Loading...
HomeMy WebLinkAboutContract 25852 R � '.;!TY SECRETARY CGNTf ;=QCT NO. CITY OF FORT WORTH, TEXAS EMERGENCY CONSTRUCTION THE STATE OF TEXAS 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 Naturalite Skylight Systems of the City of Terrell 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 04/12/2000, commencing on the date of the Notice to Proceed, 04/13/2000, which is attached to this Agreement. PROJECT NAME Repair Skylight Glass, CENTRAL LIBRARY PROJECT NUMBER TE010 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 $79,011.00. Contractor agrees to complete the project, suitable for occupancy and beneficial use, within 150 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 employed on the project. Contractor 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 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 five counterparts with its corporate seal attached. Done inF rt Worth, Texas, this the�dayfof` ,A.D., 20D_. i e Skylimlit Syste.ls CCoo dd Contractor signaattu By: 4S'H APPROV D: Name sewl'D/t By. Office Assistant City Manager APPROVAL O MENDED: RECORDO: By: By: A t�llwilo a u rks (City Secretary APPROVED Aj9, TO FORM ND LEGALITY: By: Date Assistant ttorney _ I L ` Z Contract Authorization 7-as -_Do -- Date EC - 2 PAYMENT BOND THE STATE OF TEXAS BOND NO. 40OKF4593 COUNTY OF TARRANT Butler Manufacturing Co, dba KNOW ALL MEN BY THESES PRESENTS: That we,L�Lut' lite S Xli ht. tis ems a corporation of Terrell fixes., hereinafter called Principal and (3) St. Paul Fire and Mari.Pe Ins a.MCorporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to in the penal sum of. S 79,011.00 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner dated the 13th day of April .2000. a copy of which is hereto attached and made a part hereof,for the construction of: Project Name: Repair Skylight Glass CENTRAL LIBRARY Project number: TE010 copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the "works". NOW, THEREFORE, the condition of the obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Article 5160 of the Revised Civil Statutes of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void,otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all 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 claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no change extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or 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 specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim shall be unsatisfied. IN WITNESSETH WHEREOF,this instrument is executed in-6-counterparts, each one of which shall be deemed an original, this the 13th day of April .2000. Principal (4) A I I za t. Butler Manufacturing Compan dba Naturalite Sky Syste (Principal) G(, �.cePreX "dent and . Huey, ecretary r►n a ame ► e (SEAL) 803 Airport Road ADDRESS Terrell, TX 75160 CITY/STATE/ZIP 385 Washington Street St. Paul, MN 55102 (Address) (Surety) St. Paul Fire and Marine Insurance Company ATTEST: (Surety)Secretary By-4"' (Attorn lin-Fact)(5) J?aige M. Turner (Printed Attorney-in-Fact) (SEAL) Witness as to Surety Note: Date of Bond must not be prior to date of Contract (lJ Correct name of Contractor (2) A Corporation,a Partnership or and Individual,as cave may be (3) Correct Name of Surety (J) tfContractor is Partnership all Partners should execute bond - 1heSfPdul POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 20622 Certificate No. 214146 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Mickey Bickham,Lee's Summit,MO; Paige M.Turner,Odessa,MO; Roy R.Yancey,Overland Park,KS; Keith A.Stiles,Kansas City,MO of the City of State their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledgr any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of-persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings rp�ued or pa�titted in y actions or proceedings'allowed by law. �) j m IN WITNESS WHEREOF,the Companies have caused this instrueng�etl+ttir � st day of December 1999 Wtd Seaboard Surety Company '� States Fidelity and Guaranty Company St.Paul Fire and Marine Insur omy t Os, Fidelity and Guaranty Insurance Company St.Paul Guardian Insuranc ,O"p-arye.'e, • j� Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Comps , g� fLo11FPI1�jF,1y k:�JrY�T�P JOHN F.PRINNEY,Vice President ,E q�o �`M1SEAL o 3 SSJL� m t State of Maryland R. C City of Baltimore MICHAEL R.MCKIBBEN,Assistant Secretary On this 1St day of December 1999 before me, the undersigned officer,personally appeared John F.Phinney and Michael R.McKibben,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. tioT � In Witness Whereof,I hereunto set my hand and official seal. qo4% My Commission expires the 13th day of July,2002. v'�9Ec," REBECCA EASLEY-ONOKALA,Notary Public 86203 Rev. 11-99 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attomey(s)-in-Fact shall have the power and authority,and,in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Michael R.McKibben,Assistant Secretary of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this 13th day of April 2000 NR. 'Ac- g Michael R.McKibben,Assistant Secretary To verify the authenticity of this Power of Attorney,call 1-800-421-38W and ask for the Power df Attorney clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is attached, , ► ° °�Xy 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 Skylight Glass,CENTRAL LIBRARY,project number, TE010. Naturalite Skylight Systems By: Title o�0 02 0-0 O Date STATE OF TEXAS COUNTY OF T RRANT BEFORE ME, the undersigned authority, on this day personally appeared /2i s 11 ro(11/94 n , known to me to be the person whose name is subscribed tote foregoing instrument, and acknowledged to me that he executed the same as the; act and deed of /I47"P4t m SXYw&-d— 5y5T6M,5 , for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE th' day of F GLORIA PAUL NOTARY PUBLIC Notary Public in and for the State of Texas State of Texas Mrn, Exp,08-04.- (a) e 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. 04/12.00 14:48 FAX 913 685 7499 LISEKTI HLILAL N5 wjvv., VV. Certificate of Insurance THIS CERTTr1CATr:I5 ISSLMO AS A MA,-rER Or LVFOM ATION ONLY AND CONr ERS NO Rl(;9f5 VrON YOU THE CtIITIFICATE HOIXER.THIS Cl R 1 WICATI,IS NQ I AN NSL'RANCE 1'OI�Ll AND OOES NOT A?A ND,EX SND,On ALTER THE COVERACE AFFORDEn eY THr I.OLICIrt LISTE•13 alLOW. This is to Certify that BUTLER MANUFACTURING COMPANY ABA NATURALITE SKYLIGHT SYSTEMS Name and LIBERTY MS TRISH FOGARTY - �-- address of MUTUAL, PO BOX 629 Insured. �=kR= TX 75160 Is,at Ine Issue date of INS Certificate,Insured by the Company under the policy(ies)fls(ed below. The insurance afforded by the listed poliq&S)Is subject to all their leans,exclusions and Conditions and is not altered by any requirement,term or condition of any contract or other document with respect to which this certificate may be issued. EXP.DATE CONTINUOUS TYPE OF POLICY EXTENDED POLICY NUMBER LIMIT OF LIABILITY POLICY TERM WORKERS 11/1/00 WA2-64D-004268-639 COVERAGE AFFORDED UNDER WC EMPLOYEF4S LIABILITY COMPENSATION WC1.641.004268-679 LAW OF THE FOLLOWING STATES. Bodily Injury By Accident INCLUDES OTHER AL,AK.AR,AX,CA,CO,CT,DE, Esch FL,GA,HI,ID,IL,IN,IA,KS,KY,LA $1,000,000 Accldanl STATES COVERAGE MA,MD,ME,MI,MN,MS,MO, (EXCEPT AAT,NC,NE,NH,NJ,NM.NY,OK, Bodily Injury By piseasePoq MONOPOLISTIC OR,PA,R.I.SC,SD,TN,TX,UT, $1,000,000 Limit STATES) VT,VA„Wl Bodily Injury By Disease $1,000,000 Eacn Person GENERAL LIABILITY 11/1/00 RG2-641-004288-618 7C6eneral Aggregate-Other than f ducts/ ompleted Operations $3,000,000 ®OCCURRENCE Products/Completed Operations Aggregate INCLUDED IN GENERAL AGGREGATE ❑CLAIMS MADE Bodily injury and Property Damage Llability Per $,2,000.000 Occurrence Personal Injury Par Person/ RETRO DATE Organization Other Other AUTOMOBILE LIABILITY 11/1/00 AS2-841-004288-628 Each Accident-Single Llmit I�pqt $2,000,000 B.I.and P.O.Combined ri OWNED Each Person p®1� NON-OWNED Each Accident or Occurrence Y]I HIRED Each Accident or Occurrence OTHER ADDITIONAL COMMENTS PROJECT IIEF 82344 CENTRAL L113RARY-TORNADO,FORT WORTH,TX It the certi icets expiration date is continuous or extended terrll,you will be notified if Coverage is terminated or reduced before the Candiceta expiration date. SPECIAL NOT1CF41110: ANY PERSON WHO.WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACIUTATINO A FRAUD AGAINST AN INSURER,SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD. IMPOWANr NOTICE TO FLORIDA POLICYHOLDERS AND CERTIFICATE HOLDERS: IN THE EVENT YOU HAVE ANY OUESTIONS OR NEED INFORMATION ABOUT TRIS CERTIFICATE FOR ANY REASON,PLEASE CONTACT YOUR LOCAL SALES PRODUCER, WhOSE NAME AND TELEPHONE NUMBER APPEARS M THE LOWER RIGHT HAND CORNER OF THIS CER nnC:ATE. THE.APPROPRIATE LOCAL SALES OFFICE MNLINO AODRE35 MAY ALSO BE OeTAtNED BY CALLING THIS N�I er:Rty Mutual Group NOTICE OF CANCFLLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) bEFOPF THF STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEA4f 30 DAYS , NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: e r Fort Worth Transportation 8 Public 4487 /JVD City of Port Worth, TX Building A i t AUTHORDIZIED REPRESENTATIVE DNE HOLDER RTIFICATE Architectural Services Suction 3409 Harley Avenue Overland Park, KS 913.681-1700 04/11/2000 Fort Worth, TX 76107 OFFICE PHONE NUMBER DATE ISSUED in afforded by Thuis ComraniLs la 7i:1.It: R FO T O TH � April 13, 2000 EMERGENCY NOTICE TO PROCEED Naturalite Skylight Systems P.O. Bix 629 750 Airport Road Terrell, Texas 75160 CENTRAL LIBRARY TORNADO DAMAGE SKYLIGHT 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. Sinc ,L 9perintendent Transportation & Public Works, Building Services Division cc: Department of Risk Management Duane Rubeor, TPW Dept. Bill Xsek, TPW Dept. `---Mike-Mathews T/PW—apt. File 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 Printed on recycled paper Ap`-12-00 04:O6pm From-PROJECT MANAGMENT 9TZ55164Z1 T-414 P 01/03 f-BTT NSAKILYRALITE P.O.ROK 629.750 AlrpoR 8084-Terrek TX 73160-f912)SSI-4400-WWW.vi&tZWe11 Own PROPOSAL Mr. Bill Matysek April 10, 2000 City of Fort Worth, Texas April 12, 2000 rev. #2 Building Services Division 34091.-iarley Avenue Fort Worth, TX 76107 RE: Central Library We propose to furnish and install, including demolition of the damaged glass by the recent tornado storm, the following: Glass replacement of 36 pieces on west side of ridge, 12 pieces east side of ridge unit, both gabled end walls. The gabled end walls will be reframed to allow for the installation of insulated, laminated glass to assist in preventing the glass fall-out as experienced during the storm. Included in our total price is$6, 338.00 for the redesign of the framing system. Total with glass is$ 12, 765.00. An on-site structural review by our Naturalite engineering manager to review the ;structural integrity of the skylight unit is included. Any revisions to the anchoring system will be made prior to the installation of the replacement glass. If extensive damage has occurred, we will present any findings to you for price review prior to work taking place. Included in this proposal is labor,equipment, plywood for roof protection, removal of damaged glass, glazing materials, dumpster, crane, aluminum framing members/anchors/framing caps as may be required, clean-up of maberials'upon completion of work. TME V16TAWALL GROUV BUTUR M"XACTM114 COMPANY Apr-12-00 04:07vm From-PROJECT MANADAENT 0725516421 T-414 P 02/03 F-Ail City of Fort Worth Page 2 Qualifications: Naturalite terms and conditions are made a part of this agreement. Removal of damaged glass and installation of replacement glass during normal working hours - Monday through Friday-weather permitting. Crane access to be provided by Owner. Pedestrian/employee protection below the skylight area during our work is the responsibility of others. No one will be allowed in the vicinity of the skylight unit(inside or outside) during this work. Insurance provided by Naturalite in the limits shown. Glass shipment may be 12 to 14 weeks depending upon the glass manufacturer's lead time at time order is placed. Total price,excluding sales/use tax, including payment bond $79,011.00 Exclusions: Performance bonds. Curb or structural supports, replacement of any support structure to the skylight. Final cleaning. Temporary protection of interior finishes during demolition/installation. Pedestrian protection. Sales/use tax. Roof repair- we will do the best we can to protect the existing roof during our work. Plywood will be placed at our work areas. Apr-12-00 04:07pm From-PROJECT NAHAGIA<HT AT25516421 • 4 T-414 P 03/03 F-ATT City of Fort Worth Page Thank you for the opportunity to price this for you. Sincerely, NATURALITE SKYLIGHT SYSTEMS 6t-k'�'-" Trish Fogarty Senior Project Manager Enclosures cc: The Dunne Co., Inc. Date: _/ Accept.d: Bill Maty k City of Fort Worth, Texas "noon And Council Communication DATE REFERENCE NUMBER LOG NAMEPAGE 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 l6 Additional Information Contact: *.. 4-,j City Secretary of the City of Fort Worth,Texas Robert Combs 8357