HomeMy WebLinkAboutResolution - 2014-R0033 - Contract 11706 With Servpro Of Southwest Lubbock - 01/23/2014RESOLUTION
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, Contract No. 11706 for water damage remediation at
Municipal Hill Water Utilities Offices, by and between the City of Lubbock and Servpro of
Southwest Lubbock, 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
GL,Qq C. ROB'ERTSON, MAYOR
ATTEST:
Rebe ca -Garza, City Secretary
APPROVED AS TO CONTENT:
Mark ' 1earwoo'd, Assistant City Manager
Chief Information Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw: ccdocs/RES.Contract-Servpro
January 9, 2014
Elmo, WIN, 9
3!.
January 8, 2014
Project Description: Water Damage Remediation
Contractor: Servpro of Southwest Lubbock - TCPN Contract #R123456
Project Location: Municipal Hill Water Utilities Offices
Proposa Date : December 9, 2013
This Agreement
General Requirements: Exhibit A
Proposal: Exhibit B
Insurance: Exhibit C
CITY OF L/YK
len . o rtson, Mayor -
Attest:
Rebecca Ga a, City Secretary
APPROVED AS CONTENT:
Mark'Y,earwd3d, Assistant City Manager
Contract # 11706
Joel r
wery, Servpr4ofSouthwest ub ock
Owner's Representative
tc-. � 16j( :t'
Wesley Everett, Director of Facilities
APPROV D AS TO FORM:
Assistant City Attorney
General Requirments
Scope of Work
Exhibit A
Contractor shall provide the services that are specified in Exhibit B. The Contractor shall comply with all
the applicable requirements set forth in Exhibit A, and hereto.
Article 1 Services
1.1 Contractor agrees to perform services for the City that are specified under the General
Requirements set forth in Exhibit A. The City agrees to pay the amounts stated in
Exhibit B, to Contractor for performing services.
1.2 Contractor shall use its commercially reasonable efforts to render Services under this
Agreement in a professional and business -like manner and in accordance with the
standards and practices recognized in the industry.
Nonappropriation clause. All funds for payment by the City under this Agreement are
subject to the availability of an annual appropriation for this purpose by the City. In the
event of nonappropriation of funds by the City Council of the City of Lubbock for the
goods or services provided under the Agreement, the City will terminate the Agreement,
without termination charge or other liability, on the last day of the then -current fiscal year
or when the appropriation made for the then -current year for the goods or services
covered by this Agreement is spent, whichever event occurs first. If at any time funds are
not appropriated for the continuance of this Agreement, cancellation shall be accepted by
the contractor on thirty (30) days prior written notice, but failure to give such notice shall
be of no effect and the City shall not be obligated under this Agreement beyond the date
of termination.
Article 2 Miscellaneous.
2.1 This Agreement is made in the State of Texas and shall for all purposes be construed in
accordance ith the laws of said State, without reference to choice of law provisions.
2.2 This Agreement is performable in, and venue of any action related or pertaining to this
Agreement shall lie in, Lubbock, Texas.
2.3 This Agreement and its Exhibits contains the entire agreement between the City and
Contractor and supersedes any and all previous agreements, written or oral, between the
parties relating to the subject matter hereof. No amendment or modification of the terms
of this Agreement shall be binding upon the parties unless reduced to writing and signed
by both parties.
2.4 This Agreement may be executed in counterparts, each of which shall be deemed an
original.
2.5 In the event any provision of this Agreement is held illegal or invalid, the remaining
provisions of this Agreement shall not be affected thereby.
2.6 The waiver of a breach of any provision of this Agreement by any parties or the failure of
any parties otherwise to insist upon strict performance of any provision hereof shall not
constitute a waiver of any subsequent breach or of any subsequent failure to perform.
2.7 This Agreement shall be binding upon and inure to the benefit of the parties and their
respective heirs, representatives and successors and may be assigned by Contractor or the
City to any successor only on the written approval of the other party.
2.8 All claims, disputes, and other matters in question between the Parties arising out of or
relating to this Agreement or the breach thereof, shall be formally discussed and
negotiated between the Parties for resolution. In the event that the Parties are unable to
resolve the claims, disputes, or other matters in question within thirty (30) days of written
notification from the aggrieved Party to the other Party, the aggrieved Party shall be free
to pursue all remedies available at law or in equity.
2.9 At any time during the term of the contract, or thereafter, the City, or a duly authorized
audit representative of the City or the State of Texas, at its expense and at reasonable
times, reserves the right to audit Contractor's records and books relevant to all services
provided to the City under this Contract. In the event such an audit by the City reveals
any errors or overpayments by the City, Contractor shall refund the City the full amount
of such overpayments within thirty (30) days of such audit findings, or the City, at its
option, reserves the right to deduct such amounts owing the City from any payments due
Contractor.
2.10 The City reserves the right to exercise any right or remedy to it by law, contract, equity,
or otherwise, including without limitation, the right to seek any and all forms of relief in a
court of competent jurisdiction. Further, the City shall not be subject to any arbitration
process prior to exercising its unrestricted right to seek judicial remedy. The remedies set
forth herein are cumulative and not exclusive, and may be exercised concurrently. To the
extent of any conflict between this provision and another provision in, or related to, this
document, this provision shall control.
SERVPRO of Southwest Lubbock - 9639
6101 43rd Street - Unit D
Lubbock, TX 79407
(806) 780-6311
Franchise # SP9639
Tax ID # 262904692
Client: City of Lubbock - Water Department Municipal Hill
Property: P.O. Box 2000
Lubbock, TX 79457
Operator Info:
Operator: JMOWERY
Estimator: Joel Mowery
Business: 6101 43rd St Unit D
Lubbock, TX 79407
Type of Estimate:
Date Entered: 12/9/2013 Date Assigned:
Price List: TXLB7X_JUN13
Labor Efficiency: Restoration/Service/Remodel
Estimate: 2013-12-09-1134
Exhibit B
Cellular: (806) 319-0814
Business: (806) 780-6311
E-mail: jmowery@servproofswlubboc
k.com
Servpro is using TCPN pricing.
This estimate is based on King Consultants protocol. Servpro will be following all of his recommendations and following safety
and personal protection equipment for employees on the job site.
Servpro will be pulling all of the ceiling tiles, grid work and ceiling light fixtures. Also all sheet rock plumbing items will be
removed and disposed of. Cleaning of the building will begin and will follow King Consultants protocol. I will do a walk
through with TJ Carpenter to make sure that we do not dispose of anything that the city wants to keep.
I am projecting 15 working days to complete this project. I've also projected 13 large dumpsters which is included in the
assessment.
Servpro will remove a couple of windows for us to exhaust outside the building to create negative pressure which will prevent
any cross contamination to the building east of this project. Servpro will also install negative air machines inside the building to
give us 4 air exchanges per hour which is a recommendation in the protocol.
Servpro will have a licensed plumber to pull all toilets, urinals, sinks and cap off all plumbing lines to ensure no leaks. A
licensed electrician will disconnect all fixtures and install some pigtails for temporary lighting once all of the lights have been
removed.
King Consultants will give us a visual inspection after all of the demo and cleanup is completed. If at that time he wants
additional work done, there could be additional costs if all of the labor has been used up. If Servpro completes this process in
less days, the price will come down accordingly.
Please call with any questions.
Thanks,
Joel Mowery
SERVPRO of Southwest Lubbock - 9639
6101 43rd Street - Unit D
Lubbock, TX 79407
(806)780-6311
Franchise # SP9639
Tax ID # 262904692
2013-12-09-1134
Main Level
Main Level
DESCRIPTION QNTY REMOVE REPLACE TOTAL
33. Specialty Items (Bid Item) 1.00 EA 0.00 0.00 0.00
Total: Main Level 0.00
Job
DESCRIPTION
1. Remediation Technician General Labor -
per hour Day 1 6 people for 8 hours
each
36. Remediation Production Supervisor -
Supervisory - per hr Day 1
2. Remediation Technician General Labor -
per hour - Day 2 6 people for 8 hours each
37. Remediation -Production Supervisor -
per hr - Day 2
3. Remediation Technician General Labor -
per hour - Day 3 6 people for 8 hours
each
38. Remediation- Production Supervisor -
per hr - Day 3
4. Remediation Technician General Labor -
per hour - Day 4 6 people for 8 hours
each
39. Remediation - Production Supervisor -
per hr - Day 4
5. Remediation Technician General Labor -
per hour - Day 5 6 people for 8 hours
each
40. Remediation - Production Supervisor -
per hr - Day 5
6. Dumpster load - Approx. 40 yards, 7-8
tons of debris - week one - 5 dumpsters
7. Remediation Technician General Labor -
per hour - Day 6 6 people for 8 hours
each
41. Remediation -Production Supervisor -
per hr - Day 6
2013-12-09-1134
QNTV
REMOVE
REPLACE
TOTAL
48.00 HR
0.00
27.50
1,320.00
8.00 HR
0.00
56.00
448.00
48.00 HR
0.00
27.50
1,320.00
8.00 HR
0.00
56.00
448.00
48.00 HR
0.00
27.50
1,320.00
8.00 HR
0.00
56.00
448.00
48.00 HR
0.00
27.50
1,320.00
8.00 HR
0.00
56.00
448.00
48.00 HR
0.00
27.50
1,320.00
8.00 HR
0.00
56.00
448.00
5.00 EA
540.03
0.00
2,700.15
48.00 HR
0.00
27.50
1,320.00
8.00 HR
0.00
56.00
448.00
12/11/2013
Page:2
SERVPRO of Southwest Lubbock - 9639
6101 43rd Street - Unit D
Lubbock, TX 79407
(806)780-6311
Franchise # SP9639
Tax ID # 262904692
CONTINUED - Job
DESCRIPTION QNTY REMOVE REPLACE TOTAL
8. Remediation Technician General Labor -
48.00 HR
0.00
27.50
1,320.00
per hour - Day 7 6 people for 8 hours each
42. Remediation - Production Supervisor -
8.00 HR
0.00
56.00
448.00
per hr - Day 7
9. Remediation Technician General Labor -
48.00 HR
0.00
27.50
1,320.00
per hour - Day 8 6 people for 8 hours
each
43. Remediation - Production Supervisor -
8.00 HR
0.00
56.00
448.00
per hr - Day 8
10. Remediation Technician General Labor -
48.00 HR
0.00
27.50
1,320.00
per hour - Day 9 6 people for 8 hours
each
44. Remediation - Production Supervisor -
8.00 HR
0.00
56.00
448.00
per hr - Day 9
11. Remediation Technician General Labor -
48.00 HR
0.00
27.50
1,320.00
per hour -Day 10 6 people for 8 hours
each
45. Remediation - Production Supervisor -
8.00 HR
0.00
56.00
448.00
per hr -Day 10
12. Dumpster load - Approx. 40 yards, 7-8
4.00 EA
540.03
0.00
2,160.12
tons of debris - Week 2 total dumpsters 4
13. Remediation Technician General Labor -
48.00 HR
0.00
27.50
1,320.00
per hour - Day 11 6 people for 8 hours
each
46. Remediation - Production Supervisor -
8.00 HR
0.00
56.00
448.00
per hr - Day 11
14. Remediation Technician General Labor -
48.00 HR
0.00
27.50
1,320.00
per hour - Day 12 6 people for 8 hours
each
47. Remediation - Production Supervisor -
8.00 HR
0.00
56.00
448.00
per hr - Day 12
15. Remediation Technician Gemeral Labor
48.00 HR
0.00
27.50
1,320.00
- per hour - Day 13 6 people for 8 hours
each
48. Remediation - Production Supervisor -
8.00 HR
0.00
56.00
448.00
per hr - Day 13
16. Remediation Technician General Labor -
48.00 HR
0.00
27.50
1,320.00
per hour - Day 14 6 people for 8 hours
each
49. Remediation - Production Supervisor -
8.00 HR
0.00
56.00
448.00
per hr - Day 14
2013-12-09-1134 12/11/2013 Page:3
SERVPRO of Southwest Lubbock - 9639
6101 43rd Street - Unit D
Lubbock, TX 79407
(806)780-6311
Franchise # SP9639
Tax ID # 262904692
CONTINUED - Job
DESCRIPTION QNTY REMOVE REPLACE TOTAL
17. Remediation Technician General Labor -
48.00 HR
0.00
27.50
1,320.00
per hour - Day 15 6 people for 8 hours
each
50. Remediation - Production Supervisor -
8.00 HR
0.00
56.00
448.00
per hr - Day 15
18. Dumpster load - Approx. 40 yards, 7-8
4.00 EA
540.03
0.00
2,160.12
tons of debris - week 3 4 total dumpsters
51. Project Manager - per hour total of 30
30.00 HR
0.00
88.00
2,640.00
hours
19. Add for personal protective equipment -
16.00 CR
0.00
135.00
2,160.00
Heavy duty per case Tyveks
20. Eye protection - plastic goggles -
15.00 EA
0.00
7.17
107.55
Disposable
21. Personal protective gloves -Heavy duty
15.00 EA
0.00
6.25
93.75
(per pair)
22. Respirator cartridge - N 95 per -box
15.00 EA
0.00
41.20
618.00
23. Neg. air fan/Air scrub.-XLrg (per 24 hr
60.00 DA
0.00
142.24
8,534.40
period) -No monit. 4 for 15 days each
24. Add for HEPA filter (for neg. air
4.00 EA
0.00
241.24
964.96
machine/vacuum - Large)
25. Negative air fan/Air scrubber (24 hr
60.00 DA
0.00
72.24
4,334.40
period) - No monit. 4 - 500 15 days each
26. Add for HEPA filter (for negative air
4.00 EA
0.00
186.24
744.96
exhaust fan)
27. Cargo van and equipment - per day - 15
15.00 EA
0.00
125.00
1,875.00
days
28. Plumbing (Bid Item) to pull all sinks,
1.00 EA
0.00
1,950.00
1,950.00
tolets and cap off all plumbing, cap off
showers, disconnect gas to HVAC
29. Electrical (Bid Item) Disconnect all
1.00 EA
0.00
1,750.00
1,750.00
lights and install pig tails for temp lights,
30. Apply anti -microbial agent
8.00 GL
0.00
55.50
444.00
31. Clean towels
20.00 BN
0.00
16.50
330.00
32. R&R Carpet knives
20.00 EA
0.08
16.78
337.20
34. Plastic bag - for hazardous material
100.00 EA
0.00
3.54
354.00
cleanup - Large
35. HEPA Vacuuming - Equipment daily
20.00 HR
0.00
75.00
1,500.00
charge 1 for 15 days and 1 for 5 days
Totals: Job 62,278.61
2013-12-09-1134 12/11/2013 Page:4
SERVPRO of Southwest Lubbock - 9639
6101 43rd Street - Unit D
Lubbock, TX 79407
(806) 780-6311
Franchise # SP9639
Tax ID # 262904692
Total: Main Level 62,278.61
Line Item Totals: 2013-12-09-1134 62,278.61
Grand Total Areas:
16,955.36 SF Walls
6,754.27 SF Floor
0.00 SF Long Wall
6,754.27 Floor Area
3,240.00 Exterior Wall Area
0.00 Surface Area
0.00 Total Ridge Length
6,754.27 SF Ceiling
750.47 SY Flooring
0.00 SF Short Wall
7,174.31 Total Area
360.00 Exterior Perimeter of
Walls
0.00 Number of Squares
0.00 Total Hip Length
23,709.62 SF Walls and Ceiling
2,116.06 LF Floor Perimeter
2,136.23 LF Ceil. Perimeter
16,955.36 Interior Wall Area
0.00 Total Perimeter Length
2013-12-09-1134 12/11/2013 Page:5
SERVPRO of Southwest Lubbock - 9639
6101 43rd Street - Unit D
Lubbock, TX 79407
(806)780-6311
Franchise # SP9639
Tax ID # 262904692
Line Item Total
Replacement Cost Value
Net Claim
Summary for Dwelling
Joel Mowery
62,278.61
$62,278.61
$62,278.61
2013-12-09-1134 12/11/2013 Page:6
0
N
N
Exhibit C
City of Lubbock, TX
Purchasing & Contract Management
II —INSURANCE COVERAGE REQUIRED
SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed
Insurance Certificate to the City, which shall be completed by an agent authorized to bind the named
underwriter(s) to the coverages, limits, and termination 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 UNTIL SUCH CERTIFICATE SHALL
HAVE BEEN DELIVERED TO THE CITY.
SECTION 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):
TYPE OF INSURANCE
GENERAL LIABILITY
COMBINED SINGLE LIMIT
® Commercial General Liability General Aggregate 1,000,000
❑ Claims Made ® Occurrence Products-Comp/Op AGG
❑ W/Heavy Equipment Personal & Adv. Injury
❑ To Include Products Of Complete Operation Endorsements
Contractual Liability
PROFESSIONAL LIABILITY
AUTOMOTIVE LIABILITY
® Any Auto ❑
❑ Scheduled Autos ❑
❑ Non -Owned Autos
EXCESS LIABILITY
❑ Umbrella Form
GARAGE LIABILITY
❑ Any Auto
❑ BUILDER'S RISK
❑ INSTALLATION FLOATER
Material Costs
❑ CARGO
® WORKERS COMPENSATION
AND
All Owned Autos
Hired Autos
Fire Damage (Any one Fire)
Med Exp (Any one Person)
General Aggregate
Aggregate
Each Occurrence
Aggregate
1,000,000
Auto Only - Each Accident
Other than Auto Only:
Each Accident
Aggregate
❑ 100% of the Total Contract Price
❑ 100% of the Total
OCCUPATIONAL MEDICAL AND DISABILITY
® EMPLOYERS' LIABILITY 1,000,000
OTHER: COPIES OF ENDOSEMENTS ARE REQUIRED
® City of Lubbock named as additional insured on Auto/General Liability on a primary and non-
contributory basis.
® Waiver ofsubrogation in favor of the City of Lubbock on all coverages, except
IMPORTANT: POLICY ENDORSEMENTS
The Contractor will provide copies of the policies without expense, to the City 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. Any costs will be paid by the Contractor.
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 concerning 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.
E All copies of the Certificates of Insurance shall reference the proiect name or bid number
for which the insurance is beine supplied.
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 & 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.