HomeMy WebLinkAboutR2023-005 2023-01-23DocuSign Envelope ID: 254A5A33-7308-42E8-90F2-F84BAA3C7794
RESOLUTION NO. R2023-5
A Resolution of The City Council of the City of Pearland, Texas,
authorizing the City Manager or his designee to participate in an interlocal
cooperative pricing arrangement with The Texas Buy Board for the
purchase of fence/gate repair, preventative maintenance and replacement
services, in the estimated amount of $83,000.00, from Foster Fence, LTD.
for the period beginning January 24, 2023 through January 23, 2024.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That contract pricing has been obtained through interlocal cooperative partner
Texas Buy Board for the purchase of fence/gate repair, preventative maintenance and replacement
services.
Section 2. That the City Manager or his designee is hereby authorized to participate in an
interlocal cooperative pricing arrangement with The Texas Buy Board for the purchase of fence/gate
repair, preventative maintenance and replacement services, in the estimated amount of $83,000.00,
from Foster Fence, LTD.
PASSED, APPROVED and ADOPTED this the 231d day of January, A.D., 2023.
DocuSigned by^:_//q
J. Izu%Ig1 uotE _
MAYOR
ATTEST:
DocuSigned by:
9BEC22531FFF'Y15
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
APERQUEbp AS TO FORM:
DAWKW16OKER
CITY ATTORNEY
DocuSign Envelope ID: 736A633B-E39A-4DD6-BB41-4A62453AB946
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SERVICE CONTRACT NO. C1222-68
Gate and Fence Preventative Maintenance and Repairs
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home -
rule municipal corporation ("City") and Contractor ("Contractor"), and consisting of the following parts:
I. Summary of Contract Terms
II. Signatures
III. Standard Contractual Provisions
IV. Special Terms and Conditions
V. Additional Contract Attachments
I. Summary of Contract Terms.
Contractor:
Description of Services:
Contract Amount:
Effective Date:
End Date:
Renewals:
Resolution No/Bid No:
Foster Fence
P.O. Box 96116
Houston, TX 77213
Contractor will provide City of Pearland gate and fence preventative
maintenance and repair services, as needed, in accordance with
specifications of BuyBoard Contract No. 657-21.
$83,000.00
January 24, 2023
January 23, 2024
1
R2023-5 , BuyBoard Contract No. 657-21
II. Signatures
;G1TDYc ePEARLAND CONTRA
D" 1/24/2023 I 8:50 AM CST
24r88CEIo8Br48A...
Purchasing Officer Date Title:, Controller
�DocuSigned by:
11/24/2023 I 6:56 AM ter'
*Signed by: Date
Superintendent/Manager
Director
Deputy/Assistant City Manager
City Manager
*City Contract Signature Authority: Superintendent/Manager — up to $10,000
Director - $10,001 - $30,000
City Manager/Deputy/Assistant City Manager - $30,001 +
City Council Resolution over $50,000
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 1 of 7
DocuSign Envelope ID: 736A633B-E39A-4DD6-BB41-4A62453AB946
III. Standard Contract Provisions
WHEREAS, Contractor has bid to provide Services ("Services") in response to BuyBoard Contract
No. 657-21 ("Solicitation"), which Solicitation includes the required scope of work and all
specifications and which Solicitation and the Contractor's bid or proposal response, as applicable,
are incorporated by reference in this Contract as Exhibits 9 and 2, respectively, as if each were
fully set cut here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Services in accordance with the attached Scope of Work, as
detailed in Attachment A, the content of which is incorporated by reference into this Contract
as if fully set out here in its entirety, and in accordance with Exhibit 2.
2. Term. This Contract is for one (1) year, with performance commencing upon the effective
date or the date of issuance of the notice to proceed issued by the Contract Administrator or
the Purchasing Division, or upon the performance date listed in the notice to proceed,
whichever is later. The parties may mutually extend the Term of this Contract for up to one (1)
additional one-year periods ("Option Period(s)"), provided, the parties do so by written
amendment prior to the expiration of the original term or the then -current Option Period. The
City's extension authorization must be executed by the City Manager or designee.
3. Compensation and Payment. This Contract is for an estimated amount of $83,006,00,
subject to approved extensions and changes. Payment will be made for Services completed
and accepted by the City within thirty (30) days of acceptance, subject to receipt of an
acceptable invoice. Contractor shall invoice no more frequently than once per month. All
pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment
B, the content of which is incorporated, in its entirety, by reference into this Contract. Any
amount not expended during the initial term or any option period may, at the City's discretion,
be allocated for use in the next option period.
Invoices will be emailed to the following email address with a copy provided to the Contract
Administrator:
City of Pearland
Attn: Accounts Payable
Email: accountspayablepearlandtx,gov
4. Contract Adm€nistrator. The Contract Administrator designated by the City is responsible
for approval of all phases of performance and operations under this Contract, including
deductions for non-performance and authorizations for payment. The City's Contract
Administrator for this Contract is as follows:
Name:
Department:
Phone:
Email:
5. Insurance; Bonds.
Erin Brown
Engineering & Public Works
281.652.1 739
eb rown pea rl a n dtx.g ov
(A) Before performance can begin under this Contract, the Contractor must deliver a
Certificate of Insurance ("COI"), as proof of the required insurance coverages, to the
City's Contract Administrator, Additionally, the COI must state that the City shall be
provided no less than thirty (30) days' advance written notice of cancellation, material
Service Contract Standard Form
Approved as to regal Form 6,28,2021
Page 2 of 7
DocuSign Envelope ID: 736A633B-E39A-4DD6-BB41-4A62453AB946
change in coverage, or intent not to renew any of the policies. The City must be named
as an additional insured, The City Attorney must be given copies of all insurance
policies within ten (10) days of the City Manager or his designee's written request.
Insurance requirements are as stated in Attachment C, the entirety of which is
incorporated by reference into this Contract.
(B) Contractor shall provide any required payment bond, performance bond, or both, prior
to commencement of performance under this Contract. The terms, conditions, and
amounts of the bonds and appropriate surety information shall be included in the
RFB/RFP or as may be added to Attachment C, and such content, the entirety of
which, shall be incorporated into this Contract.
6. Purchase Release Order. For multiple -release purchases of Services provided by the
Contractor over a period of time, the City will exercise its right to specify time, place and
quantity of Services to be delivered in the following manner: the authorized City department
or division shall send to Contractor a purchase release order signed by an authorized agent
of the department or division. The purchase release order shall refer to this Contract, and
Services shall not be rendered until the Contractor receives the signed purchase release
order.
7. Inspection and Acceptance. City may inspect all Services and products supplied before
acceptance. Any Services or products that are provided but not accepted by the City must be
corrected or re -worked immediately at no charge to the City. If immediate correction or re-
working at no charge cannot be made by the Contractor, a replacement service may be
procured by the City on the open market and any costs incurred, including additional costs
over the item's bid/proposal price, shall be paid by the Contractor within thirty (30) days of
receipt of City's invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Contract are new, quality
items that are free from defects, fit for their intended purpose, and of good material and
workmanship. The Contractor warrants that it has clear title to the products and that
the products are free of liens or encumbrances_
(B) In addition, the products purchased under this Contract shall be warranted by the
Contractor or, if indicated in Attachment D by the manufacturer, for the period stated
therein. Attachment D, the entirety of which, is attached to this is incorporated into this
Contract.
(C) Contractor warrants that all Services will be performed in accordance with the standard
of care used by similarly situated contractors performing similar services.
9, Quality/qua ntity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule
are estimates only and do not obligate the City to order or accept more than the City's actual
requirements nor do the estimates restrict the City from ordering less than its actual needs
during the term of the Contract including any Option Period. Substitutions and deviations from
the City's product requirements or specifications are prohibited without the prior written
approval of the Contract Administrator,
10. Non -Appropriation. The continuation of this Contract after the close of any fiscal year ofthe
City, which fiscal year ends on September 30th annually, is subject to appropriations and
budget approval specifically covering this Contract as an expenditure in said budget, and it is
within the sole discretion of the City's City Council to determine whether or not to fund this
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 3 of 7
DocuSign Envelope ID: 736A633B-E39A-4DD6-BB41-4A62453AB946
Contract. The City does not represent that this budget item will be adopted, as said
determination is within the City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor shall perform all work required by this Contract as an
independent contractor and will furnish such Services in its own manner and method, and
under no circumstances or conditions will any agent, servant or employee of the Contractor
be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts
or utilize the services of subcontractors unless the subcontractors were identified in the
bid/quote/proposal or approved by the Contract Administrator.
13. Amendments. This Contract may be amended or modified only in writing and executed by
authorized representatives of both parties_
14. Waiver. No waiver by either party of any breach of any term or condition of this Contract
waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes,
unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be
provided proof of payment of these taxes within 15 days of such request
16. Notice. Any notice required under this Contract must be given by hand delivery, or certified
mail, postage prepaid, and is deemed received on the day hand -delivered or on the third day
after postmark if sent by certified mail. Notice must be sent as follows:
IF TO CITY:
City of Pearland
Attn: Raymond Clark
Title: Building Supervisor
Address: 2016 Old Alvin Road, Pearland, TX 77581
Phone: 281.652.1684
IF TO CONTRACTOR:
Foster Fence
Attn: Thomas Graham
Title: Account Manager
Address: P.O. Box 98116,
Houston, TX 77213
Phone: 281.456.7273
17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT
DOCUMENT THAT LIMITS THE CONTRACTOR'S LIABILITY TO THE CITY OR
RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR
COMPENSA TOR Y DAMAGES, LOSS, OR COSTS ARISING FROM THE
PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR CONTRACTUAL
INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT
APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN
ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES
OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR
DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR
JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM THAT PARTY'S
NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF
Service Contract Standard form Page 4 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 736A633B-E39A-4DD6-BB41-4A62453AB946
THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. TI -US PROVISION
DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO
IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS
CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD -
PARTY DEFENDANT AS ALLOWED BY LAW.
18. Dispute Resolution Procedures. The Contractor and City desire en expeditious means to
resolve any disputes that may arise between them regarding this Contract. If either party
disputes any matter relating to this Contract, the parties agree to try in good faith, before
bringing any legal action, to settle the dispute by submitting the matter to mediation before a
third party who will be selected by agreement of the parties. The parties will each pay one-half
of the mediator's fees.
19. Attorney's Fees. Should either party to this Contract bring suit against the other party for
breach of contract or for any other cause relating to this Contract, neither party will seek or be
entitled to an award of attorney's fees or other costs relating to the suit.
20. Termination.
(A) City Termination for Convenience. Under this paragraph, the City may terminate this
Contract during its term at any time for the City's own convenience where the
Contractor is not in default by giving written notice to Contractor. If the City terminates
this Contract under this paragraph, the City will pay the Contractor for all services
rendered in accordance with this Contract to the date of termination.
(B) Termination for Default. Either party to this Contract may terminate this Contract as
provided in this paragraph if the other party fails to comply with its terms. The party
alleging the default shall provide the other party notice of the default in writing citing the
terms of the Contract that have been breached and what action the defaulting party must
take to cure the default_ If the party in default fails to cure the default as specified in the
notice, the party giving the notice of default may terminate this Contract by written notice
to the other party, specifying the date of termination. Termination of this Contract
pursuant this paragraph does not affect the right of either party to seek remedies for
breach of the Contract as allowed by law, including any damages or costs suffered by
either party.
21. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the
owner's manual and/or preventative maintenance guidelines or instructions if available for any
equipment purchased by the City pursuant to this Contract Contractor must provide such
documentation upon delivery of such equipment and prior to receipt of the final payment by
the City.
22. Limitation of Liability. The City's maximum liability under this Contract is limited to the total
amount of compensation listed in this Contract. In no event shall the City be liable for
incidental, consequential or special damages.
23. Assignment. No assignment of this Contract by the Contractor, OF of any right or interest
contained herein, is effective unless the City Manager first gives written consent to such
assignment. The performance of this Contract by the Contractor is of the essence of this
Contract, and the City Manager's right to withhold consent to such assignment is within the
sole discretion of the City Manager on any ground whatsoever.
24. Severability. Each provision of this Contract is considered to be severable and, if, for any
reason, any provision or part of this Contract is determined to be invalid and contrary to
Service Contract Standard Form Page 5 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 736A633B-E39A-4DD6-BB41-4A62453AB946
applicable law, such invalidity shall not impair the operation of nor affect those portions of this
Contract that are valid, but this Contract shall be construed and enforced in all respects as if
the invalid or unenforceable provision or part had been omitted_
25. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract,
its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference
to the documents in the following order of priority:
A. this Contract (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 'I); then,
D. the Contractor's bid response (Exhibit 2).
26. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code
Section 2252.908, as it may be amended, and to complete Form 1295 "`Certificate of
Interested Parties" as part of this Contract if required by said statute for items approved by
the City Council.
27. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the
performance of this Contract. The applicable law for any legal disputes arising out of this
Contract is the law of the State of Texas, and such form and venue for such disputes is the
appropriate district, county, or justice court in and for Brazoria County, Texas.
28. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory
executing this contract on behalf of company verifies that the company does not boycott Israel
and will not boycott Israel during the term of this contract. This clause is subject to companies
with ten or more full time employees and the contract value is $100,000 or more that is to be
paid wholly or partially with public funds of the governmental entity.
29. Public Information Act Requirements. This paragraph applies only to Contracts that have
a stated expenditure of at least $1,000,000 or that result in the expenditure of at least
$1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code,
regarding certain entities requirement to provide contracting information to governmental
bodies in connection with a public information request, may apply to this contract and the
Contractor agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
34. Entire Agreement. This Contract constitutes the entire agreement between the parties
concerning the subject matter of this Contract and supersedes all prior negotiations,
arrangements, agreements, and understandings, either oral or written, between the parties.
IV. Special Terms and Conditions. None.
V. Additional Contract Documents
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bici:/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment ❑: Warranty Requirements
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 6of7
DocuSign Envelope ID: 736A633B-E39A-4OO6-BB41-4A62453AB946
Incorporated by Reference Only:
Exhibit 1: BuyBaard Contract No. 857-21
Exhibit 2: Contractor's Bid/Proposal Response
Service Contract Standard Form rage 7 of 7
Approved as to Legal Form 6,28.2021
DocuSign Envelope ID: 736A633B-E39A-4DD6-BB41-4A62453AB946
ATTACHMENT A — SCOPE OF WORK
Scope of services provided shall consist of gate and fence repair and preventative maintenance services, for
the City of Pearland, as needed, per the specifications of vendor Time, Material, Equipment Rate Schedule
and BuyBoard Contract No. 657-21.
DocuSign Envelope ID: 736A633B-E39A-4DD6-BB41-4A62453AB946
ATTACHMENT B — BID/PRICING SCHEDULE
Pricing is as follows, per contractor's response to the same, as per attached Time, Material, Equipment
Rate Schedule and BuyBoard Contract No_ 657-21.
DocuSign Envelope ID: 736A633B-E39A-4DD6-BB41-4A62453AB946
II EQS I E�
TIME, MATERIAL, EQUIPMENT RATE SCHEDULE
01/01/2023
The rates set cut below include payroll taxes, insurance, overhead and profit.
FENCE & ACCESS LABOR
Superintendent
Safety Manager
Fence Foreman — Operator
Fence Installer
Gate Operator Technician
Gate Operator Helper
Crew Down Time / Stand-by Time
ACCESS REPAIR SERVICE CALLS
Access Service — Call Out Fee first hour
Access Service — Labor per additional hour
Access Zone Charge — Service calls outside Houston Area
$100/ hour travel time
Parts — Quoted on Site
EQUIPMENT RENTALS
Pickup Truck
Crew Truck with Hand Tools (26,000 GVW)
1 Ton Truck (Flat Bed)
Service Truck (less than 26,000 GVW)
t30 CFM Air Compressor
Welding Machine with Lead
80# Paving Breaker
Skid Loader with Attachments
Track Skid Loader with Attachments
Mini -Excavator with Attachments
Rates Effective January 1, 2023
RATE 1 HOUR
$80.50
$80.50
$61.50
$46.00
$68.50
$47.00
$430.00/ hr_
$160.00
$100.00/ hr.
$100.00/hr.
RATE/HOUR
$20.00
$33.50
$23.50
$27.50
$15.50
$12.50
$10.00
$30.50
$36.85
$50.00
(281) 456-7273
(281)456-0221 Fax
FOSTER FENCE LTD
P.O. Box 96116
Houston, -1'X 77213
www,festerfence.cam
info@tbsterfenct.com
DocuSign Envelope ID: 736A633B-E39A-4DD6-BB41-4A62453AB946
�ntt11FOS.—E�Z>
TIME, MATERIAL, EQUIPMENT SCHEDULE Cont.
LABOR RATES
MINIMUM LABOR CHARGE
The minimum labor charge is four hours per man per day on all work assignments.
SUPERVISOR
A foreman will be assigned to all jobs. The foreman will work with his craft. When two (2) crews are working
on same job, a supervisor is required; the foreman of each crew will always be a working foreman.
OVERNIGHT LODGING
For work site locations more than 50 miles from home office location of 15700 Beaumont Hwy, Houston
TX, contractor will be reimbursed a per diem cost of $ 100.00 per day per man.
TRAVEL TIME
Contractor will be reimbursed at the published hourly rate for travel time paid its employees from a
designated assembly point to be agreed upon by Contractor and Customer which shall cover time required
to travel to and from jobs_ Such time allowed shall be considered as work time and will be included in the
total hours for all the day's work. The designated point is Foster Fence's warehouse/yard unless specified
otherwise,
OVERTIME
Overtime rates at 1.5 times straight time rate will apply to hours worked on Saturday, Sunday and Holidays,
Foster Fence normally works a 50 hour week.
Rates Effective January 1, 2023
(281) 456-7273
(281) 456-0221 Fax
FOSTER FENCE LTD
P.C). Box 96116
Houston, TX 77213
www,1'c sterfence,corn
infe@fosterfence,com
DocuSign Envelope ID: 736A633B-E39A-4OO6-BB41-4A62453AB946
II FOS II
TIME, MATERIAL, EQUIPMENT SCHEDULE Cont.
EQUIPMENT RATES
The stated equipment rates include cost of maintenance, overhead, profit and insurance.
Transportation costs will be charged on all equipment to and from jobsite.
A minimum of four hours per day per unit will be charged on equipment for work less than one-half day.
Daily rates are based on single shift usage. Daily rates apply to each shift.
OUTSIDE EQUIPMENT RENTAL
If it becomes necessary to use equipment not available or not falling under classifications listed in the Rate
Schedule, Contractor will rent equipment with the Company's approval.
A. Equipment requiring fueling will be charged at Contractor's actual
cost for equipment, delivery, fuel and maintenance plus 15%
B, Other Equipment and tools will be charged at actual cost plus 15%.
MATERIALS AND SUPPLIES
Contractor will purchase material and supplies, with Company's approval. Material and supplies will be
charged at Foster Fence Ltd list price less 5%
SUBCONTRACTORS
Contractor will employ subcontractors with Company's approval. Charges for employing subcontractors
will be at Contractors actual cost plus 15%.
Approved:
Brent Price, Controller
Rates Effective January 1, 2023
(281 } 455-7273
(281) 456-0221 Fax
FOSTER FENCE LTD
P.C. Box 96116
Houston, TX 77213
www, fo sterfence.corn
info fosterfence,cot)