Loading...
HomeMy WebLinkAboutContract 25853 CITY SECRETARY �, ���� �� CONTRACT NO. -01MACM _ OACTOR'S 90NDlN�CO. CITY OF FORT WORTH, TEXAS - CRYPiRRSECRETAV CRY 16ANAGER'S 0r"4VE EMERGENCY CONSTRUCTION _ENGINEEUNG DIV. THE STATE OF TEXAS fl'W-I11LE 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 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 04/26/2000, commencing on the date of the Notice to Proceed, 04/26/2000, which is attached to this Agreement. PROJECT NAME Replace BU roofing on hanger and shingles on office, replace portion of wall., MEACHAM, 02 N ACFT HANGAR (MEACHAM) PROJECT NUMBERS TEM2 FEMA 020-006 BUILDING NUMBER Building Number 442 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 $136,936.00. Contractor agrees to complete the project, suitable for occupancy and beneficial use, within X90 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. EC - 1 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. 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 fiy-Q counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the d�day of &Of A.D., 20. (2n. Contractor signature rL By: �S Leo f,LT� APPR V D: Na — O i ec. MamQ4 r By: Office 7 Assistan ity Manager APPROVA4 .� ENDED: RECO;1tyy By: � By:ans nand P c Works Secreta APPROVED/ T ORM AN EGALITY: 5 0, By: Date Assistant Citv Attornev contract Authorization EC - 2 J, FoP,TWOP,TH April 26, 2000 J EMERGENCY NOTICE TO PROCEED Steven Tutt AA Applicators, Inc. PO Box 780469 Dallas, TX 75378-0469 Fax: (214) 637-5447 STORM DAMAGE: ROOFING MEACHUM AIRPORT- HANGAR 2N 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 26, 2000, which is attached. 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. J ve , Superintendent rtation & Public Works, Building Services Division cc: Department of Risk Management Duane Rubeor, TPW Dept. Mike Mathews, TPW Dept. Bill Matysek, TPW Dept. 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 to Printed on recycled paper AA APPLICATORS INC . Roofing & W 'aterproofing April 26, 2000 Mr. Bill Matysek Senior Construction Manager Transportation and Public Works Department Building Services Division City of Fort Worth 3409 Harley Avenue Fort Worth, Texas 76107 RE: Emergency Repairs at HANGER 2N Meacham Airport Fort Worth, Texas Dear Mr. Matysek: Per your request, we are pleased to provide this proposal for the wall repairs at the above referenced property. Based on our inspections, we offer the following information: HANGER ROOF REPLACEMENT $108,763.00 SHINGLE ROOF REPLACEMENT $ 20,900.00 WALL REPLACEMENT AND $ 7,273.00 ELASTOMERIC COATING TOTAL $136,936.00 We hope that this proposal provides the information which you require. Please feel free to call with any questions or comments you might have. Respectfully submitted, AA APPLICATORS, INC. teven Tutt Project Coordinator d� 1 Y �l U'r c����`.�,U�LSIEn1U1U R F01) PO Box 780469 DALLAS, Tx, 75378-0469 PHONE (214) 637-4927 Fax (214) 637-5447 http://www.aaapplicators.com A-27-2000 8:59AM FROM p. I t { AA APPLICATORS, INC. Roofing and Waterproofing PO Box 780469 Dallas, Texas 75378.0469 CALCULATEDVy- WE. _•____ 214-637-4927 Fax 214:637.5447 CMF•CKFOev_ oast _nR. Z' L Roo F p , t `u 1 0 J I i 1 1 1 "NO)ED AA APPLICATORS INC . Roofing & Waterproofing April 26, 2000 . Mr. Bill Matysek Senior Construction Manager Transportation & Public Works Department Building Services Division City of Fort Worth 3409 Harley Avenue Fort Worth, Texas 76107 RE: Proposal #2 for New Roof Installation at Hanger 2N Meacham Airfield Fort Worth, Texas Mr. Matysek: After an extensive examination of the roof at the above location, we would like to offer the following proposal. SCOPE OF WORK DEMOLITION & CLEANING 1. Sweep roof free of loose gravel, dirt, and debris. INSULATION & ROOFING 2. Install a new 1/2" x 6" wolmanized plywood around the perimeter of the roof. 3. Mechanically fasten a new insulation 1/2" wood fiber insulation board over the existing roof. 4. Install one ply of modified base sheet in a solid mopping of Type IV asphalt over the insulation. 5. Install U.S. Intec SP-4 Modifed Bitumen base sheet on the entire roof surface 6. Install U.S. Intec GBSP-4 Modified Bitumen roofing system on entire roof surface. PO Box 780469 DALLAS, Tx 75378-0469 PHONE (214) 637-4927 FAX (214) 63,7-5447 http://www.aaapplicators.com FLASHING & SHEET METAL r 7. Install new 24 gauge galvanized metal vents where required painted to match pre-finished metal edge. 8. Install new lead jacks over existing sewer vent pipes. 9. Install new 24 gauge pre-finished metal edging along the perimeter. 10. Prime metal surfaces which are to receive new flashings with asphalt primer. MISCELLANEOUS 11. Broadcast new clean granules over laps in modified bitumen. 12. Keep finished roof surface as clean as is reasonably possible. 13. Clean the finished roof surface free of loose gravel, dirt, and debris. 14. Haul off trash promptly. 15. No more roofing will be prepared than can be replaced with new roofing and made watertight that same day. 16. A watertight tie-in between the existing roof and the new roof will be constructed every night prior to leaving job site. 17. Work is to be done in accordance with U.S. Intec's specifications and installation procedures. U.S. Intec specification#GB-2B-RI will be installed. WARRANTY 18. Upon completion furnish an U.S. Intec twelve (12) year "No Dollar Limit" labor and material warranty. There will be no additional warranties expressed or implied other than manufacturer warranties that are issued. 19. In consideration of payment, AA Applicators, Inc. guarantees this scope of work for a period of two (2) years. Should this work fail due to poor workmanship, AA Applicators, Inc. will repair the roof at no cost to the owner. 20. Thirty (30) Day Draws on Material Stored and Work Completed to Date. A 10% retainage will be held on all monthly draws and paid upon final completion and receipt of warranty. COST $108,763.00 Prices are firm for(30)thirty days. Owner is to provide electricity as required to operate hand tools. Owner is to provide permits as required. A designated contractor staging area will be required. All terms will be negotiated upor acceptance. 5 a rP h 1 C �5 � NOTES - While there appears to be no visible damage to the existing metal roof deck, AA Applicators, Inc. is not rSsponsible for deck attachment to the building structure. The approximate weight of this system is 3.63 lbs./SF. Our understanding is that the roof structure on this building has been reviewed by a structural engineer and that the estimated weight is below the maximum allowable load for the structure. Thank you for allowing us to submit our bid on your roofing needs. We hope to be of service to you. Respectfully, AA APPLICATORS, INC. Steven Tutt Project Coordinator } G6�Lt�zs G �GU��//@ 1L1ln1p 1,12 2 AA APPLICATORS INC . Roofing & Waterproofing April 12, 2000 Mr. Bill Matysek Senior Construction Manager Transportation & Public Works Department Building Services Division City of Fort Worth 3409 Harley Avenue Fort Worth, Texas 76107 RE: Proposal for Pitched Roof Replacement at Meacham Airport Hanger 2N Fort Worth, Texas Mr. Matysek: After an extensive examination of the roof at the above location, we would like to offer the following proposal for completely removing the existing and installing a new twenty- five (25) year laminated composition shingle with a five (5) year workmanship warranty. SCOPE OF WORK TEAR OFF PROCEDURES 1. Remove the existing composition shingles to the wood deck. There appear to be at least 4 roofs on the building at this time. 2. Replace the deteriorated wood decking with like thickness at an additional cost of$2.25 per square foot. UNDERLAYMENT INSTALLATION 3. Attach#30 organic felt to the deck. ROOF INSTALLATION 4. Install new prefinished metal edge to perimeters. 5. Install new twenty-five (25) year laminated composition shingles in your choice of available colors. 6. The new composition shingles will be installed with roofing nails according to manufacturer's specifications. 7. Install new lead plumbing vent stack collars. 8. Install new metal vent base flanges. 9. Install new metal step flashing between each course of shingles �����G'`�, along base of all vertical walls. MU 'Eli Geo r )`'7N, Fa. PO Box 780469 DALLAS, Tx 75378-0469 PHONE (214) 637-4927 FAX (214) 637-5447 http://www.aaapplicators.com 10. Surface mount 24 gauge, four inch wide, metal counter flashing as needed to overlap step flashing, secured and sealed to vertical surface. MISCELLANEOUS 11. Upon completion of project, remove all roof related debris from job site. 12. Upon completion of project, walk perimeter grounds with bar magnet to pick up nails. 13. Any roof section removed, will be in a water tight condition by the end of the same day. 14. A tie-in between the existing roof and the new roof will be constructed by the end of the same day. WARRANTY 15. Upon completion of project, furnish a twenty-five (25) year manufacturer's limited material warranty. 16. Upon completion and in consideration of payment in full, AA Applicators, Inc. guarantees this scope of work for a period of five(5) years. Should this work fail due to poor workmanship, AA Applicators, Inc. will repair that portion of the roof at no cost to the owner. TOTAL $20,900.00 Price does not inc!ude applicable sales tax. , Prices are firm for thirty(30)days. V—/Z Owner is to provide permits as required. Owner is to provide electricity as required to operate hand tools. A designated contractor staging area will be required. All payment terms to be negotiated upon acceptance. Thank you for allowing us to submit our bid on your roofing needs. We hope to be of service to you. Respectfully, AA APPLICATORS, INC. Steven Tutt Project Coordinator 06 n �7 o '`�'U �lip I11SG^':o AA APPLICATORS INC . Roofing & W 'aterproofing April 19, 2000 Mr. Bill Matysek Senior Construction Manager Transportation and Public Works Department Building Services Division City of Fort Worth 3409 Harley Avenue Fort Worth, Texas 76107 RE: Emergency Wall Repairs at HANGER 2N Meacham Airport Fort Worth, Texas Dear Mr. Matysek: Per your request, we are pleased to provide this proposal for the wall repairs at the above referenced property. Based on our inspection performed today, we offer the following scope of work: SCOPE OF WORK 1. Replace approximately 40 pieces of forty-eight inch cementitious wall panel. 2. Install elastomeric roof coating to corrugated metal roofs located on the East and West ends of the hanger TOTAL $7,273.00 We hope that this proposal provides the information which you require. Please feel free to call with any questions or comments you might have. Respectfully submitted, AA APPLICATORS, INC. Steven Tutt VVBCC,04 GEC(0E, Project Coordinator PO Box 780469 DALLAS, Tx 75378-0469 PHONE (214) 637-4927 FAX (214) 637-5447 http://www.aaapplicators.com r. 5 A-26-2000 2:37PM FROM off's r r u U1 . udp t 1�Yt 817-871 -0488 P CONTRACTOR COMPLIANCE WITH WOROR'S COMWENSA77ON LAW IR to Article 8308-3.23 of Vemoo's Annotated Civil Statuurtes,Contractor,certifies that it provides worker's C tnpensation insurance coverage for all of its employees employed on City of Fort Worth project Aepl�oe PM Jett..-..her, TE 2 Bye Title JF Date S TE OF TEXAS C UNTY OF TARRANT BEFORE ME,the undemigned authority,on this day pernonally appeared S F N �,I-f- ,known to tune to be the person whose name is subscribed to the fbregoing insurncm,and acknow ge to that a axec ted the same ac the act and deet!of M qrs. Ir✓ - 1 thr dw purposes and iderations therein expressed and to the capacity therein stated. GI EN UNDER MY HAND AND SEAL OF E this day of — 2 %7) Notary Public in and for the. to of Texas (a) Contractor agrees to provide to the City a certificate showiag that it has obtained a policy of workers compensation k4wawe covering each of its empkrfees on the project an compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this secrion. (b) Contractor agree:to require each anti every subcontractor who will perforin work on the project to provide to it a certificate from such suboannactor stating that the subcorwactor has a policy of workers compensation insurance covering each employee employed out Vitt project. CORoacaor will not permit any subcontractor to perform work on the project umil web certificate has been acquired. 'Contractor shall. provide a copy of all such certificates to the City. Jt/tJA A.KNICLf W COWAStiION EXPIM aYa May 22,2101 i;� `t!y�i1rS"INWe From.Kathy Kelly To.Bin Matysek Date.an/wu lime.q:u:a rm -a---•- 4caw- CERTIFICATE OF LIABILITY INSURANC ID mpc °"04/1 /0 P-1 04/17/00 PRODUCER THIS CERTIFICATE 19 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Baldwin Ins G Bonding Agency HOLDER.'THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 1201 Kas Drive, Suite B ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Richardson TX 75081 Phono:972-644-2688 Fax:972-644-8035 INSURERS AFFORDING COVERAGE INSURED INSURER A: American Equity Insurance Co. INSURER B: Associated International Ins. AApApplicator Inc. INSURER C: General Accident Insurance Dalias°TX739171- 0469 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE SM ISSUED TO THE INSURED NAMED ADOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,ME OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTM RESPECT TD WRICN THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED NY THE POLICES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAWS. INWI LTR TYPE OF EI$URANCE POLICY NUMBER D TE M GATE LMT$ GENERAL LIABILITY EACIOCCURRENCE S1000000 A X coYMERCwLGENERALuAeLm ACCO52473 09/01/99 09/01/00 MEDAMACIL(Mymefim) 650000 OCCUR MED EXP(Any ons Person) S5000 CLAIMS MADE Ex PERSONAL&ADV INJURY 61000000 GENERAL AGGREGATE 62000000 GEWL AGGREGATE LMT APPLIES PER PRODUCTS.COMPIOP AGO $1000000 POUCYMY F LOG AUTOMOBILE LIABILITY C X ANYAUTO BA028050303 02/20/00 02/20/01 ((E..c"clagnsCkWMMED SMGLELIYR $1000000 t) ALL OYMED AUTOS BODILY INJURY SCHEDULED AUTOS !tpw pwwnl 6 X HIRED AUTOS BODILY INJURY 6 X NON-OWNED AUTOS 1(Pw ddwN) PROPERTYDAMAGE ,S (Pw wxmwR) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT 6 ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGO S EXCESS LIABILITY EACH OCCURRENCE s2000000 B X OCCUR Hx,uMSMADE SPD1767d02 05/04/99 05/04/00 AGGREMTA s2000000 s DEDUCTIBLE S X RET19ITwN S10000 ! s WORKERS COMPENSATION AND I TORY L2T9 I I ER-' EMPLOTERS'LIABILITY )E:L EACH ACCIDENT !S EL DISEASE•EA EMPLO S E.L.DLYASE-POLICY LIMIT j S OTHER I i DESCRIPTION OF OPERATIONS/LOCATIOM$NEMNXEMCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Froject: Hanger 2N, Meacham Airport Certificate holder is additional insured as regards General and Auto liability CERTIFICATE HOLDER N I ADDITIONAL ws RIED;wwRER LETTER: CANCELLATION CITFW-1 NIOt"ANY OF THE ADM DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF.THE NSUIN6 M$URER WILL ENDEAVOR TO YAR. 30 DAY$WIBTTEN City of Ft. Worth, TX NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE LEFT.BUT FAILURE TO DO$D SHALL Attn: Bill Matysek WPM NO OBLIGATION OR UABIITY OF ANY OUND UPON TRE INSURER.ITS AGENTS OR 1000 Throckmorton St. Ft. Worth TX 76102 REPRESENTATIVES. ACORD 25-S(7/97) ®ACORD CORPORATION 19N V�ifUlllvUllti� 11��V�� ACORDrr� V" r'' 0- aV �.. �l��A �11�� .�� .>; » . I" DATE(MMIDDIYY)V. mea._ :....,...- 04/17!00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 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 COMPANIES AFFORDING COVERAGE Euless,TX 76039 COMPANY ATexas Workers'Comp. Insurance Fund INSURED COMPANY Odyssey Resource Management, Inc. B 204 N. Ector COMPANY Euless,TX 76039- C Re:AA Applicators,Inc. COMPANY D COVERAGES wi Yw THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MMIDDIYY) DATE(MMIDDIYY) GENERALLIABILITYGENERAL AGGREGATE $ _ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPAGG $ CLAIMS MADE a OCCUR PERSONAL 6 ADV INJURY $ OWNER'S 6 CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE(Any one fire) S MED EXP(Any one person) S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT i ANY AUTO ALL OWNED AUTOS BODILY INJURY = SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY t r NON-OWNED AUTOS (Peraccident) PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND X W ATU- TF'- TORY LIMITSI ER EMPLOYERS'LIABILITY EL EACH ACCIDENT $ 1,000,000 A THE PROPRIETOR/ INCL TSF 0001084137 01/01/00 03/31/01 EL DISEASE-POLICY LIMIT S 1,000,000 PARTNERSIEXECUTIVE OFFICERS ARE: REXCL EL DISEASE-EA EMPLOYEE $ 1,000,000 OTHER i I DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECUIL ITEMS Project/Re: Hanger 2N, Meacham Airport. C,�EEI;IFjC ,1 } 0 ,. CT1GE AA31 TX1 F SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fort Worth EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Attention: Bill Matysek 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1000 Throckmorton BUT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILM Fort Worth,TX 76102- OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Samm J.Ra g QL RSP 8 Bond No. TXC 1699 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENT: That we (1) AA Applicators, Inc. (2) Company of Texas hereinafter called Principal and (3) MERCHANTS BONDING COMPANY (M(T=) , a corporation 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, in the penal sum of: One Hundred Thirty Six Thousand Nine Hundred Thirty Six & No/100 $136,936-00 Dollars in 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 hereby 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 14th day of April, 2000 copy of which is hereto attached and made a part hereof, for the construction of: Replace Shingle and BU Roof MEACHAM, 02 N ACFT HANGAR (MEACHAM) designated as Project Number TEM2 , a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copies at length herein, such project and construction being hereinafter referred to as the "work". NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans, specification, and contract document during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default,then this obligation shall be void;otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, 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 specifications accompanying the same shall in any wise affect its obligation 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 to the specifications. IN WITNESS WHEREOF, this instrument is executed in 6 Counterparts each one of A:14PERBOND.FRM rle 16�y,.,VI 0 1 which shall be deemed an original, this the 14th day of April, 2000 AA Applicators, Inc. Principal (4) A ATTEST: By: (Princi Secretary (Printed Name/T tl (SEAL) P. O. Box 780469 ADDRESS Dallas TX 75378 CITY/STATE/ZIP 2100 Fleur Dr. MERCHANTS BONDING COMPANY (MUTUAL) (Address) (Surety) Des Moines IA 50321 ATTEST: (Surety) Secretary (Attorney-in-Fact) (5) (SEAL) Don E. Smith o (Printed Attorney-in-Fact) Witness as to Surety Note: Date of Bond must not be prior to date of Contract (I) Correct name of Contractor (1) A Corporation,a Partnership or and Individual,as case may be (3) Correct Name of Surety (4) !(Contractor is partnership all Partners should execute bond (5) A true copy of Power of Attorney shall be attached to bond by Attorney-in-Fact MY KFC"�GSC�QY F-1 W01F.Z Bond No. TXC 1699 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESES PRESENTS: That we, AA Applicators, Inc. a corporation of Dallas County, Texas , hereinafter called Principal and (3) MERCHANTS BONDING COMPANY (MUTUAL,) a corporation 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. One Hundred Thirty Six Thousand Nine Hundred Thirty Six & No/100 $136,936.00 dollars in 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 14th day of April, 2000 , a copy of which is hereto attached and made a part hereof, for the construction of: Replace Shingle and BU Roof MEACHAM, 02 N ACFT HANGAR (MEACHAM) designated as Project Number TEM2 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 1S 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 A:%5PAYBOND.FRM 10 C' Lia 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 sliall be deemed an original, this [lie 14th day of April, 2000 AA Applicators, Inc. Principal(4) ATTEST- BY: (Pr' pal) Secretary (Printed Na4/114) ) (SEAL) P.O. Box 780469 ADDRESS Dallas TX 75378 CITY/STATE/ZIP 2100 Fleur Dr. MERCHANTS BONDING COMPANY ( MUTUAL) (Address) (Surety) Des Moines IA 50321 ATTEST: (Surety) Secretary By: (Attorppey-in-Fact)(5) Don E. Smith (Printed Attorney-in-Fact) (SEAL) Witness as to Surety Note: Date of Bond must not be prior to date of Contract (1) Correct name of Contractor (2) A Corporation, a Partnership or and Individual,as case may be (3) Correct Name of Surety (4) If Contractor is Partnership all Partners should execute bond Merchants Bonding Company (MUTUAL) POWER OF ATTORNEY Know All Persons By These Presents,that the MERCHANTS BONDING COMPANY(MUTUAL),a corporalicn duly organized under the laws of the State of Iowa,and having its principal office in the City of Des Moines,County of Polk,State of Iowa, hath made,constituted and appointed,and does by these presents make,constitute and appoint RAY WATSON AND/OR DON E. SMITH of RICHARDSON and State of TEXAS its true and la,.Vul Attorney-in-Fact, Kith full power and authority hereby conferred in its name,place and stead,to sign,execute,acknov;!edge and deliver in its behalf as surety any and all bonds,undertakings,recognizances or other written obligations in the nature thereof,subject to the limitation that any such instrument sha!I not exceed the amount of: THREE MILLION ($3,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY(MUTUAL)thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officer,of the MERCHANTS BONDING COMPA JY(MUTUAL), and all such acts of said Attorney-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following Amended Subs!ituted and Restated By-Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY(MUTUAL)on October 3, 1932. ARTICLE 11,SECTION S.—The Chairman of the Board or President or any Vice President or Secretary shall have power and author- ity to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof.- ARTICLE II,SECTION 9.—The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship oblig3!ions of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Vlhereof, NILRCHANTS SO JDING CO.IPANY(.MUTUAL)has caused these presents to to signed by its President and its corporate seal to to hereto a!f,xed.this 29TH day of DECEMMER . 1999 •'•••'' MERCHANTS BONDING COMPANY(MUTUAL) :moo OPP0 9� :v y 1933 �•'c; By STATE OF 101,'PA •. COU1T'y OF FOLK Or,his 29TH day of DECEMBER 1999 before me appeared Larry Taylor,to me personally kco:m, who being by me duly sv;orn did sav that he is President of the MERCHANTS BONDNG COMPANY (MUTUAL), the corporation desalted in th•, foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Ccrccralion arid lhct the said instrument was signed and sealed in behalf of said Corporation by auth)nty of its Beard of Directors. In T-stircry Vlre-eef. I have here-unto set my hard and affixed my OFiciai Seal a! lr.e Cc,:of Des fila nes. Iowa,the day and year fir;, above wn!t?r. �j,, /n Z . P;otary Public,Polk County,low3 IOWA STATE OF COUNTY OF POLI-' ••. 1.V/il!iam`.'larnr,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL).do hereby cer. y that the aLo•a and foregoing is a true and correct copy e!the PO!'/ER-OF-ATTORNEY,executed by said NIERCHANTS BONDING,COMPANY (MUTUAL),which is s!i:l in force and effect. In VMness Vlheraof, I have hereunto set my hand and affixed the Seal of the Company on this 14th day of April, 2000 •.•.••,. �o GgP0q 'O9'•� SK,wy 1933V. a•+' � - =S��IJU�D :yam COMPLAINT NOTICE: Should any dispute arise about your premium or about a claim that you have filed, write to the company that issued the bond or policy. If the problem is not resolved, you may also write to the State Board of Insurance, P.O. Box 149091, Austin, Texas 78714-9091 , Fax # (512) 475-1771. This notice of complaint procedure is for information only and does not become a part or condition of this bond or policy. MSC 0838 City of Fort Worth, Texas IMayac and Council Communication 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: JUL 25 2000 Jim Keyes 8517 (from) GR76 various 032800010 $2,259,747.22 Additional Information Contact: ot.� City secretary of the City of Fort Worth,Texas Robert Combs 8357 9