosceution of the wurk provided for in .aid Contract, then this obligation shall be hull and void,otherwise ii shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of till claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and all such 0aimanis shall have a ditcct right of action under the bond as provided in Article 5160 of the Revised Civil Statutes. Ilk QVIDIED rult'TNER, that if any legnl action be filed upon this bond, venue Shall lie in Tarrant Cti►,nty, State of TQ?,aa, and that the said Surety, for value rcccived, 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 pt:rformed:thereunder or the specification accompanying the same shall in any wise affect its obligations 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 or the.specitications. �CIA fD D .�1 EC - 5 PROVIDED FUItI'HCR, that no final settlement between the Owner And the Contractor ithall abridge the right of any bcaef►ciary hereunder whose claim shall be unsatisfied. rN WITNESSLTI I WVEREOF, this instrument is executed in-Ccounterpams, each ogle of which shall be deemed an original,this the 12TH _day of APRIL .2000. Principal (4) A T: � i (Principal Sec ctary (Printed Nenteil'itie) Jorge 1... Gazan, President (SEAL) 202A N, 1}Pnnh St, ADDRESS Fort Worth, TX 76111 CITY/STATEMP (Address) ((Suu����ryy�� EVERGREEN NATIONAL INDEMNITY C�MYWY A1-r'EST- U(Surety R Aretary I1y:, C& (Attorney-in-Fact)(5) CHAD W. LA CH D W. LAND _ (Printed Attorpcy-in-Fact) (SERI.) Witness 71 r Surety Nam: Darr of Sond m►ul not be prinr ru dirte Q/ Cvnnarr (D) ('arrru mime nJC.onuutior (T) A Catporulioe,a parintrllup or orrelladrviduol,in • case m�br (Jl Correel Kum of Swety (+/ IfC•OMwtiOr to 110rrllvrA000 all/nrirrrr thuuld vxveure bora/ INRCNAd RECORD Cad���sr Y EC- 6 R. woo 03. EVERGREEN NATIONAL INDEMNITY COMPANY ' CLEVELAND,OHIO POWER OF ATTORNEY PRINCIPAL BAZAN ROOFING, INC. EFFECTIVE DATE APRIL 12, 2000 CONTRACT AMOUNT $58,900.00 AMOUNT OF BOND s58,900.00 POWER NO. 1 1 1 1 47 KNOW ALL MEN BY"'THESE PRESENTS: That the Evergreen National Indemnity Company, a corporation in the State of Ohio does hereby, nominate,constitute and appoint: ----Camille Edwards,Gwenn J.Hall,Chad W.Land,Lanny W.Land---- its true and lawful Attor icy(s)-In-Fact to make,execute,attest,seal and deliver for and on its behalf,as Surety.and as its act and deed, where required. anv and all bonds,undertakings,recognizances and written obligations in the nature thereof, PROVIDED,however,that the obligation of the Conipan) under this Powcr of Attorney shall not exceed One Million Five I lundred Thousand Dollars($1,500,000.00). phis Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of February, 1994: "RFSOLVFD, That any two oflicers of the Company shall have the aulhorily to make, execute and deliver a Powcr of Alloruey constituting as Attorneys)-in-fact ofsuch persons,firms,or corporations as may be selected from time to time. FI IR"I'lll:R RESOLVED,that the signatures ol'such officers and the Scal ofthe Company may he aldixcd to any such Power of A(lorucc or arc certificate relating thereto by facsimile:and any such Power of Attorney or certificate bearing such facsimile signatures or lacsiniile seal shall he valid and binding upon the Company:and any such powers so executed and certificate by lacsintile signatures and facsimile seal shall be valid and binding,upon the Company in the future with Icspect to an) hood or undeitaking In which it is attache(l.,. IN WI INI:SS WIII:REOF, the Evergreen National Indcmnit) Company has caused its corporate seal to be affixed hereunto, and these presents to be signed by its duly authorized officers this 23rd day of February. 1994. EVF.RG ;EN NATION _ DEMNITY COMPANY xxxxsxrvtlV+�"�r,,,��� c 0 � ��,z4� '•"'"� °'c raig L.Stout,President r'tpRPORATf Win. ��. S E A L Ar , - 7�ti,,19flZa Roswell P.Ellis,Treasurer 01-110 Notar} Public) State of Ohio) SS: I On this 23rd day of February, 1994,before the subscriber,a Notary for the State of Ohio,duly commissioned and qualified,personally came Craig L. Stout and Roswell P. Ellis of the Evergreen National Indemnity Company,to me personally known to be the individuals and officers described herein,and who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn, deposed and said that the), are the officers of said Company aforesaid, and that the seal affixed to the prccaling instrument is the Corporate Seal of said Company, and the said Corporate Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corpotalion, and that the resolution of said Company,referral to in the preceding instrument,is now in force. W• F.STIMONY WHEREOF,I have hereunto set my hand and affixed my official seal at Cleveland,Ohio,•the day and year above written. iAi- 0 c ory N.Miracle,Atiomey 2 otary Public State of Ohio r +F My Commission has no expiration date Section 147.03 R.C. t + Slate of 011io) SS: / r 1. the undersigned, Secretary of the Evergreen Naatiol ;''1 1�fr Y 'imrpany, a stock corp oration of[lie Sla(c of thio, IX)I II: ^ursday.Apnl 06.2000 5 59 P.M To Jack Durham From Jorge L Bazan (817)831-4254 Page. t of 2 Name Jorge L. Bazan Company Bazan Roofing,Inc. Voice Number(817)831-4253 _ Fax Number.(817)831-4254 Fax 2824 K BEACH ST. FORT WORTH,TEXAS 761 1 1 Date: Thursday, April 06, 2000 Total Pages: 2 Subject: COWTOWN Name: Jack Durham Company: City of Fort Worth Voice Number: (817) 871-8072 Fax Number: (817) 871-8488 Note: MR. DURHAM, ENCLOSE PLEASE FIND THE PROPOSAL FOR COWTOWN COLISEUM PLEASE CALL ME IF YOU HAVE ANY QUESTIONS. CORDIALLY, JORGE �i�t�✓l�c� Qioir.G� 'e �EC�d 0 OC ASL FIC00)LP@ Cc 9rVf c�[1GG�CJLL `� R. woo THO F'M ursday.Apn106.2000 5 59 PM To Jack Durham From Jorge L Bazan (8 t 7)831-4254 Page.2 of 2 BAZAN ROOFING, INC. Quotation CITY OF FORT(WORTH 1000 Trockmorton Fort Worth, TX 76102 Via Fax 871-SASS Attn.:Mr.Jack Durham RE: REPLACE SHINGLES AND REPAIR CLAY TILE ROOF FOR CO%k7OWN COLISEUM 126 E.EXCFLkNGE AVE (FTW1 We propose to furnish labor,tools and materials to perform the following work at the above referenced residence. Tear off existing composition shingles; Nail two plies of 30 lb. felt over entire sloped area; Nail a 25 year TA,vU<O ELITE TILE RED 3 tab composition shingle over entire sloped area-, Replace all lead pipe roof vent and pitch pan flashings; Remove and replace all broken clay tile shingles at main building and ticket office, Install new step shingles at gable areas Furnish standard 25 year manufacturer warranty; Fumish a(2)two year warranty from BAZAN ROOFING,IVC.; Clean up all roofing debris from job site, Al work to be performed as specified by roofing manufacturer. THE ABOVE TO BE CHARGED AT THE RATE OF:$58,900.00 QUALIFICATIONS OF BID ffWAMMMEd W3'ficlt"i° R12V We exclude gutters. Thank you for the opportunity to furnish this quotation,and I hope to serve you further. Yours very truly, Jorge,U 'B ana,a.vv 282.1 N.BEACH ST.-FORT WORTH,TX 76111-PHONE(817)831-4253 -FAX(817)831-4254 urday.April 08.2000 11:01 AM To Jack Durham From Jorge L_Bazan (817)831-4254 Page.2 of 2 BAZAN ROOFING, INC. CITY OF FORT WORTH 1000 Trocicmorton Fort Worth, TX 76103 Via Fax 871-8488 MR. DURHA-Ni, ENCLOSE PLEASE FLUID THE BRAKE DO",N FOR LABOR,MATERLALS AND PERFOR.vLA CE BOND FOR COWTOWN COLISEUM. PLEASE DO i\OT HESITATE TO CONTACT ALE IF YOU HAVE ANY QUESTIONS CORDIALLY, Jorma L. Balzwv REMOVE ONE LAYER THREE TAB 378 SQ. (a $26.00 $9,828.00 TWO PLY 930 LB.FELT 378 SQ. (a; $16.00 $6,04&00 REPLACE 25 YR.ELITE 3 TAB SHINGLE 396 SQ. (a 595.00 537,620.00. .. REPAIR CLAY TILE ROOFS $2,600.00 5°1*PERFORMANCE BOW $1804.80 TOTAL S5 S,900.SO 2824 N. BEACH ST.-FORT WORTH,T\ 76111-PHONE(817)831-4253-FAX(817)831-4254 kW, Z P.,� MORD CERTIFICATE OF LIABILITY INSURANC PID SH DATE(MM/DD/YY) ZAN-1 04/12/00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Kirby, Head-Teas Insurance HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR One Summit Ave. , Suite 400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ft. Worth TX 76102 Phone: 817-336-2721 Fax:817-870-2520 INSURERS AFFORDING COVERAGE INSURED INSURER A: Lumbermens Mutual Casualty INSURER B: Nat'l Fire Ins Co of Hartford Bazan Roofing, Inc INSURER C: American Manufacturers Mutual 2824 N. Beach St. INSURER D: American Protection Ins.Co. Fort Worth TX 76111 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD DATE MMIDD LIMITS GENERAL LIABILITY EACH OCCURRENCE f 1000000 A X COMMERCIAL GENERAL LIABILITY 5AA038571-00 08/01/99 08/01/00 FIRE DAMAGE(Any one fire) f 50000 CLAIMS MADEa OCCUR MED EXP(Any one person) f 5000 X Blanket Addtl Ins PERSONAL a ADV INJURY $ 1000000 X CG2503 AGO TO THIS PROJECT ONLY GENERAL AGGREGATE f 20000Q0 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG f 1000000 POLICY JECOT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT f 1000000 C X ANY AUTO F5Y027715-00 08/01/99 08/01/00 (Ea accident) ALL OWNED AUTOS BODILY INJURY f SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY f NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE f (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT f ANY AUTO OTHER THAN EA ACC f AUTO ONLY: AGG f EXCESS LIABILITY EACH OCCURRENCE f 5000000 B X OCCUR CLAIMS 3094881 08/01/99 08/01/00" AGGREGATE $ 5000000 f DEDUCTIBLE f RETENTION f f WORKERS COMPENSATION AND TORY LIMITS I I ER D EMPLOYERS LIABILITY 5BR002266-00 08/01/99 08/01/00 E.L.EACH ACCIDENT $ 500000 BI,AN ET VUIIVR Or SUSROGTN E.L.DISEASE.EA EMPLOYE f 500000 E.L.DISEASE-POLICY LIMIT 1 f 500000 OTHER A Property Section 3AT641992-01 08/01/99 08/01/00 Buildings 145000 Contents 45000 DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER N I ADDITIONAL INSURED;INSURER LETTER: CANCELLATION Tpjms+PO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL Transportation & Public Works 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Dept. , City of Fort Worth Attn: Gary Lovell LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF 3409 Harley Avenue ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Fort Worth TX 76107 IKirby, H d aaasu& �c/ ACORD 25-S(7/97) CORPORATION 1988