Loading...
HomeMy WebLinkAboutContract 25891 CITY SECRETARY�5gq ( TMS CM FOE CONTRACT NO. -Comm � CONTRACTOR'S BONDING CO- CITY OF FORT WORTH,TEXAS CTIVSECRETARY CRY MANAGER'S OFME EMERGENCY CONSTRUCTION ENGINEERING DIY. THE STATE OF TEXAS _,_.TIPW-FU COPY KNOW ALL MEN BY THESE PRESENTS: 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 Robeson Roofing and Construction Company 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 0411212000, commencing on the date of the Notice to Proceed, 0410312000, which is attached to this Agreement. PROJECT NAME Repair tile roofs and accessories, North and S. Holly Water Treatment Plants PROJECT NUMBER TE015 BUILDING NUMBER Building Number Consolidated 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 $36,918,00, Contractor agrees to complete the project, suitable for occupancy and beneficial use,within-9-Q-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 EC - 1 L ���MY] 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. 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$100,000 Contractor shall provide both Payment and Performance Bonds for the full amount of the Contract. Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Permit fees are waived. Separate permits will be required for each facility. The Standard Contract Documents for Emergency Repairs to,Facilities, Architectural Services Section, Department of Transportation and Public Works, City of Fort Worth, Dated March 29, 2000, are made a part of this contract by reference. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the liquidated damages outlined in the Standard Contract Documents for Emergency Repairs to Facilities, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in flya counterparts with its corporate seal attached. Done in For=f".s, this the 14 day of. U A.D., 2OV-0_ ((�� ompany ontractor signature By: 9IG9T C7, PJAZI TT APP OV D: N me I&g �R,'E51 D�N� By: Office Assistant City Manager APPRfAssisity ND RECOR By: By.nd Public WorksCity SecretaryAPPRRM AND LEGALITY:By- Date ttorney Contract Authorization ;v �� 8 � D?���v^�IID 1- a5700 EC -2ay E('MAQY Date � Ul'Kll; . f PAYMENT BAND THB STATE OF T XAS i BOND NO. 115004189 COI,M OF TARRANT KNOW ALL bM BY MMEM P ESMM Thij .V% '- mftg and Camp aC��tors Iaf,$�g'1' �'e-Te:u;, inkfor called Prat*al and (9p,.,_ . SU Co . COk caepotseloi asymised and existing un er do laws of the Sole and My mdhorbmd to nammat bednew to the Sotto ofTe mlh as 3=11 ase he and&mly bdWtd unoo the Ctw ofFat Wath, a maoMp■t corpondon apW=d aid mdedng under laws of the Spite of Tsaas, h"MOW cathed OwAW, and unto all per=% flans, and oorpore lens May frrrnisb reN I r �rift labor Opo%the building or 1mps�ovanaros luvelaaftw n hr. d In tho pow!sum .�:..+�"lawNl tnor�e�► ,`Iii of dye Unibsd 3tatw,to be pold in Fast Wordy Twonm�•TO"for the pa,�rment of which aunt well and tmly be made, are bind ommehies, our hd% tgdar OMMtoss orad Sucasi osa Jointly and saveraiey,firmly by these p a tor, THE CONDITION OF THIS OBLIGATION'is �rolr dud W�the Pr6w �ged lobo a txt'taln coand with the City of Fart Words,dee OwnwW the, - day df -UK a copy of which 1s hosedo attached and made a pars ibr the ownruction oe Project Nares.- Repair the Mob ad aeae Eft l aft nod L Holt►Water Trestmeat Project aaaben TE613 P copy of.whin oantract i1 bpsem attached,npfecred for a+ meds a pert, 9.MY and to tins ams w�tent'so.il coped airl*4* hertin. such prajee! and ,benig=haeir�aihe ndbnvd to at+ the NOW,9PHUB,FOPA the condltlon of the oW Is mob tha4 If the Prat shall RiornpHy maios payment to aU olaimu* se defined in Article 160 of the Revised Civil SaUdas of Tistua. . s 4Wrg labor and tuateriala is do proemdon or.01work provided ibr In said Contrast; then this obligation shall be null and vold,otherwise it shall reraas�r in IMI force and et"t. i TM BOND IS MADE AND ENTBRED into so so sly for the ptotertiorr of all clam eats au bang labor and material In the prosecution of the work for in said Contract,s8 olahrante aro defined in=W Article 5160,and sA auoh eleitnSM shall haw a t,h14 right of action under the bond a provided In Artlole 3160 of the Revised Civil Statnbw. r PROYHMD FURTHER, that if anylegal be filed upon this bond. venin shall lig in Tsmmt County,State of Texan,and that the said Sumly. value received,he"by stipulow and agrM trot no chump wortsion of time,alteration or addition the tetmc of the oombism or to the wort to be psrtbnned thereunder or the spalfcition a000mpanyittgjdo some stealI its any wise afibot its obllgathm on this bond, and it does hereby waive notice of xV,,tach chwSr, extension of time. alteration or Wdi*m to tate tomes of the oonftd or m the work or*9 hpaciflcatloes. r I r i PROVIDED FURIMMv that no final sattlaanen between the Owner and the Contractor shall abridge the right orany beneficiary hereunder whose iWi m dull be matlafie& W WrIMSETH WHEREOF,this insstr=*t 4 aucuted In-L c"mterpaft each one of which "ll be deemed all 0djr k this the 15th Ay of MAY 121100, IAM Principal(4) BRET G. BARNETT 131y" VICE-PRESIDENT/SECRETARY (friftcipmb Smetary I ROBINSON ROOFING & CONSTRUCTION CO. , INC (Printed Namwritle) 2112 W. VICKERY (SEAL) ' FORT WORTH, TX 76102 i "ATE" (Address) A4WEST SURETY INSURANCE CONPANpurely) 5030 LAS VIRGENES ROAD C4ABASAS-, CA 91302 Svey LINDA HA Mm- I (Attorney-in-Fact)(5) I i BONNIE WOFFORD I Mitrted Attorney-in-Fact) Wltnm as to Sumty No Am1vfiW Mra 1W br prior ro d"1v . • cam, ! ry cam�baa (�1 A Corpcwlow a ParrirW*or and lbw/,m AIM may ba (j) Comm Armmglarrry (y1lCowtnaotorW!`wont�irapbgPMtnC+stl�dd L RECORD" 1 .aw�.•�ur 6wtd I i ® LIMITED POWER OF ATTORNEY Amwest Suretv Insurance Companv Far West Insurance Com an POWER NUMBER 0000996207 This document is printed on white paper containing the artificial watermarked logo of Amwest Surety Insurance Company on the front and brown security paper on the back. Only unaltered originals of the Limited Power of Attorney ("POA")are valid. This POA may not be used in conjunction with any other POA. No representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of Nebraska and is only valid until the expiration date. Amwest Surety Insurance Company and Far West Insurance Company(collectively the "Company")shall not be liable on any limited POA which is fraudulently produced,forged or otherwise distributed without the permission of the Company. Any party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at (972)503-6925 KNOW ALL BY THESE PRESENT,that Amwest Surety Insurance Company,a Nebraska corporation and Far West Insurance Company,a Nebraska corporation (collectively the"Company"),do hereby make,constitute and appoint: Gail A.Barraza Daniel D.Waldorf Connie Wofford Nancy Ruano Lannie McClain Karen Kubica Beverly Trimble Steve Rauch Steven W.Lewis As Employees of Amwest Surety Insurance Co its true and lawful Attomey-in-fact,with limited power and authority for and on behalf of the Company as surety to execute,deliver and affix the seal of the company thereto if a seal is required on bonds,undertakings,recognizances,reinsurance agreement for a Miller Act or other performance bond or other written obligations in the nature thereof as follows: All Bonds up to$25,000,000.00 and to bind the company thereby. This appointment is made under and by authority of the By-Laws of the Company,which are now in full force and effect. I, the undersigned secretary of Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore,that the resolutions of the Board of Directors of both Amwest Surety Insurance Company and Far West Insurance Company set forth on this Power of Attorney,and that the relevant provisions of the By-Laws of each company,are now in full force and effect. Bond No. 115004189 Signed&sealed this 15THday of^ MAY 2000 Karen G.Cohen,Secretary RESOLUTIONS OF THE BOARD OF DIRECTORS " " * " " " " " * * * * * * * * * * * * This POA is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on December 15,1975 and Far West Insurance Company at a meeting duly held on July 28,1983: RESOLVED,that the President or any Vice President,in conjunction with the Secretary or any Assistant Secretary,may appoint attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the Company,to execute and deliver and affix the seal of the Company to bonds,undertakings,recognizances,and suretyship obligations of all kinds;and said officers may remove any such attomey-in-fact or agent and revoke any POA previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and bind upon the Company: (i) when signed by the President or any Vice President and attested and sealed(if a seal be required)by any Secretary or Assistant Secretary;or (ii) when signed by the President or any Vice President or Secretary or Assistant Secretary,and countersigned and sealed(if a seal be required)by a duly authorized attomey-in-fact or agent;or (iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER,that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Amwest Surety Insurance Company and Far West Insurance Company have caused these present to be signed by its proper officers, and its corporate seals to be hereunto affixed this 25h day eptember,19 &I 1 J John E.Savage.President Karen G.Cohen,Secretary State of California County of Los Angeles On September 25,1998 before me,Peggy B.Lofton Notary Public,personally appeared John E.Savage and Karen G.Cohen,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted, executed the instrument. WITNESS my dand official seal. PE6GV B.LOfiON AeM °y\NS(j,4':, °"SV'Rq COrtlrttllrOfiil��6s �., \4 C, Signature eBY (Seal) Loa M1gdo Caady 0 Wrn'- DEC.14. n__W!- DEC.14. 0 0_ :C0MM_ . f•`:, 1995 10 zz 3 s 1995 op, RAS+dayArZ 6 A5 ' a as 1 �b ...R ��•.. 5230 Las Virgenes Road Calabasas,CA 91302 TEL 818 871 20 10 � I �_' - - - -��!����hi�Al� '�,�����M ���������d�l���':►,;� " t ��� ,� N 1�1��1 tM VJ�NI '�`� TJ T1-11-1 LI 11;N-IJ=,N�p!N�dl.�..l k���a���l��� 1�M it IN1���� _T1 i'�_ tT 1f7 —yr ' ;, ► i� �r�- l � It_�NI �-��� �-� +fry 1.r I�����-�#p N IN=fit at ��1�-=�AA��1�-!d 1 NA dl ._ N ISN II A .I I dl—� NI } 1� 1flr 'p hN �p '!I Idl ram I . -- _„_- if _ - I .�I� N,—� �! 4�p� !��--+r�Np N N ��� IM p•IM �� !1��! �1.._I' � �--�iN�l'� �I��I I I �i I} a I-II I jTi� I_ �NT�, 1 N }N IA INN pp —11—I d� �p�-!! =dd 11— 9 =�Vg}� k 9A +M - �I pl NN II= �16—p1—� II �I �� a��-'►I � Imp-�-�-Y-IN—t��fl=_�f 1N ���-!! �R '�� - ]�_ fl �t +N` I�■4 _ ��-Nk f qp � -� +►-l6� f -�-1V=��-���--- ,��-�IhII�!��I� VIS��Il�dl�d�M� ��� � �_�1--.�k fit- _ l �-� =I���..=oN���1�-#! �R--4-�►-.���-A��`�!�'�1�=—��, I��II�M� :��� ��� ���1��� INIA �! ISA � � �-���- �!� _ _ N - 1 11= +� p AlAilIdl ! IA ifip ,r LI IF T,p 1►� � �r-�A �����-�-pN��l�� � -� ��-I� �'� � ��-1��i��-�� ��-� �+gip-�_ ��" —�i�If al�Jl —�- - _ ��- �� �-�t�.���11 ���� it—i' -:�� �l�I� �!-�� !! IA I�NMI�IA ,:� � � � ��II • �- ��- �� g'' F 1-I I�Pd� y�.-. �� d �""_ ,_F �'� T1 IA-��=f'1 f' *'�� *,l r'� �►�I if it1 ;� :� id IRp1��. _,�. �� � °-��A�� A ���-W-I� �I �f ��►N�--����-IA-�II.L.�,d-m�f� N-�-I � �-��-1 "�q ISI ��` 1 .K��1��m�s 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 tile roofs and accessories, North and S. Holly Water Treatment Pants, project number, TE015. -� 13y. T�` zzl � 4itle- / a [(T4 SHIRLEY K GOQBYSTATE OF TEXAS (sh tintary Pt6ft STATE OF TEXASCOUNTY OF TARRANT y Conn►. E0.04/14/2pn n BFF ME, t e undersigned authority, on this day' personally appeared �j , known to me to be the person whose name is subscribed to the forggoin mstrumeft, nd acknowledged to me that he executed the same as the act and deed of AQq for the purposes and conViderations th ein expressed and i he capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this /At day of 2001) (,/ "NotaPu in and foAeS e 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. u15FRIGBA VISIP-Coo R® l��C�E RFAE tl M F1'. 0 ir...., ,�v ..v v v ••• v v •v , E w COR D 1 DATE(MIWDDM. f '.J•111 �IIIR I. 03/30/2000 i)tooucvR (617) 226-8585 FAX (817) 226-8586 THIS CERT! ICAT9 IS ISSUED AS A MATTER OF INFORMATION embert Fenchurch ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 101 E. Randol Mill Rd.. Suite 204 ALTER THE COVERAGF AFFORDED BY THE POLICIES$FLOW. Arlington, TX 76011 COMPANIES AFFORDING COVERAGE COMPANY L10yds,Ton on _ Attn: Elizabeth Day Ext: A IHeuRec Robinson Roofing 61 Construction Company, Inc. COMPANY Yezas W C Insurance Fund s 2112 W. Vickery ........... __. .. ,. . Fort Worth, TX 76102 COMPANY c COMPANY D i�El�� dr I i ! G�,1'•,11 tM"�,��° � ..i tw101C,I I:.�!t,>r�lt>F:1';u�;.,�r,..,..1;,�,.. THIS 16 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER40D INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TH16 CERTIFICATE MAY BE 16OVEO OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, GXCLU9I0115 AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE of INSURANCE POLICY NUMBER POLICY EFFECT;!J;OLICY EXPIRATION I LIMITS LTR I DATE(MM/DD/YY) DATE(MMIDDNY) GENERAL LIABILITY I OENERAL AGGREGATE 6 1,ODD,000 111 X,t!COMMERCIAL OENERA_L LIABILITY i PRODUCTS•COMP/OP A00 S 1 OOO,OOO p!'illl�l I CLAIMS IJI I•X.1 OCCUR PERSONAL t ADV INJURY t 500,000 A •11°11I ILGL 99 0181 05/07/1999 05/07/2000 D OWNER'S S CONTRACTORS PROT EACH OCCURRENCE f 500 r OOO FIRE OAMAOE(Any one Bre) i 50,000 MED EXP(Anyone pereen) 1 1 000 I AUTOMOBILE LIABILITY i ! I I I I COMBINED SINGLE LIMIT i f ANY AUTO I .... .....- ....... ,. I ALL OWNED AUTOS I I I BODILY INJURY 16 I I SCHEDULED AUTOB ! (Pw Patten) ! IHIRED AUTOS j BODILY INJURY NON-OWNED AUTOS 1 i I IPer acddeni) f I I PROPERTY DAMAGE 6 GARAGE LIABILITY AUTO ONLY•EA ACCIDENT I 1 I ,1 C , s f°ar ANY AUTO ! I I (OTHER THAN AUTO ONLY ,",l ,u a•I,uul(i'I,nt! ' I Ell�l�ai{.INIu I� a „ I I EACHACCIOENT 6 ! AGGREGATE 6 EXCE@B LIABILITY EACH OCCURRENCE 11 : UMBRELLA FORM j AGGREGATE f - OTHER THAN UMBRELLA FORM S WORKERB COMPENSATION AND I X.!_To.RY EMPLOYERS'LIABILITY �Bp 0001079531 06/18/1999 106/18/2000 ELEACHACCIDENT 6 100,000 B THE PROPRIETOR! I I ...INCL � EL DIBEAB!••POLICY LIMB I f 500,000 PARTNERS/EXECUTIVE t OFFICER@ ARE: EXCL EL DISEASE•EA EMPLOYEE '$ ZOO,OOO OTHER 1 � I I I DESCRIPTION OF OPERATION@ILOCATIO EMICLESfBPECIAL ITEMS mergency Repairs to Holly WTP SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUINO COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THfi CERTIFICATE HOLDER NAMED TO THE LEFT, City of Fort Worth BUT FAILURE TO MAIL SU MN TICS SHALL IMPO@fi NO OBLIGATION OR LIABILITY ATTENTION: Bill Matysek OF ANY KIND UP0 M MPANY,ITS AOMSO EPREBENTATIVES- u JJy��q FAX: (817) 871-8488 11 AUTHORILEDRE N T1VE I .I N., 1 d' 11' Mn 1'N-f[ 1G GVVV lV ••J r.�u.,..vr. r.uvr ... ...,...,.,,,,, ROBINSON ROOFING & CONSTRUCTION COMPANY 2112 West Vlaery (817)3324994 FORT WORTH, TF,XA,9 76102 April 12, 2000 City of Fort Worth RE. North and South Holly WTP 3409 Harley Ave. Fort Worth, Texas 76107 wE PROPOSE TO DO THE FOLLOWING: DESCRIPTION AMOUNT NORTH HOLLY TANK BUILDING Tile relay�adding tile for breakage. $11,000.00 NORTH HOLLY CHEMICAL BUILDING 1. Replace all damaged and missing field tile, hip and ridge. 2. Resecure all loose field tile, hip and ridge. 3. Replace roof hatch including framing and flashing to roof system. 13,260.00 NORTH HOLLY CHLORINE BUILDING 1. Replace all damaged and missing field tile, hip and ridge. 2. Remove and replace four copper turbine vents and flash to roof system. \ 5,460.00 NORTH HOLLY BACKWASH BLOWER BUILDING Replace all damaged and missing field tile, hip and ridge. \ 560.00 NORTH HOLLY ADMINISTRATION BUILDING AND FILTER WINGS I. Replace all missing and damaged field tile, hip and ridge. 2. Replace all missing trim pieces. 3. Resecure all loose field tile, hip and ridge. 4,040.00 SOUTH HOLLY ADMINISTRATION BUILDING Resecure all loose field tile, hip and ridge. 80.00 WHEN ACCEPTED THIS BECOMES A CONTRACT tUBJECT TO THE TVERMS,441 THE REV 610E. r Accepted by: _, ROBI ONBTR ON CO. By: Bret G. Barnett MrR ic—cr�uc+ 1CJ•JV ..v✓...•........ `._. — --.._. ROBIN3ON ROOFING & CONSTRUCTION COMPANY 2112 West ViekM (817)3324394 FORT WORTH. TFAM 76102 Page 2 WEA PROPOSE TO DO THE FOLLOWING: — DESCRIPTION AMOUNT SOUTH HOLLY CHEMICAL BUILDING Replace all damaged and missing field tile, hip and ridge. 520.00 SOUTH HOLLY METER BUILDING Replace all damaged and missing field tile, hip and ridge. -,, 120.00 SOUTH HOLLY MAINTENANCE BUILDING 1. Resecure all loose field tile. 2. Replace one damaged lead flashing and flash to the roof. 120.00 Total $35,160.00 WHEN ACCEPTED THIS BECOMES A CONTRACT SUBJECT TO THE TERMS THE R sa SIDE. Accepted by: ROBINSO QFIN CO. By: Bret G. Barnett TOTAL P.03 FoPTWORTH April 3, 2000 EMERGENCY NOTICE TO PROCEED Robinson Roofing & Construction Company 2112 West Vickery Fort Worth, Texas 76102 HOLLY WTP TORNADO DAMAGE ROOF REPAIRS This is your authority to proceed with the emergency repairs of the referenced project as of this date. The City of Fort Worth is in receipt of a copy of your Certificate of Liability Insurance, and a copy of your proposal for the above work. Please forward originals of both to this office 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. Sincerely, Bill Mat sek�Seor Construction Manager Transportation & Public Works, Building Services Division cc: Department of Risk Management D beAr P 1lDEgt Mike Mathews, T/PW Dept. , File R WK-:11VIN � o TRANSPORTATION AND PUBLIC WORKS DEPARTMENT BUILDING SERVICES DIVISION THE CITY OF FORT WORTH * 3409 HARLEY AVENUE * FORT WORTH, TEXAS 76107 (817) 871-7860 * FAx (817) 871-8106 rj Printed on recycled paler MAR-31-2000 15:43 KUbINSUN KUUr- a uu"�I ROBINSON ROOFING & CONSTRUCTION COMPANY 2112 weat Vickery (817)332-4394 FORT WORTH, TEXAS 76102 March 31, 2000 City of Fort Worth RE. North and South Holly WTP 3409 Harley Ave. Fort Worth,Texas 76107 WE PROPOSE To DO TME FOLLOWING: ~ — - DESCRIMON AMOUNT NORTH HOLLY TANK BUILDING 1. Remove existing tile. 2. Install two plies of 30#felt. 3. Relay the adding new file for breakage. 4. Make all necessary flashings. OTHER BUILDINGS 1. Replace damaged and missing field and hip and ridge tile. 2. Resecure all loose tile. n^ ^ 3. Replace seven large copper wind turbines and flash to bA , modified bitumen roofs. \ 4. Replace one roof hatch and flash to modified bitumen roof. SOUTH HOLLY 1. Replace all damaged and missing field and hip and ridge tile. 2. Resecure all loose tile. We propose to do the above stated work for the sum of $35,000.00 Thank you for the opportunity to bid this project. WHEN ACCEPTED THIS BECOMES A CONTRACT SUBJECT TO THE TED09 ON THE RSE SIDE. Accepted by: ROBIN R &CONSTRUCTION CO. RV. Bret G. Bamett TOTAL P.02 r City of Fort Worth, Texas "111jor And Council C.0mmunicalflon DATE REFERENCE NUMBER LOG NAME PAGE 7/25/00 C-18163 1 13pCONI 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 I ACCOUNT CENTER AMOUNT CITY SECRETARY Offiee 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 �W.Additional Information Contact: City secretary of tha City of Fort Worth,Texas Robert Combs 8357 A