Loading...
HomeMy WebLinkAboutContract 51558 CITY SECRETARY r CITY OF FORT WORTH, TEXAS CONTRACT NO. (5155 9 CMAR MOCKUP CONTRACT (LUMP SUM) THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § This agreement made and entered into this the �_ day of November A.D., 2018, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and exist ingunder 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 HM & MF, Ltd., d/b/a MUCKLEROY & FALLS of the City of Fort Worth, County of Tarrant, State of Texas, hereinafter called CONTRACTOR. CONTRACT DOCUMENTS: This Contract, Scope of Services -Attachment "A" and Signature Verification Form - Attachment "B", Instructions to Offerors, and Specifications to be added by the Architect at a later date are attached hereto and incorporated herein, are made a part of this Contract for all purposes. In the event of any conflict between the terms and conditions of General Conditions, Instructions to Offerors, WRMC Pioneer Tower Rehabilitation Project Project Proposal Form and Plans and Specifications and the terms and conditions set forth in the body of this Contract, the terms and conditions of this Contract shall control. 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 as follows: Construction Manager-at-Risk WRMC Pioneer Tower Rehabilitation Project 3401 Lancaster Ave Fort Worth, Texas PMD2018-09 That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the MOCKUP of said project. The Contractor hereby agrees and binds himself to commence said work within ten (10) days after being notified in writing to do so by the Owner. OFFiUAL RECORD CITY SECRETARY CMAR Mockup Contract FT. WORTH,TX Contractor shall be compensated as described in Attachment "A". However the total fee paid by the City shall not exceed a total of$89,932.00 unless the Owner and the Contractor mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The performance periods in calendars days will be determined when the Guaranteed Maximum Price is agreed upon. INSURANCE REQUIREMENTS All insurance and bonds will be required once the Guaranteed Maximum Price is agreed upon. The Contractor shall not commence work under this contract until it has obtained all insurance required under the Contract Documents, and the Owner has approved such insurance. The Contractor shall be responsible for delivering to the Owner the sub- contractors' certificates of insurance for approval. The Contractor shall indicate on its certificate of insurance included in the documents for execution whether or not its insurance covers subcontractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all subcontractors. a. WORKER'S COMPENSATION INSURANCE: • Statutory limits. • Employer's liability: • $100,000 disease each employee. • $500,000 disease policy limit. • $100,000 each accident. b. COMMERCIAL GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract public liability insurance coverage in the form of a Commercial General Liability insurance policy to cover bodily injury, including death, and property damage at the following limits: $1,000,000 each occurrence and $2,000,000 aggregate limit. • The insurance shall be provided on a project specific basis and shall be endorsed accordingly. • The insurance shall include, but not be limited to, contingent liability for independent contractors, XCU coverage, and contractual liability. C. BUSINESS AUTOMOBILE LIABILITY: • $1,000,000 each accident. • The policy shall cover any auto used in the course of the project. CMAR Mockup Contract 2 d. BUILDER'S RISK OR INSTALLATION FLOATER: This insurance shall be applicable according to the property risks associated with the project and commensurate with the contractual obligations specified in the contract documents. e. EXCESS LIABILITY UMBRELLA: • $1,000,000 each occurrence; $2,000,000 aggregate limit. • This insurance shall provide excess coverage over each line of liability insurance required herein. The policy shall follow the form(s) of the underlying policies. f. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, against any insurable hazards which may be encountered in the performance of the Contract. g. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by insurance carriers satisfactory to the Owner. The form to be used shall be the current Accord certificate of insurance form or such other form as the Owner may in its sole discretion deem acceptable. All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Contractor's insurance not cover the subcontractor's work operations performed in the course of this contracted project. ADDITIONAL INSURANCE REQUIREMENTS: a. The Owner, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 200 Texas Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the Owner to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the Owner a minimum thirty days' notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days' notice shall be acceptable in the event of non-payment of premium. CMAR Mockup Contract 3 e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000. per occurrence unless otherwise approved by the Owner. g. In lieu of traditional insurance, Owner may consider alternative coverage or risk Treatment measures through insurance pools or risk retention groups. The Owner must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the Owner. L Owner shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by Owner shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to Owner's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of Owner, Contractor shall provide complete copies of all insurance policies required by these contract documents. PAYMENT AND PERFORMANCE BONDS If this Contract is in excess of $25,000, the Contractor shall provide a Payment Bond in the full amount of the contract. If the contract is in excess of $100,000 Contractor shall provide both Payment and Performance Bonds for the full amount of the contract. When the Guaranteed Maximum Prices (GMPs) for Phases I and II are agreed upon, the successful Offeror entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract attributable to each phase. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2253, as amended. CITY OF FORT WORTH PERMITS Contractor shall apply for all City of Fort Worth Building and Trade 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. CMAR Mockup Contract 4 IMMIGRATION NATIONALITY ACT City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Vendor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Vendor shall complete the Employment Eligibility Verification Form (1-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Vendor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement. Vendor shall indemnify City from any penalties or liabilities due to violations of this provision. City shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. HOUSE BILL 89 Contractor acknowledges that in accordance with Chapter 2270 'of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CMAR Mockup Contract 5 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 Three counterparts with its corporate seal attached. — Done in Fort Worth, Texas, this the 5� day of November A.D., 2018. APPROVED: HM & MF, Ltd., d/b/a MUCKLEROY & FALL City Worth By: By: Ta ale Jesus J. Chapa VP - PreconAt&V& Assistant City Manager a &FALLS,a Texas uartnership by Muckleroy&Falls Construction t;, a texas Corporation and General Partner OR�r F... R APPROVAL RECOMMENDED: R ORDED• ®: l'L0 By: By: Roger M. Venables, Interim Director Mary J. Kayser Property Management Department City Secretaryp APPROVED AST O T FORM AND LEGALITY: M&C C-Number (not required) By: 6k John B. Strong Assistant City Attorney Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administrail this contract, including ensuring all performance and reporting requirements. By: Brian R. Glass,AIA Architectural Services Manager OFFICIAL RECORCL I CITY SECRETARY" `j CMAR Mockup Contract FT MPRTH,TX u BID PROPOSAL Proposal from HM & MF Ltd., d/b/a Muckleroy& Falls, A Texas Limited Partnership Proposal For: City of Fort Worth —Pioneer Tower Mockup November 15th, 2018 Ronald Clements, Architect Property Management Department 401 West 131h Street, Fort Worth, TX 76102 The undersigned, having examined the sealed mockup set from Elements of Design drawings received on November 8th, 2018. Thereby proposes the below Lump Sum base bid, inclusive of all labor, materials, services, and taxes required in connection with or incidental to the construction of the outlined work in conformance with the provided Project Documents. Base Bid: Eighty-Nine Thousand, Nine Hundred and Thirty Two Dollars ($89.932) Please see attached Estimate Summary and Detail Backup. The Undersigned further agrees to honor this bid for 30 days after receipt of Bid. HM &MF LTD, d/b/a Muckleroy& Falls, A Texas Limited Partnership by Muckleroy & Falls Construction Co., A Texas Corporation and General Partner By: ., Harold Muckleroy, CECV Muckleroy&Falls Client-Centered Commercial Contractor 5801 Edwards Ranch Road,Suite 100 Fort Worth,TX 76109 817.877.3510 www.muckleroyfalls.com r1 I�I MUCKLEROY SI FALLS �j MUCKLEROY Si FALLS City of Fort Worth - Pioneer Tower ESTIMATE SUMMARY • Fort Worth, Texas MOCKUP MUCKLEROY & FALLS BUDGET ESTIMATE SUMMARY November 14,2018 CONSTRUCTION ESTIMATE SUMMARY MOCKUP COMMENTS COST OF WORK 1 GENERAL WORK ITEMS $1,900.00 MASONRY GLASS BLOCK MATERIAL $53,120.00 MASONRY GLASS BLOCK MOCK UP $10,400.00 STRUCTURAL&MISC STEEL $6,910.08 DRYWALL $1,850.00 PAINTING $800.00 ELECTRICAL $10,300.00 PIONEER TOWER-COST OF WORK $85,280 PERMIT-CITY OF FORT WORTH $0 BUILDERS RISK INSURANCE $107 EXCESS&GENERAL LIABILITY INSURANCE $262 OVERHEAD&FEE-5.0% $4,282 PROJECT SUBTOTAL $89,932 EXISTING BUILDING REMODEL SALES TAX-8.25% $0 PAYMENT& PERFORMANCE BOND $0 TOTAL PROJECT COST $89,932 I�1 MUCKLEROY SI FALLS City of Fort Worth - Pioneer Tower COST OF WORK Fort Worth, Texas MOCKUP 5 0 0 o N O N 1(1 L G O N h S O m J 10.-N p �t N t0 N O� 'Q V 00 00 ro M M N ¢ p M O M f0 0 p W O F Of N - t0 N � m V r w w w w w w w w w w w w w w w w w www w low $ o O O O C,0 O 5 5 O } m 100 O N y t0 M M to M w O^ t0 O HZ Q ^ ^ Q w w w w w w w w w w w w w w w w www w 7 J U ¢ W � 0 F D a O a In Y Y =m m J J J LL Id U U U LL m m U JJ Iwo,� �zzz? aa� Nzzzzz LU � 05 0500 0 858580 ui CL Z) C Y V O 3 O CL W W z O a J O x U z CL O¢ wO J 00 g J Q Z ff W Q Z Z 0- IK Zd 00ca m Wle �� ¢mo Y W J W U �0 Z�g w Z �Z 000 z N a� jj�Z O wo waa x O C7 �n LL O U ¢Q o 0 ¢ 0 >j 0 x� '. U)C3 Y i ~ �o wm J� w op ¢Fw-W L9 I.- (wW� YZ�JW Q aCC) W ¢ F+ w tX0 tx0 F- Um rL W O H JJ U 1.1 JJ� O Z� x x w a Z) w m a Z �7i 3 0 m gW Z `°T a J9�z -Qi w mm z O U U N f W W�U o K '� J Z W V to U F- F H'-i O ¢ J ¢ C7 w w Y o0 cE w ¢O t� a z W JJJ (Y a F_a 1 JJ z to �� �� Jz Q Jf r Od w Z o O m m O -f a Z m m O -j_ wWW0 O _ Z O O w QU 7� 7CC�� O (n QJ Y W--1 a W >' w w Q 7 (Yj M-i H J �p C3 U a U _r 1 j IL w F o a OOMJ z g c~i 0�7g¢ Q �m z O w co XOZ o J w y W LLmtgU Q N UC') Q O 220 Q OX ¢ Z Q v sL LLLLtiU7 Q N W IL W Cl) w O Q O O a' O O J O O 1 ad 0 F C7 F f F to F D F a F w F U 1Yi T F w m rn 1O U °z m o z [@253; zoow U o CL zz Zto > >� C0 1 0 0 0 0 0 L ATTACHMENT "B" VERIFICATION OF SIGNATURE AUTHORITY Consultant hereby agrees to provide City with independent audit basic financial statements, but also the fair presentation of the financial statements of individual funds. Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Consultant and to execute any agreement, amendment or change order on behalf of Consultant. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Consultant. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Consultant. Consultant will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Consultant. 1. Name: Position: Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: Signature of President/ CEO Other Title: Z/Date: p /14e-"' CMAR Mockup Contract 8