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