Loading...
HomeMy WebLinkAboutResolution - 2010-R0294 - Lump Sum Construction Contract To Reproof Mahon Library W_Talon_LPE, Ltd. - 06_24_2010Resolution No. 2010-RO294 June 24, 2010 Item No. 5.19 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Lump Sum Construction Contract No. JOC 10-056-F for the reroof of the Mahon Library, by and between the City of Lubbock and Talon/LPE, Ltd, and related documents. Said Lump Sum Construction Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on ATTEST: Rebec .a Garza, City Secretary APPROVED AS TO It W�SVIN Mark Yearwood, Assistant C Chief Information Officer t: Manager APPROVED AS TO FORM: Chad Weave , Assistant City Attorney vwxcdocs/RES.Contract-Talon LPE, Ltd June 9, 2010 June 24, 2010 TOM MARTIN, MAYOR City of Lubbock Job Order Resolution No. 2010—RO294 This .lob Order is governed by all terms and conditions of the Contract referenced below which is hereby incorporated by reference. Owner: Wesley Everett. Director of Facilities Management for Parks & Recreation N.IPA Contract Number: TX0 4-061908-TAL, National Joint Powers Alliance (NJPA), Indefinite Quantity Construction Contract. Contract .lob Order Number: 10-056-F Contractor: Talon/LPE Date ol`Contract: September 25, 2008 ,lob Order Date: June 24, 2010 SL1111mary and Description of Statement of Work attached hereto: Reroof of Mahon Library Talon .lob Order NLI111ber: 009897.00 and 111SUrance regUlrements per Exhibit A, hereto attached. Value of pre -priced "ork: $427,717.41 VaILIC of Ilon-pre-priced work: $0.00 Payment and Performance Bonds: $10,967.11 Total Fixed Price stipulated suns for this .lob Order (.lob Order Su111): $438,684.52 Notice to Proceed Date For this .lob Order: To be issued after Citv Council approval I-xl)cctecl Complet1o11 Date For this .lob Order: To be determined after City Council approval Liquidated Damages (if'difl'erent than as set forth in Agreement): $100.00 per day CONTRACTOR: I alori/LPE E Zm ksz/ PRIN I D AME: BRIDGER HOWARD TITLE: PROJECT MANAGER COMPLETE ADDRESS: Company: T alo11/LPE Address: 921 N. Bivins Street City_ State. Zip: Amarillo, Texas 79107 �- (� D � v U e-/ Wesley Everett. Director of facilities CITY OF LUBBOCK, TEXAS (OWNER) Torn Martin, Mayor ATTEST: R gs&� , 'D, Rebec a Garza, City Secretary APPROVED A' TO CON NT: ��Z Owner's Re resent ti e r m � ��00j N1adk Yearwood. Chief I formation Of cer AP: TO ,ORM: Assistant City Attorney City of Lubbock, TX Capital Project Project Cost Detail June 8, 2010 Capital Project Number: Capital Project Name: Capital Project Budget EncumberedlExpended PSC Initial Evaluation Miscellaneous City Fees PSC Design Contract A4 Agenda Item June 24, 2010 Talon Reroofing �17 EncumberedlExpended It Estimated Costs for Remaining fi ,priation Unencumbered Funds Remaining Appropriation: Total Appropriation 91162 Library Renovations 2,145,000 Budget $ 24,000 405 183,350 438,685 646,440 1,498,560 1,498,560 $ 2,145,000 Page 1 of 5 of Proposal - Category Contractor's Price Proposal Summary - Category Print Date: June 08, 2010 Contract Number: TX04-061908-TAL I IQC - 1 C4( 1 Work Order Number: 009897.00 Work Order Title: Lubbock- Mahan Library Renovataions Contractor: Talon/LPE Proposal Value: $438,684.52 Proposal Name: Lubbock- Mahan Library Renovataions Revised Category - No Category Input: $438,684.52 Proposal Total This proposal total represents the correct total for the proposal. Any discrepancy between line totals, sub -totals and the proposal total is due to rounding of the line totals and sub -totals. $438,684.52 Price Proposal Summary - Category Page 1 of 5 EZIQC - Southwest 6/8/2010 Page 2 of 5 of Proposal - Category IQC 1 C4( 1 Contractor's Price Proposal Detail - Category Print Date: June 08, 2010 Contract Number: TX04-061908-TAL Work Order Number: 009897.00 Work Order Title: Lubbock- Mahan Library Renovataions Contractor: Talon/LPE Proposal Value: $438,684.52 Proposal Name: Lubbock- Mahan Library Renovataions Revised Record Section - Item Modifier UOM Description Line Total Category - No Category Input 1 01352-0026 HR Roofer, Composite,Note: Line items in the CTC include appropriate costs to cover $1,964.33 labor. These items will be requested specifically by the owner for miscellaneous work not covered In the CTC, Quantity Unit Price Factor Total Installation 80.00 x $18.99 x 1.2930 = $1,964.33 At roof to wall conditions, cut metal wall panels (4 locations) in order to properly flash (2 men 4 days) 2 01352-0050 HR Flagperson For Traffic Control $5,349.92 F.d- Total Installation 240.00 x $17.24 x 1.2930 = $5,349.92 3 01510-0008 LF Temporary Trash Chutes, Plywood, 4' Base With 4' Sides, Including Fabrication $749.94 And Installation Quantity Unit Price Factor Total Installation 50.00 x $11.60 x 1.2930 $749.94 4 01510-0013 EA 20 CY Dumpster (4 Ton Capacity) "Construction Debris"Note: Price Includes $25,410.04 Service To Deliver And Pick-up Of Dumpster, Hauling Of Debris, Rental Of Dumpster And Disposal Fee, Quantity Unit Price Factor Total Installation 68.00 x $289.00 x 1.2930 = $25,410.04 5 01550-0003 MSF Sweep Parking Lot, With Street Sweeper $378.85 Quanxtry Unit Price Factor Total Installation 100.00 x $2.93 x 1.2930 - $378.85 6 01560-0005 LF Temporary 6' High Chain Link Fence And Posts, Up To 12 Months $1,099.05 Quantity Unit Price Factor Installation 100.00 x $8.50 x 1.2930 $1,099.05 7 01590-0600 MO 7000 To 8999 LB Forklift With Full -Time Operator $22,601.73 Quarl it�' Unit Price Factor Total Installation 3.00 x $5,826.69 x 1.2930 - $22,601.73 8 01660-0007 CY Handling Material For Over 125' Per CY Of Material Per 125'. For Delivery, Demo $2,672.13 Or Miscellaneous Moving Required RIM Quantity Unit Price Factor Total Installation 2,271.00 x $0.91 x 1.2930 $2,672.13 Includes delivered material and removed material 9 01740-0003 CY Collect Existing Debris And Load Into Truck Or DumpsterNote: Per CY of debris $7,631.29 removed Quantity Unit Price Factor Total Installation 1,135.00 x $5.20 x 1.2930 = $7,631.29 10 02119-0014 CYM Hauling On Paved Roads, First 15 Miles $7,434.73 Quantity Unit Price Factor Total Installation 12,777.75 x $0.45 x 1.2930 - $7,434.73 Price Proposal Detail - Category Page 2 of 5 EZIQC - Southwest 6/8/2010 Page 3 of 5 of Proposal - Category IQC I j CO( I Record Section - Item Modifier UOM Description Line Total Category - No Category Input 11 02119-0015 CYM Hauling On Paved Roads, Miles Over Initial 15 Miles $7,599.95 Quantity Unit Price Factor Total Installation 19,592.55 x $0.30 x 1.2930 = $7,599.95 12 02201-0003 EA Backhoe, Dozer Or Roller Up To 250 HP Delivery/Mob/DemobNote: Use for $433.35 backhoe, dozer, roller, loader, excavator or similar sized equipment. Includes delivery fee, delivery, set-up and return. Quantity Unit Price Factor Total Installation 1.00 x $335.15 x 1.2930 = $433.35 Mob/Demob Forklift 13 06110-0053 LF 2"x6" (5cm x 15cm) Stud Framing, Treated, For Partition Walls $532.72 Quantity Unit Price Factor Total Installation 400.00 x $1.03 x 1.2930 = $532.72 14 07110-0003 CSF Asphalt Dampproofing, Primer + 1 Coat $23,499.76 Quantity Unit Price Factor Total Installation 460.00 x $39.51 x 1.2930 = $23,499.76 15 07213-0023 SF 2" (51 mm) Perlite, R5.56 Rigid Insulation $5,947.80 Quantity Unit Price Factor Total Installation 0.00 x $1.35 x 1.2930 = $0.00 Demolition 46,000.00 x $0.10 x 1.2930 = $5,947.80 16 07213-0080 SF 2-1/2" (64mm) Polyisocyanurate, R 16.67 $98,733.48 Quantity uc Fr- Factor - Installation 46,000.00 x $1.66 x 1.2930 = $98,733.48 17 07213-0089 SF 1/4" Dens -Deck Roof Board $39,850.26 Quantity Unit Price Factor Total Installation 46,000.00 x $0.67 x 1.2930 = $39,850.26 18 07410-0036 SF .019" Thick Aluminum Ridge Cap Natural Finish $1,249.04 Quantity Unit Price Factor Total Installation 0.00 x $3.59 x 1.2930 = $0.00 Demolition 2,100.00 x $0.46 x 1.2930 = $1,249.04 19 07510-0013 SQ Built Up Roofing, 45# Base Sheet $13,311.18 Quantity Unit Price Factor Total Installation 460.00 x $22.38 x 1.2930 = $13,311.18 20 07510-0022 CY 3/8" To 1/2" Gravel (Ballast) Spread To Desired Thickness $15,889.94 Quantity Unit Price Factor Total Installation 0.00 x $36.36 x 1.2930 = $0.00 Demolition 570.00 x $21.56 x 1.2930 = $15,889.94 21 07510-0041 SF 25001-50000 SF Roofing, Including Base Sheet, 2 Ply Of Fiberglass Felt, Drip $39,255.48 Edge, Gravel Stop, Cant Strip, Flashing And Ballast Quantity Unit Price Factor Total Installation 0.00 x $3.02 x 1.2930 = $0.00 Demolition 92,000.00 x $0.33 x 1.2930 $39,255.48 Two layers of three ply felt to be removed 22 07533-0020 SQ 60 Mil Fully Adhered TPO Membrane RoofingNote: Includes adhesive. $83,191.88 Quantity Unit Price Factor Total Installation 460.00 x $139.87 x 1.2930 = $83,191.88 2 year contractor guarantee and a 20 year manufacturer guarantee. Price Proposal Detail - Category Page 3 of 5 EZIQC - Southwest 6/8/2010 Page 4 of 5 of Proposal - Category JQC 1 C4( 0 Record Section - Item Modifier UOM Description Line Total Category - No Category Input 23 07MOD-0171 0171 For 20 Year Warranty, Add $29.57 Quantity Unit Price Factor Total Installation 1.00 x $22.87 x 1.2930 $29.57 24 07620-0079 SF Steel Flashing, Stock, Short Panels Under 8 Ft. No Furring Included $160.33 Quantity Unit Price Factor Total Installation 20.00 x $6.20 x 1.2930 = $160.33 25 07620-0082 SF 24 Gauge Galvanized Steel Flashing, Stock, Long Panels $14,567.20 Quantity Unit price Factor Total Installation 2.276.00 x $4.95 x 1.2930 = $14,567.20 26 07620-0113 EA 90 Mil Flashing, 2" Diameter Pipe $558.99 Quantity Unit Price Factor Total Installation 14.00 x $30.88 x 1.2930 - $558.99 27 07620-0145 LF Remove And Reinstall Metal Coping $2,335.16 Quantity Unit Price Factor Total Installation 860.00 x $2.10 x 1.2930 = $2,335.16 Remove and Reinstall gutter and downspouts 28 07631-0042 LF 6" Wide 1/2 Round Copper Gutter, 16 Ounce $569.05 Quantity Unit Price Factor Total Installation 30.00 x $14.67 x 1.2930 - $569.05 (3) 10' replacement sections 29 07714-0004 LF Exterior Roof To Roof Expansion Joint, 1" Opening Aluminum Assemblies $15,677.37 Quantity Unit Price Factor Total Installation 360.00 x $33.68 x 1.2930 - $15,677.37 Subtotal for Category - No Category Input: $438,684.62 Proposal Total $438,684.52 This proposal total represents the correct total for the proposal. Any discrepancy between line totals, sub -totals and the proposal total is due to rounding of the line totals and sub -totals. Price Proposal Detail - Category Page 4 of 5 EZIQC - Southwest 6/8/2010 Page 5 of 5 of Proposal - Category IQ (A 4:( C. Subcontractor Listing Date Printed: 6/8/2010 Work Order Number: 009897.00 Work Order Title: Lubbock- Mahan Library Renovataions Amount: $438,684.52 Name of Contractor Duties Amount % No Subcontractors have been selected for this Work Order $0.00 0.00 Signature Title Firm or Corporate Name Talon/LPE Address 921 N Bivins Street, , Amarillo TX 79107 Telephone Number Date of Signing 08-June-2010 Subcontractor Listing Page 5 of 5 EZIQC - Southwest 6/8/2010 Client#: 20117 TALOLPE ACORDTu CERTIFICATE OF LIABILITY INSURANCE DATE 12123/09(MWDDNYM PRODUCER Willis of Texas, Inc. 1800 Washington, Suite 400 P0Box 1149 Amarillo, TX 79105-1149 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 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Talon/LPE, Ltd. 921 N. Bivins Street Amarillo, TX 79107 INSURER A: Ironshore Specialty Ins. 25445 INSURERS: Ironshore Specialty Ins. 124 INSURERc: Texas Mutual Insurance Company 22945 INSURERD: America First Insurance 12696 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 ADDILP NSR TYPE OF INSURANCE POLICY NUMBER ATCY FFECTIVE POAITE ENXPI 0 TION MIM LIMITS A GENERAL LIABILITY 000065300 12/31/09 12/31/10 EACH OCCURRENCE S1000000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTEDPREMISES (Ea occ%jrrenca) 5300 OOO CLAIMS MADE 51OCCUR MED EXP (Any one person) $25 000 PERSONAL & ADV INJURY $1,000,000 X PD Ded:10,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER; PRODUCTS - COMP/OP AGG s2,000,000 POLICY PRO- LOC D AUTOMOBILE LIABILITY X ANY AUTO BA8369955 12/31/09 12/31/10 COMBINED SINGLE LIMIT (Ea accident) $1,000,OOO BODILY INJURY (Per person) S ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Peraccident) S X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE (Per eccMent) $ GARAGE LIABILITY -AUTO-ONLY --EA-ACCIDENT S OTHER THAN EA ACC S ANYAUTO S AUTO ONLY: AGG B EXCESSIUMBRELLA LIABILITY 000065500 12/31/09 12/31/10 EACH OCCURRENCE $9000000 TOCCUR CLAIMS MADE AGGREGATE $9 000 000 S S DEDUCTIBLE S X RETENTION S 10000 C WORKERS COMPENSATION AND TSF0001155583 12/31/09 12/31/10 X WDayC LIMIT OTH- C EMPLOYERS' LIABILITY ANY PROPRIETOHlF'ARTNEFuEXECUTIVE E.L. EACH ACCIDENT S1,000,000 E.L. DISEASE - EA EMPLOYEE S1,000000 OFFICERWEMBEREXCLUDED7 If yyes, describe under SPECIALPROVISIONSbelcw E.L. DISEASE -POLICY LIMIT S11000,000 A OTHER 000065300 12/31/09 12/31/10 $1,000,000 Occurrence Professional Liab $1,000,000 Aggregate Pollution Llab Claims Made DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS It Is hereby understood and agreed that the certificate holder is an additional insured on the general liability and the general liability is primary. A waiver of subrogation applies on the general liability, automobile and workers compensation coverage. The general liability does (See Attached Descriptions) City of Lubbock 1625 13th Street Lubbock, TX 79414 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL IQ_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVE ACORD 25 (2001108) 1 of 3 #M76839 LGM o ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL_ INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 3 #M76839 DESCRIPTIONS (Continued from Page 1) 1 not exclude XCU Coverage. AMS'15.3 (1UU1105) 3 of 3 OM76839