Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 25855
CITY SECRETARY955� �t CONTRACT NO. CON AM _... OOIEiRACT�!':IO�OW6 CO. _ ary SfCEEf " CITY OF FORT WORTH, TEXAS CI1Y MANAGM 0MIX CONSTRUCTION CONTRACT ENGNMERIM6DIV. THE STATE OF TEXAS TOW'FUcopy 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 0412812000, commencing on the date of the Notice to Proceed, 0412412000, which is attached to this Agreement. PROJECT NAME Replace builtup roofs and replace metal roof, MEACHAM AIRPORT TERMINAL BUILDING PROJECT NUMBERS TEM4 FEMA 020-005 BUILDING NUMBER Building Number 503 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 $234,875.00. Contractor agrees to complete the project, suitable for occupancy and beneficial use,within 90 calendar days. Insurance Requirements: The Contractor will provide a Certificate of Insurance listing the Transportation and Public Works Department as certificate holder, showing the required General Contractors Liability coverage, Auto Liability, and Builder's Risk. Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with State law. No Notice to Proceed will be issued until the Contractor has complied with this section. Contractor agrees to require each and every subcontractor who will perform work o roject to provide to it a certificate from such subcontractor stating that t e,s c, ntr policy of I�1l5UWtt��11 EC - 1 f 3 Y 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 fy-e counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the�day of A.D., 20�_. r Contractor signature By: q5f 1. APP V D: Na e • �G 1/ By: O ice U Assistant City Vanager APPROVAL ENDED: RECO;ity By: By: ansp io and Public Works Secreta APPRO S TO FORM D LEGALITY: By: Date Assist Attorney 0- .�._. ''w Contract authorization Date EC -2 FOP,TWOP,TH 04/24/2000 SELECTION FOR EMERGENCY CONTRACT TORNADO REPAIRS Steve Tutt AA Applicators PO Box 780469 DallasTX 75378-0469 Fax: 214-637-5447 Project No. M002 Project Name: Replace builtup roofs and recoat metal roof Building: MEACHAM AIRPORT TERMINAL BUILDING Dear Sir: AA Applicators has been selected to assist the City on the above Project. Prior to issuing a Notice to Proceed we will required the following documents: • A detailed Proposal, listing the work items by Facility. • If over$25,000,a Payment Bond(Fill in the proposed contract amount, including bond cost) • If over$100,000, Payment Bond and Performance Bond • A standard certificate of insurance listing the Building Services Division as a certificate holder. (see the Section K in the enclosed Standard Contract Documents for Emergency Repairs to Facilities for limits and other terms. • A notarized Compliance Statement for Workers Compensation Coverage. Once we have received these items, we will issue a Notice to Proceed and provide a contract for your execution. The Construction Manager for this project is Bill Matysek. You may contact him at 871-8078. Thank you for offering your services to the City during this trying period. Sincerely, T"- Pary Lovell, Superintendent Building Services Division Enclosures: Certificate of Contractor Compliance with Workers Compensation Law Payment Bond Form Performance Bond Form Standard Contract Documents for Emergency Repairs to Facilities cc: Susan Bulla, Department of Risk Management BTM*fUrORTATION 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 R I -' RF .s 1 tt�,�f :�1r rr -'' 7 1r ✓�+`.k:.� rr:�} t•;�. sr M,K�: 'r tr � w y ' � ;way''" 1r��v�r�PR.I �•a+ °{c"� r�� YrY'ii •�Yw�{ V� �y�'{:.raj + 2cr� 5�:,;:' - - � r r Ir •� e - y ..r' / 1 - i AATAPPLICATORS , INC . Roofing & Waterproofing April 28; 2000 Mr. Bill Matysek Senior Construction Manager Transportation and Public Works Department Building Services Division City of Fort Worth I 3409 Harley Avenue Fort Worth, Texas 76107 RE: Emergency Repairs for I Meacham Airport Terminal 1 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: ROOF AREA A $127,815.00 ROOF AREA B $ 30,183.00 ROOF AREA C $ 4,790.00 METAL ROOF $ 49,927.00 COPING CAP REPAIRS $ 5,616.00 SKYLIGHT REPLACEMENT $ 16,544.00 TOTAL $234,875.00 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, , = P y AA APPLICATORS, INC. Steven Tutt :Project Coordinator Box 780469 DALLAS, Tx 75378-0469 PHONE (214) 637-4927 FAx (214) 63,7-5447. http://www.aaapplicators.com - l AA APT1-) LTJCAT0RS , ' INC . li Roofing & Waterproofing 7 April 28, 2000 . Mr. Bill Matysek Senior Construction Manager City of Fort Worth 3409 Harley Avenue n Fort Worth,Texas 76107 I1 RE: Emergency Roof Replacement at n Meacham Airport Terminal Building �J Proposal for Modified Bitumen Roof Replacement 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 repairs. SCOPES OF WORK ROOF AREA A (Upper Rood DEMOLITION & CLEANING 1. Disconnect, move and reconnect air conditioning equipment as necessary. 2. Tear off existing roofing, flashings and sheet metal down to the deck. 3. Tear out perimeter wall flashings. 4. Remove obsolete curbs, vents and pitch pans and redeck the roof openings. Deleted projections to be identified by others. 5. Sweep deck free of gravel, dirt and debris. INSULATION & ROOFING 6. Prime the concrete roof deck with asphalt primer. 7. Install a new 3/4" perlite insulation board over the existing deck. PO Box 780469 DALLAS, Tx 75378-0469 PHONE(214) 637-4927 FAX (214) 63.7-5447 . http://www.aaapplicators.com 8. Install a second layer of 3/4" perlite insulation set in a solid mopping of hot asphalt over the first layer of insulation. The joints of the second layer of insulation area to be staggered from the first layer 12" in both directions. 9. Install new perlite 3" cant strips at the base of walls and curbs. 10. Install one ply of Ultrabase fiberglass base sheet set in a solid mopping of hot asphalt over the new insulation. 11. Install U.S. Intec SP-4 Modified Bitumen roofing system over the fiberglass base ply. 12. Install U.S. Intec GBSP-4 Modified Bitumen roofing system on entire roof surface. FLASHING & SHEET METAL 13. Install new U.S. Intec MWeld metal flashings in place of I existing metal vents. 14. Install new U.S. Intec MWeld lead flashings over existing sewer vent pipes, 15. Install new Chemcurbs around irregular shaped penetrations, conduits, and equipment lines. 16. Fill new pitch pans with pourable urethane sealer. 17. Install U.S. Intec MWeld metal scuppers in addition to the existing scuppers. 18. Install U.S. Intec SP-4 flashings at roof drains. 19. Prime metal surfaces which are to receive new flashings with asphalt primer. 20. Install a new aluminum termination bar along the top of the perimeter wall flashings and curb flashings. 21. Install new 24 gauge galvanized counter flashing along the top I of the flashings at the north, south, east, and west parapet walls and air conditioner curbs. MISCELLANEOUS 22. Furnish and install new wolmanized 4" x 4" wood runners under roof top equipment and equipment lines where possible. 23. Broadcast new clean granules over laps in modified bitumen. 24. Keep finished roof surface as clean as is reasonably possible. WARRANTY 25. Upon completion furnish an U.S. Intec twenty (20) year "No Dollar Limit" labor and material guarantee. There will be no additional warranties expressed or implied other than manufacturer warranties that are issued. ROOF AREALower Roo DEMOLITION & CLEANING 1. Disconnect, move and reconnect air conditioning equipment as necessary. 2. Sweep roof free of loose gravel, dirt, and debris. 3. Cut the existing counterflashing at the expansion to a length of approximately 1" to be used as a receiver for new Icounterflashing. INSULATION & ROOFING I4. Prime the existing roof surface. 5. Install U.S. Intec GBSP-4 Modified Bitumen roofing system Iover the existing roof. FLASHING & SHEET METAL 6. Install new U.S. Intec MWeld metal flashings in place of existing metal vents. ' 7. Install new MWeld lead flashings over existing sewer vent pipes. 8. Install new 24 gauge pre-finished metal coping at the perimeter ' wall. 9. Install new counterflashing at the expansion joint. MISCELLANEOUS 10. Broadcast new clean granules over laps in modified bitumen. WARRANTY 11. Upon completion furnish an U.S. Intec ten (10) year material and two (2) year workmanship guarantee. There will be no additional warranties expressed or implied other than manufacturer warranties that are issued. ROOF AREA C (Passage Way Roof) DEMOLITION & CLEANING 1. Sweep roof free of loose gravel, dirt, and debris. INSULATION & ROOFING 2. Mechanically fasten one ply of U.S. Intec venting base sheet to the deck. i f3. Install U.S. Intec SP-4 and GBSP-4 Modified Bitumen roofing system over the fiberglass base ply. I FLASHING & SHEET METAL I 4. Install new 24 gauge prefinished metal edging along the perimeter. 5. Reuse existing gutters. 6. Re-use existing downspouts. 7. Install new 24 gauge galvanized metal expansion joint covers over existing structural expansion joints. 8. Prime metal surfaces which are to receive new flashings with I asphalt primer. 9. Install new 24 gauge galvanized counter flashing along the top of the flashings at the west wall. ' MISCELLANEOUS 10. Broadcast new clean granules over laps in modified bitumen. WARRANTY i11. Upon completion furnish an U.S. Intec twenty (20) year "No Dollar Limit" labor and material guarantee. There will be no additional warranties expressed or implied other than manufacturer warranties that are issued. GENERAL iMISCELLANEOUS 1. Keep finished roof surface as clean as is reasonably possible. 2. Clean the finished roof surface free of loose gravel, dirt, and debris. 3. No more roofing will be removed than can be replaced with new roofing and made watertight that same day. 4. No more roofing will be prepared than can be replaced with new roofing and made watertight that same day. 5. A watertight tie-in between the existing roof and the new roof will be constructed every night prior to leaving job site. 6. Haul off trash promptly. ROOF AREA A $127,815.00 ROOF AREA B $ 30,183.00 ROOF AREA C $ 4,790.00 5.. TOTAL $162,788.00 .!o 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 upon acceptance. Thank you for allowing us to submit our bid on your roofing needs. We hope to be of Iservice to you. Respectfully, AA APPLICATORS, INC. I ISteven Tutt Project Manager .N A. A. APPLICATORS , INC . i Roofing & Waterproofing April 28, 2000 I Mr. Bill Matysek Senior Construction Manager I City of Fort Worth 3409 Harley Avenue Fort Worth,Texas 76107 IRE: Emergency Roof Repair at Meacham Airport Terminal Metal Roofs Meacham Airport ' 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 repairs. 1 . SCOPE OF WORK MAIN ROOF 1. Remove the existing roof down to the deck. 2. Install new rosin paper and 30#felt over the deck. 3. Install new 24 gauge, pre-finished, standing seam metal roof and associated trim work. iGATE ROOFS 1. Power wash the roof deck to remove dirt and oxidation. 2. Apply Thermo Products T-60 flashing grade elastomeric sealant to the vertical seams in the roof. 3. Apply Thermo Products T-60 flashing grade elastomeric sealant and SB-100 reinforcement to the horizontal s the roof. / i2 �Qv�f'6Oi� 4. Apply approximately 3 gallon of Thermo Products ar Shield to the field of the roof in a two (2) coat application. TOTAL COST $49,927.00 i Prices are firm for 110)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 upon acceptance. >.PO Box 780469 DALLAS, Tx 75378-0469 PHONE(214) 637-4927 FAX(214)639-5447. w` ;fi• http://www.aaapplicators.com i i Thank you for allowing us to submit our bid on your roofing needs.We hope to be of service to you. IRespectfully, IAA APPLICATORS, INC. ' Steven Tutt Project Manager I AA APPLICATORS INC . .. Roofing & Wdterproofing April 28, 2000 Mr. Bill Matysek Senior Construction Manager City of Fort Worth 3409 Harley Avenue Fort Worth,Texas 76107 RE: Emergency Repairs at Meacham Airport Terminal Coping Cap Repairs I Meacham Airport Fort Worth, Texas Mr. Matysek: I ` After an extensive examination of the roof at the above location, we would like to offer Ithe following proposal for repairs. SCOPE OF WORK 1. Remove the mortar and old sealant from approximately 950 ' lineal feet of coping stone joints. 2. Install new one part urethane sealant into the joints and any large cracks in the stones ' 3. Apply a uniform coating of elastomeric sealant over approximately 1176 square feet of coping stone. Color to be ' selected by the owner from manufacturer's standard colors. 4. Provide a two (2) year warranty against defects in workmansip. TOTAL COST $5,616.00 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 upon acceptance. ^ P:Q Box .780469 DALLAS, Tx 75378-0469 PHONE (214) 637-4927 FAX (214) 637-5447 "'.`�, http://www.aaapplicators.com . J . Ipop NOTE The elastomeric coating will be tinted to match the blue color of the outside face of the coping as closely as possible 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 Manager i 1 r r i i AA A CAT T N C PPLI ORS , & Roofing & Waterproofing April 28, 2000 Mr. Bill Matysek Senior Construction Manager City of Fort Worth 3409 Harley Avenue Fort Worth, Texas 76107 IRE: Emergency Repairs at Meacham Airport Terminal Skylight Repairs Meacham Airport 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 repairs. SCOPE OF WORK 1. Remove the damaged, existing skylights and dispose. 2. Install new vaulted sklylights to match existing 'TOTAL COST $16,554.00 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 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. _ 7vm.�y W. Steven Tutt Project Manager '� PO Box 780469 DALLAS, Tx 75378-0469 PHONE(214).637 4927 FAx(2.14)bV,3, �-'7!i ' - ir•'.'rti'Y' l,ttn //www.aaapplicators.com tifi AA APPLICATORS, INC. JOB EhCNAM Ar/jePoR-r --rcVM1N,}L Roofing and Waterproofing SHEET NO. Z of Z- PO Box 780469 Dallas, Texas 75378-0469 CALCMATEDBY SDT DATE�L 214-637-4927 Fax 214-637-5447 CHECKED BY II '' DATE SCALE N�J 13 1312 A ST`PNDIN� 5E�►N1. . `R60Fb A P'1 A-T4 H ' i N.E :3 t N b . 3b b .. s .... i AA APPLICATORS, INC. ,oB / ERC/{FINI A iie&er Roofing and Waterproofing y� PO Box 780469 SHEET NO. OF Dallas, Texas 75378-0469 CALCULATED BY S 6T �a ❑OO 3_. •tib❑❑G Z ❑OCO�R1-1sA11�v.,c,KE ❑R 4ssS r=e ❑❑❑ c3,a _ a�: ❑�_D.R_�ao Is!-ot !ma. ®❑` � ..�..__.❑❑. p.. . _. DATE TE214-637-4927 Fax 214-637-5447 CHECKED BY DATE SCALE ... .L q ❑ ❑ p 0 ❑ O ❑ ❑ ❑ 0c) 0 ❑ ❑ ❑ V 11 )7 3 s6rio qs zo .. r a.. ........ i ....... . ..... .... ... F....... ..Pa .. ........�....... ......F....... .... ......_ ...... ......._E..... ... .. ... _... .... i. i � I i A .:.... . .... .... 1 i i ...... � ...... � ...... s I F f T4 r ACMD . CERTIFICATE OF LIABILITY INSURANC ID DATE(MM/DD/YY) P-1 04/27/00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Baldwin Ins & 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 INSURERS AFFORDING COVERAGE Phone: 972-644-2688 Fax:972-644-8035 INSURED INSURER A: American Equity Insurance Co. INSURER B: Associated International Ins. AA Applicators Inc. INSURERC: General Accident Insurance P.O.-Box 780464 INSURER D: Dallas TX 75378-0469 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY ICY EFFECTIVE DATE MM/LICY DD/YY N LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1000000 A X COMMERCIAL GENERAL LIABILITY ACC052473 09/01/99 09/01/00 FIRE DAMAGE(Any one fire) s50000 CLAIMS MADE ❑X OCCUR MED EXP(Any one person) $5000 PERSONAL&ADV INJURY $ 1000000 GENERAL AGGREGATE $2000000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OPAGG $1000000 POLICY JEC LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000 C X ANY AUTO BA018050303 02/20/00 02/20/01 (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGG S EXCESS LIABILITY EACH OCCURRENCE $2000000 B X OCCUR FICLAIMS MADE SPD1767402 05/04/99 05/04/00 AGGREGATE $2000000 f Fx DEDUCTIBLE $ ]RETENTION $ 10000 $ WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT f E.L.DISEASE-EA EMPLOYEE S E.L.DISEASE-POLICY LIMIT I S OTHER DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: Meacham Airport Terminal Building, # M002 Certificate holder is additional insured as respects the General & Auto Liability. Waiver of subrogation in favor of certificate holder as respects the General & AutoLiability policies. CERTIFICATE HOLDER N I ADDITIONAL INSURED;INSURER LETTER: CANCELLATION C ITYF-4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIOI DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN City of Fort Worth NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Attn: Bill Matysek IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR 3409 Harley Avenue Fort Worth TX 76107 REPRESEENN�T��AT�IVES, ACORD 25-S(7197) ©ACORD CORPORATION 1988 DATE 27/00/YY). 04/27/00 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 A Texas 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 DOVE �, ES 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(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL-AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ CLAIMS MADE rI OCCUR PERSONAL 6 ADV INJURY $ OWNER'S 6 CONTRACTOR'S PROT EACH OCCURRENCE i FIRE DAMAGE(Any one fire) $ MED EXP(Any one person) -a AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY : SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per seddent) $ PROPERTY DAMAGE $ 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 S WORKERS COMPENSATION AND X ORY LIMITS ER ; "' * y EMPLOYERS'LIABILITY EL EACH ACCIDENT $ i,000,000 THE PROPRIETOR/ INCL TSF 0001084137 01/01/00 03/31/01 EL DISEASE-POLICY LIMIT $ 1 000 000 A PARTNERS/EXECUTIVE OFFICERS ARE, EXCL EL DISEASE-EA EMPLOYEE S 1 000 000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS ProjectlRe: Meacham Airport Terminal Building, Project#M002. AA31TX1F 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, 3409 Harley Avenue BUT FAILURE TO MAIL SUCH NOTICE SMALL IMPOSE NO OBLIGATION OR LIABILITY Fort worth,TX 76107- OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Sammy J Ra 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 Replace builtup roofs and recoat metal roof, MEACHAM AIRPORT TERMINAL BUILDING, project number, M002 By: v'o �/lQ c Title bd Date STATE OF TEXAS COUNTY OF TARRANT BEFORE ME,the undersigned authority,on this day personally appeared St�a up r, -7—,, f ,known to me to be the person whose name is subscribed to the foregoing instrument,and acknowledged to me that he executed the same as the act and deed of J", ,ea 4d2 5, . , for the purposes and consideratioA therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OF CE this day ofc� 2006 Notary Public in and for the State of Texas (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City. ...... kiy COMIMI SIGN EE0 R[ �,f�F k+ MaY 22,2001 S Bond l,10. TXC 1750 A�T�CO�TJrR iB'OR THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENT: That we (1) _AA Appiicators, Inc. (2) Company of Texas hereinafter called Principal and (3) MERCHANTS PONDING COMPANY (, PTUAL) , 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. Two Hundred Thirty Four Thousand Eight Hundred Seventy Five & No/100 $234,875.00 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 24th day of April, 2000 copy of which is hereto attached and made a part hereof, for the construction of- Replace fReplace builtup roofs and recoat metal roof MEACHAM AIRPORT TERMINAL BUILDING designated as Project Number M002 ' 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 G Counterparts each one of A:14PERBOND.FRM t i %chick shall be deemed an original, this the 24th day of April, 2000 AA Applicators, Inc. Principal (4) A.TTLS / By:_ (Principal) Secretary P V vLI — Nsl ot,—r (Printed Name/Title) (SEAL) P. 0. Box 780469 ADDRESS Dallas TX 75378 CITY/STATE/ZIP 2100 Fleur Dr. MJMCHANTS PONDING COMPANY (MUTUAL) (Address) (Surety) Des Moines IA 50321 ATTEST: (Surety) Secretary (Attorney-in-Fact) (5) (SEAL) Don E. Smith (Printed Attorney-in-Fact) Witness as to Surety Note: Date of lDond must nut be prior to date of Contract (l) Correct name of Contractor (1) A Corporation,a Partnership or and Individual,as case niav be (3) Correct Nume of Surety (4) If Contractur is partnership all Partners should execute bond (5) A true copy of Power of Attonrcy shall be attached to bond by Atiorney-in-Fac! � s Pend Dio. TXC 1750 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) htr•TCHANTS BONDING C(YlPAPN (h1UTrU ) 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: Two Hundred Thirty Four Thousand Eight Hundred Seventy Five & No/100 $234,.875.00 dollars in lawful money of the United Slates, 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 24thday of April, 2000 a copy of which is hereto attached and made a part liereof, for the construction of: Replace builtup roofs and recoat metal roof MEACHAM AIRPORT TERMINAL BUILDING designated as Project Number M002 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 sliall 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 setilement between the Owner and the Contractor shall A:\5PAYBOND.FRN1 � a 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 24th day of April, 2000 AA Applicators, Inc= Principal(4) ATTEST: BY: i (Principal) Secretary , hd. — t f (Printed Name itle) (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: /, I (Surety) Secretary By: (Attoraie),-in-Fact)(5) Don E. Smith (Printed Attorney-in-Fact) (SEAL) 1 Witness as to Surety Able: Date of Bond must not be prior to date of Contract (I) 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 corporation 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 lawful Attorney-in-Fact,with full power and authority hereby conferred in its name,place and stead,to sign,execute,acknowledge 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 shall 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 officers of the MERCHANTS BONDING COMPANY(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 Substituted and Restated By-Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY(MUTUAL)on October 3,1992. ARTICLE II,SECTION 8.—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 obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY(MUTUAL)has caused these presents to be signed by its President and its corporate seal to be hereto affixed,this 29TH day of DECEMBER 1999. .•' •'•. MERCHANTS BONDING COMPANY(MUTUAL) .�0\ G,C0*'• �o.•OF�P09 'Aq' 1933 :c; By • ��'•'''' •\1 • President STATE OF IOWA •. COUNTY OF POLK ss On this 29TH day of DECEMBER 1999 before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony`A/hereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa,the day and year first above written. •• ••• K• M c •'• ��n� . J ' Q Z Notary Public,Polk County,Iowa IOWA • 2 STATE OF IOWA ••• R I A\ c' •�• COUNTY OF POLK ss •••...• 1,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL),do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY,executed by said MERCHANTS BONDING COMPANY (MUTUAL),which is still in force and effect. In Witness Whereof,I have hereunto set my hand and affixed the Seal of the Company on this 24th day of April, 2000 ..••••. / Sec.wy :C., . Ze -u- o • MSC Cato(2/90) ;�'• 1933 e, 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 "aljor And coun"'I 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: Jim Keyes 8517 (from) JUL 25 2000 GR76 various 032800010 $2,259,747.22 Additional Information Contact: Ciq Secretary o!the city of Fort Worth,Tozas Robert Combs 8357