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