Loading...
HomeMy WebLinkAboutResolution - 2025-R0290 - Job Order Contract 18946, JK Dennard Construction LLC; Erosion Control - 06/24/2025Resolution No. 2025-R0290 Item No. 6.27 June 24, 2025 RESOLUTYON BE IT RESOLVED BY 1"IiE CT"1'Y COUNCIL OT' TII� CI"I'Y Or" LUBBOCK: THAT the Mayor of the City of Lubbock is hercby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No.18946, for general construction services related to Moonlight Musical Phase 2, per Sourcewell E'LIQC Contract No. TX-R4-GC- 052124-JKD, by and between the City of Lubbock and JK Dennard Construction, LLC, and related documents. Said 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 June 24, 2025 �� MARK W. MCI3I�t1YE , MAYOR A' 'TEST: Courtney Paz, City Secretary APPROVED AS TO CONTENT: � 1�JlJ Brooke Witcher, Assistant City Manager nPPROVED AS �r01� ORM: � chael Foster, Assista t City Attorney ccdocslllRCS.Contract-JK Dcnnard ConsU•uction, LLC 6.3.25 Resolution No. 2025-R0290 G �R D IAN � Work Order Signature Document Sourcewell EZIQC Contract No.: TX-R4-GC-052124-JKD (18946) � New Work Order ❑ Modify an Existing Work Order Work Order Number.: 142802.00 Work Order Date: 05/22/2025 Work Order Title City of Lubbock-Moonlight Musical Phase 2 Owner Name: SOUTHWEST - City of Lubbock Contractor Name JK Dennard Construction LLC Contact: Brooke Wltcher Contact: Kelly Dennard Phone. (806) 775-3086 Phone: (806)999-1582 Work to be Performed Work to be performed as per the Final Detailed Scope of Work Attached and as per the terms and conditions of Sourcewell EZIQC Contract No TX-R4-GC-052124-JKD. Brief Work Order Descri�tion: Moonlight Musical Phase 2 Time of Performance Estimated Start Date: Estimated Completion Date: Liquidated Damages Will apply: � Will not a I: � Work Order Firm Fixed Price: $213,478.05 Owner Purchase Order Number: CITY OF LUBBOCK � SIZ� 2S Contractor Date A TO OR : Ra I Foster, Ass tan�City rney Work Order Signature Document Page 1 of 1 5/22/2025 A V� T ORM: Lisa�'" T mason, Civic Center Director r Sou rcewel I � G �R D IAN ° Detailed Scope of Work To: Kelly Dennard From: Brooke Wltcher JK Dennard Construction LLC SOUTHWEST - City of Lubbock 5416 114th Street, Suite 300 1625 13th st Lubbock, TX 79424 Lubbock, TX 79401 (806)999-1582 (806) 775-3086 Date Printed: May 22, 2025 Work Order Number: 142802.00 Work Order Title: City of Lubbock-Moonlight Musical Phase 2 Brief Scope: � Preliminary Moonlight Musical Phase 2 � Revised �X Final The following items detail the scope of work as discussed at the site. All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. • Concrete demolition • Concrete flatwork, stairs, and retaining walls • Handrails Stair nosings • Letter signage • Site gradinglcompaction • River rock, weed barrier • Landscaping • Excludes newlexisting irrigation • Excludes electrical work Subject to the terms and conditions of JOC Contract TX-R4-GC-052124-JKD. Insurance Requirements attached as Exhibit A. 5 Zi 2 , Contractor Date 6/24/2025 Owner Date Scope of Work Page 1 of t 5/22/2025 � Contractor's Price Proposal - Summary Date: May 22. 2025 Re: IQC Master Contract #: Work Order #: Owner PO #: Title: Contractor: Proposal Value: TX-R4-GC-052124-JKD 142802 00 City of Lubbock-Moonlight Musical Phase 2 JK Dennard Construction LLC $213,478 05 Section - 01 $11,080.37 Section - 03 $66,432.47 Section - 05 $10,398.46 Section - 10 $10,749.00 Section - 31 $37,965.60 Section - 32 $76,852.15 Proposal Total Thisl total represents the correct total for the proposal Any discrepanq between line totals, sub-totals and the proposal total is due to roundmg The Percentage of NPP on this Proposal: 81.75% $213,478.05 Contractor's Price Proposal - Summary Page 7 of 1 5/22/2025 Contractor's Price Proposal - Detail Date: May 22, 2025 Rg; IQC MaStef COntraCt #. TX-R4-GC-052124-JKD Work Order #: �a28o2.00 Owner PO #: Title: City of Lubbock-Moonlight Musical Phase 2 Conl�BCtof: JK Dennard Construction LLC Pfoposal Value: $213,478.05 Sect. Item Mod. UOM Descr(ption Line Total Labor Equip. Material (Excludes) Section - 01 1 01 22 16 00 0002 EA Reimbursable FeesReimbursable Fees will be paid to the contractor for eligible $5.923 30 costs as directed by Owner. InseR the appropriate quantity to adjust the base cost to the actual Reimbursable Fee. If there are multiple Reimbursable Fees, list each one separately and add a comment in the "note" block to identiy the Reimbursable Fee (e.g. sidewalk Gosure, road cut, various permits, extended warranty, expedited shipping costs, etc.) A copy of each receipt, invoice, or proof of payment shall be submitted with the Price Proposal. Quantity Unit Price Factor Total Installation 5,384.82 X 1.00 x 1.1000 5,923.30 2 01 22 23 00 0271 DAY Self-Propelled Street Sweeper With Hopper And Full-Time OperatorTruck with $3,332 02 main and gutter brooms, elevator, debris hopper and water tank. Quantity Unit Price Factor Total Installation � 50 x 1,651.56 X 1.3450 3,332.02 clean parking lot prior to striping and final clean 3 01 22 23 00 0271 0067 For Equipment Without Operator, Deduct -$566 59 Quantity Unit Price Factor Total Installation 100 x -427.26 X 1.3450 -566.59 4 01 56 16 00 0080 SF 3/4" Thick, Plywood For Temporary Floor Protectionlncludes removal after use. $388 65 Quantity Unit Price Factor Total Installation 344.00 x 0.84 X 1.3450 388.65 5 01 71 13 00 0002 EA Equipment Delivery, Pickup, Mobilization And Demobilization Using A Rollback $415 89 Flatbed Trucklncludes loading, tie-down of equipment, delivery of equipment, off loading on site, rigging, dismantling, loading for return and transpo�ting away. For equipment such as trenchers skid-steer loaders (bobcats), industrial warehouse forklifts, sweepers, scissor platform lifts, telescoping and articulating boom man lifts with up to 40' boom lengths, etc. Quantity Unit Price Factor Total Installation � 00 X 309.21 X 1.3450 415 89 6 01 74 19 00 0014 EA 20 CY Dumpster (3 Ton) "Construction Oebris"Includes delivery of dumpster, $1,587 10 rental wst, pick-up cost, hauling, and disposal fee. Non-hazardous material. Quantiry Unit Price Factor Total Installation 2 00 x 590.00 X 1.3450 1.587 10 Subtotal for Section - 01 $11,080.37 Section - 03 7 03 00 00 00 0000 LS Concrete & Site Demdition $85,840.00 Quantity Unit Price Factor Total NPP Inatallation � QO X 54.700.00 X 1.2000 65,840.00 NPP Reyes Concrete Quote 8 03 15 16 00 0010 LF 1" x 2" Rubbenzed Asphalt Expansion Joint, Poured, Hot Applied Fuel $792 47 Resistant Quandty Und Pnce Factor Totaf Installation 60 00 x 9 82 X 1 3450 792 47 Subtotal for Section - 03 $66,432.47 Contractor's Price Proposal - Detail Page 1 of 3 5/22/2025 Contractor's Price Proposal - Detail Continues.. Work Order Number: 142802.00 Work Order Title: Ciry of Lubbock-Moonlight Musical Phase 2 Section - 05 9 OS 52 13 00 0078 lF 2" Diameter, Schedule 40, Three Rad, Up To 42" High, Welded Steel Pipe $5,040 52 Rading 10 OS 52 13 00 0078 0088 11 OS 52 13 00 0018 0089 12 05 52 13 00 0018 0098 13 OS 55 16 00 0007 Subtotal for Section - 05 Quantity Unit Pnce Installation q0 00 X 93 69 X ForAluminum. DarkAnodized Finish, Add QuanUry Unit Pnce Installation 0 00 X 61 84 X For Galvanizing, Add Quantiry Unrt Pnce Installation 40 00 X 32 98 x For Mounting On Stairs, Add Quantily Unit Price Installation 40 00 x 28 �� x LF 4" Deplh, 5/16" Thick, 1/4" Lip, Abrasrve Cast Iron Nosing Quantity Unit Pnce Inslallation 40 00 X 38 50 X Factor Total 1.3450 5.040 52 $0 00 Factor Total 1 3450 0 00 $1,774 32 Factor Total 1 3450 1.774 32 $1,512 32 Factor Total 1.3450 1.512 32 $2,071 30 Factor Total 13450 2.07130 $10,398.46 Section -10 14 70 14 79 00 0100 EA 14" High x 3/4" Deep. Sahn Finish, Aluminum Sign LetteNCharacter, Installed g7,37g 2� With Studs Quantdy Unit Price Factor Total Installation �g 00 X 304 80 x 1 3450 �,3�9 2� 15 10 14 19 00 0100 0120 For Color Anodized. Add $3, 369 79 Quantity Unit Pnce Factor Total Installation �g 00 X 139 19 x 1 3450 3,369.79 Subtotal for Section -10 $70,749.00 Section - 31 16 31 00 00 00 0000 Grading 8 Compactlon $37,965.60 Quandty Unit Price Fador Total NPP Installation 1.00 X 31,838.00 X 1.2000 37,985.80 NPP R&R Ditching Quote Subtotal for Section - 31 $37,965.60 Section - 32 17 32 00 00 00 0000 Landscaping $70,908.80 Quantity Unit Price Factor Total NPP Instellatfon �,00 X 59,089.00 X 1.2000 70,908.80 NPP RL Landscape Quote 18 32 77 23 13 0040 SF Solid Area, Painted ReBective Pavement StnpingUse this task for lines >72" g�.gp� �� wide. stop bars. transverse lines, diagonal lines, crossing lanes, etc Quantity Unrt Pnce Factor Total Installation qg6.00 X 2 48 X 1 3450 �,621 10 19 32 17 23 33 0004 LF Single 6" Wide Solid Line, 90 Mil Thick, Thermoplastic Reflectrve Pavement $760 60 Stnpingincludes yellow or whde Qua�tity Und Pnce Factor Totaf Installation Zg0 00 x 7 95 x 1 3450 760 60 Contractor's Price Proposal - Detail Page 2 of 3 5/22/2025 Contractor's Price Proposal - Detail Continues.. Work Order Number: 142802.00 Work Order Title: City of Lubbock-Moonlight Musical Phase 2 Section - 32 20 32 17 23 33 0004 0045 For Up To 5,000 LF, Add $�5Z �p Quantdy Unit Pnce Factor Total Installation 290 00 x 0 39 X 1 3450 �SZ �2 21 32 17 23 33 0074 EA 39" Handicap Symbol For Standard Parking Stalls, 90 Md Thick Thermoplastic $3,411 53 Pavement Marking Tape For Parkmg AreasApproximate overall dimensions 2-2/3' width x 3' height White or blue symbol Excludes stnping Quantiry Urnt Pnce Factor Total Installation 5.00 X 507 29 x 7 3450 3,411 53 Subtotal for Section - 32 $76,852.15 Proposal Total $213,478.05 This total represents the correct total for the proposal Any discrepancy between line totals. sutrtotals and the proposal total is due to rounding The Percentage of NPP on this Proposal: 81.75% Contractor's Price Proposal - Detad Page 3 of 3 5/22/2025 Exhibit A CITY OF LUBBOCK, TEXAS Job Order Contract 18946 INSURANCE SECTION A. Prior to the approval of this contract by the City, the Contractor shall fumish a co►npleted Insurance Certificate to the City, which shall be completed by an agent authorized to bind the narned underwriter(s) to the coverages, limits, and tennination provisions shown thereon, and which shall furnish and contain all required information referenced or indicated thereon. THE CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNT1L SUCH CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY. INSURANCE COVERAGE REQUIRED SECT[ON B. The City reserves the right to review the insurance requirements of this section during the effective period of the contract and to require adjustment of insurance coverages and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Contractor. SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved by the City, the Contractor shall obtain and maintain in full force and effect for the duration of this contract, and any extension hereof, at Contractor's sole expense, insurance coverage written by companies approved by the State of Texas and acceptable to the City, in the following type(s) and amount(s): Commercial General Liabilit R uirements: $1'vi occurrence, $2M general aggregate (can be combined with an Excess Liability to meet requirement). Commercial General I_iability to includc Products - Completion/OP. Persanal and Advertising Injury, Contractual Liability, Firc Damage (any one fire), and Medical Expenses (any one person). Automobile Liabilitv Reauirements: $1 Wloccurrence (any auto) Builder's Risk: l00°�0 of the Total Contract Price Pollution Liability Rec�uirements: $1M/occurrence and $2�v1 aggrcgAte Workers Com�nsation and Employer I.iability Re�uirements: WC coverage of $500,000, Employer l�iability of $1 M needed * The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. * Waivers of Subrogation are required for CGL, AL, and WC. * To Include Products of Completed Operations endorsement. * Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment. * Carriers must meet an A.M. Best rating of A- or better. * Subcontractors must carry same limits as listed above. The City of Lubbock named as additional insured with a waivcr of subrogation in favor of the City on all coverage's. All copies of the Certificates of Insurance shall reference the RFP or proposal number for which the insurance is being supplied. ADDITIONAL POLICY ENDORSEMENTS The City shall be entitled, upon request, and without expense, to receive copies of the policies and all endorsements thereto and may make any reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall pay the cost thereof. REQUIRED PROVISIONS The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following required provisions: a. Name the City of Lubbock and its officers, employees, and elected representatives as additional insureds, (as the interest of each insured may appear) as to all applicable coverage; b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change; c. Provide for notice to the City at the address shown below by registered mail; d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and elected representatives for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance; e. Provide that all provisions of this contract concerriing liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. NOTICES The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF INSURANCE. All notices shall be given to the City at the following address: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13'h Street, Room 204 Lubbock, Texas 79401 SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company exonerate the Contractor from liability.