HomeMy WebLinkAboutR2023-072 2023-04-24DocuSign Envelope ID: 4Al2DC92-3A88-4024-BC90-D91FE50022BA
RESOLUTION NO. R2023-72
A Resolution of the City Council of the City of Pearland, Texas, awarding a
unit cost contract to Lone Star Pavement Services, LLC., for road striping
services, in the estimated amount of $300,000.00, for the period of April 25,
2023 through April 24, 2024.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That the City recently obtained competitive bids for road striping services.
Section 2. That the City Council hereby awards a contract to Lone Star Pavement
Services, LLC., at the unit price amount reflected in Exhibit "A" attached hereto.
Section 3. The City Manager or his designee is hereby authorized to execute a contract
for road striping services.
PASSED, APPROVED and ADOPTED this the 24th day of April, A.D., 2023.
DocuSigned by:
rp_za.
W 881 A61503F1 F2...
J. KEVIN COLE
MAYOR
ATTEST:
DocuSigned by:
FralA.Gt,S QOl ar
30 CC22531FFF41.,...
FRANCES AGUILAR, TRMC, MCC
CITY SECRETARY
APPROVED AS TO FORM:
DocuSigned by:
r4DG...
DARRIN M. COKER
CITY ATTORNEY
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
City of Pearland
3519 Liberty Drive
Pecrlond, TX 77581
SERVICE CONTRACT NO. ITB0722.23
Street Pavement Marking
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland. a Texas home -
rule municipal corporation ('City") and Lone Star Pavement Services, Inc ("Contractor"), and consisting
of the following parts:
L 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:
II. Signatures
ff��yyCC`h
c4- p1oaaEnn EA RL_A N D
41Ate _' kirr(U1
a*
Lone Star Pavement Services, Inc
27045 Hanna Rd.
Conroe, TX 77383
Contractor will provide road striping services, for the City of
Pearland, as needed, per the specifications of 1TB #0722-23.
Unit Price Contract, Estimated Amount of $300,00.00.
April 25, 2023
April 24, 2024
4
R2023-72 ; ITB #0722-23
CONTRACTOR
4125/2023111:14A ./CD: rt
r�
Put' h ignesi : Officer Date Title: [(.CiyCt•?I
uocu
4/25/2023 I 11:41 51 CflTLI1.x-1
E838D12 C746413...
`Signed by: Date
Superintendent/Manager
Director
Deputy/Assistant City Manager
City Manager
*City Contract Signature Authority.
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Superintendent'Manager — up to 510,000
Director - S10,001 - $30,000
City Manager/Deputy/Assistant City Manager - $30.001 +
City Council Resolution over $50,000
Page 1 of 7
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
III. Standard Contract Provisions
WHEREAS; Contractor has bid to provide Services (Services') in response to Invitation to Bid No.
#0722-23. ("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 1 and 2, respectively, as if each were
fully set out 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 four
{4) 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 amount not to exceed $300,000.00,
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: accountspayable@pearlandtx.gov
4. Contract Administrator. 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: Tammy Sue Akif
Department: Engineering & Public Works
Phone: 281.652.1826
Email: takif@pearlandtx.gov
5. Insurance; Bonds.
(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
Service Contract Standard Form Page 2 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
provided no less than thirty (30) days' advance written notice of cancellation, material
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 mariner: 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/Quantity 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 of the
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
Service Contract Standard Form Page 3 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
within the sole discretion of the City's City Council to determine whether ❑r not to fund this
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
bidlquote/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: Dante Prescod
Title: ROW Superintendent
Address: 2016 Old Alvin Road, Pearland, TX 77581
Phone: 281.552.1907
IF TO CONTRACTOR:
Lone Star Pavement Service
Attn: Joanne Otto
Title: Accounts Manager
Address: 27045 Hanna Road, Conroe, TX 77385
Phone: 281.357.1965
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
COMPENSATORY 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
Service Contract Standard Form Page 4 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF
THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS 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 an 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, or 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
Service Contract Standard Form pafe 5 of 7
Approved as to Legal Form 6.28,2021
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
reason, any provision or part of this Contract is determined to be invalid and contrary to
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 1); 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
51,000,000 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.
30. 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: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Service Contract Standard Form Page 6 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
Incorporated by Reference Only:
Exhibit 1: RFB/RFP/Quote No. ITB #0722-23
Exhibit 2: Contractor's Bid/Proposal Response
Service Contract Standard Form Page 7 of 7
Approved ❑s to Legal Form 6.28.2021
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
ATTACHMENT A — SCOPE OF WORK
Scope of services shall consist of the contractor providing road striping services for the City of
Pearland, as needed, per the specifications of ITB #0722-23. Pricing is as follows per
contractor's response to the same, as listed per Attachment B.
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
ATTACHMENT B - BID/PRICING SCHEDULE
Bid i 0722-23 Road StriPing
Title Anna' Contract far Road Stnping Services
Line kern
Line Description UOM QTY
UniL
Extended
1
ROAD STRIPING SERVICES - PAINT
PKG
1
$502,56
1.2
4" SOLID OR BROKEN WHITE LINE (PAINT).- MATERIAL AND LABOR COST PER LINEAR FOOT
LF
I
10-24
$0.24
1.3
4" SOLID OR BROKEN YELLOW LINE (PAINT) - MATERIAL AND LABOR COST PER LINEAR FOOT
LF
1
$0.24
$0.24
1.4
4' DOUBLE SOLID YELLOW LINE (PAINT) MATERIAL AND LABOR COST PER LINEAR FOOT
LF
t
30.40
50,40
1.5
0" SOLID WHITE LINE PAINT - MATERIAL AND LABOR COST PER LINEAR FOOT
LF
1
$0.48
$0.48
1.6
12- SOLID WHITE LINE PAINT - MATERIAL AND LABOR COST PER LINEAR FOOT
LF
1
$1.25
$1.25
1 7
24 SOLID WHITE LINE (PAINT) - MATERIAL AND LABOR COST PER LINEAR FOOT
LF
1
$2.50
$2.50
1.8
S" LANE LINE SHADOW PAINT (8 FOOT WHITE/8 FOOT BLACK) - MATERIAL AND LABOR COST PER LINEAR FOOT
LF
1
$0-5$
$0.55
1.9
ELIMINATION OF PAVEMENT MARKINGS BY GRINDING - LABOR COST PER LINEAR FOOT -4" Line
LF
1
1045
$045
1 10
ELIMINATION OF PAVEMENT MARKINGS BY GRINDING - LABOR COST PER LINEAR FOOT -6" Line
LF
1
$0.60
$0.60
1 11
MON
OF PAVEAC
-KINGS BY GRIMM.
- •
BO COST PER
R^✓IEAR FOOT- 8" Line
LF
1
$0.50
$0.50
1.12
• PA
.II
,_:
. =Y •
.r
I - -:0-
• T R
. '-FIAT-1 " .r-
LF
ti
$1-25
51.2$
1.13
ELIMINATION OF PAVEMENT MARKINGS BY GRINDING • LABOR COST PER LINEAR FOOT -24' Line
LF
-
$2-00
$2.00
1,14
ELIMINATION OF PAVEMENT MARKINGS BY GRINDING - LABOR COST PER LINEAR FOOT far Arrow or Words
LF
1
$50.00
$50.00
1.15
WHITE ARROW (PAINT) - MATERIAL AND LABOR COST
EA
1
385-00
$55.00
1.16
ONLY LEGEND (PAINT) - MATERIAL AND LABOR COST
EA
1
$76.00
_575.00
1 17
RAILROAD CROSSING LEGEND COMPLETE PAINT - MATERIAL AND LABOR COST
EA
1
$226.00
1225,00
1.16
SCHOOL ZONE LEGEND PAINT) - MATERIAL AND LABOR COST
'
1
$77.00
577.00
2
ROAD STRIPING SER . .- • - TI -I - • •
PKG
1
5788.,00
2.1
4" SOLID OR BROKEN WHITE LINE (THERMO-PLASTIC). - MATERIAL AND LABOR COST PER LINEAR FOOT
LF
1
$0-70
$0.74
2.2
4" SOLID OR BROKEN YELLOW LINE {THER.MO-PLASTIC1 - MATERIAL AND LABOR COST PER LINEAR FOOT
LF
1
$0.70
$0.70
2 5
8" SO1.ID WHITE LINE (FHERNIO-PLASTIC) - MATERIAL AND LABOR COST PER LINEAR FOOT
LF
1
$0.65
$0.$5
2.6
12' SOLID WHITE LINE (THERMO-PLASTIC) - MATERIAL AND LABOR COST PER LINEAR FOOT
LF
1
$1.60
$1.60
2-7
24` SOLID WHITE LINE (THERMO-PLASTIC - MATERIAL AND LABOR COST PER LINEAR FOOT
LF
1
$3.35
$3-35
2.8
ELIMINATION OF PAVEMENT MARKINGS BY GRINDING- LABOR COST PER LINEAR FOOT • 4' Line
LF
1
$0.60
50160
2.9
ELIMINATION OF PAVEMENT MARKINGS BY GRINDING • LABOR COST PER LINEAR FOOT -8" Line
LF
1
$0.65
$0,65
210
ELIMINATION OF PAVEMENT MARKINGS BY GRINDING - LABOR COST PER LINEAR FOOT- r Line
LF
1
$0.75
50,75
2.11
ELIMINATION OF PAVEMENT MARKINGS BY GRINDING - LABOR COST PER LINEAR FOOT- 12' Line
LF
1
51.55
51.55
2.12
ELIMINATION OF PAVEMENT MARKINGS BY GRINDING - LABOR COST PER LINEAR FOOT -2e Line
LF
1
$2.25
22,25
2.13
ELIMINATION OF PAVEMENT MARKINGS BY GRINDING - LABOR COST PER LINEAR FOOT for Arrow or Words
LF
1
$6500
$65.00
2.14
WHITE ARROW (THERMOPLASTIC - MATERIAL AND LABOR COST
EA
1
$125-00
$125-00
2.15
ONLY LEGEND (THERMO-PLASTIC) • MATERIAL AND LABOR COST
EA
1
3145-00
$145.00
2.18
RAILROAD CROSSING LEGEND COMPLETE (THERMO-PLASTIC) • MATERIAL AND LABOR COST
EA
1
5225-00
$225.00
2.17
SCHOOL ZONE LEGEND (THERMO-PLASTIC)- MATERIAL AND LABOR COST
EA
1
$215-00
$215.00
3
TRAFFIC BUTTOWMARKER
PKG
1
5650,00
3 1
REMOVAL AND INSTALLATION OF TRAFFIC BUTTONS.+MARKERS ALL SURFACES;CONCRETE 5 ASPh-tAL1)
EA
100
$5.50
$050.00
4
EXTRA SERVICES - -
4 1
CURB PAINTING
LF
I
$1-10
$110
4.2
BIKE LANE
LF
1
5115.00
$115.00
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
ATTACHMENT C - INSURANCE REQUIREMENTS
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
Purchasing Department
281.652.1775
ebids ckpearlandtx.❑ov
Contractor Insurance Requirements & Agreement
Contractors performing work an City property or public right-of-way for the City of Pearland shall provide the City a
certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions
identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project
have the same types and amounts of coverages as required herein or that the subcontractors are included under the
contractor's policy.
All insurance companies and coverages must be authorized by the Texas f)epartment of Insurance to transact
business in the State of Texas and must be acceptable to the City of Pearland.
Listed below are the types and amounts of insurances required. The City reserves the right to amend or require
additional types and amounts of coverages or provisions depending on the nature of the work.
TYPE OF INSURANCE
AMOUNT OF INSURANCE
PROVISIONS
1.
Workers' Compensation
Employers' Liability (WC)
Statutory Limits
$1,000,000 per occurrence
For WC, CGL, and BAL, the City is
to be provided a WAIVER OF
SUBROGATION.
COL and PAL, City to be listed as
additional insured and provided 30 -
day notice of cancellation or material
change in coverage.
WC, CGL and PAL, City shall be
provided 30 day notice of
cancellation or material change in
coverage_
CGL will include a non-contributory
addendum.
2,
Commercial General (Public)
Liability (CGL) to include coverage
for:
a) Premises/Operations
h} Products/Completed
Operations
0) Independent Contractors
d) Personal Injury
e) Contractual Liability
Personal Injury - 51,000,000 per
person; Property Damage -
$1,000,000 per occurrence;
General Aggregate - $2,000,000
3
Business Autu Liability (PAL) to
include coverage for:
a) Owned/Leased vehicles
b) Non -owned vehicles
n) Hired vnhiclas
Combined Single Limit -
$1,000,000
If the contract involves a professional service, the contractor will also be required to provide the City with professional
liability insurance in an amount of at Fast 51,000.000.
Certificate of Insurance forms may be amailed to: Purchasing Department at ebidsCpearlandtx.gov. Questions
regarding required insurance should be directed to City of Pearland Purchasing Department, at
ebids@pearlandtx.gov
This form must be signed and returned with your bid/quotation. You are stating that you do have the required
insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of
insurance policy with the above requirements to the City. A purchase order will not be issued without
evidence of required insurance.
Agreement
I agreeto provide the above described insurance coverages within 10 working days if selected to perform work for
the City of Pearland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors
performing work on the project.
ProjectlBi d #
Company:
Signature and PrintcdNarnc:
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
ATTACHMENT D - WARRANTY
Items or services shall conform to the proposed specifications and all warranties
as stated in the Uniform Commercial Code and be free from all defects in
material, workmanship and title.
All work performed by Lone Star Pavement Services is guaranteed for one { 1 J
year from the date of completion unless otherwise specified on proposal.
Excluded in this guarantee are any striping jobs that are required completed
before concrete has hod proper cure
• -51 I b-44aes-A { 5ti-
�.. �• LONE 5-5
• '" . CERTIFICATE OF LIABILITY INSURANCE
��-
OP ID: J[
aA40124Sr[YYYYYI
���aalaoaZ
THIS CERTIFICATE iS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTtFICATF HOLDER_ THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IM RTANJT: If the certWFEci to h older is an ADDITIONAL INSURED, the poBcy(iesi must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, 5aybject to the teams and conditions of the poiicy, certain policies may require an endorsement_ A statement on
this certificate does not confer rights to the certificate holder In lieu of such endorselnent(s).
PRODUCER 743-6S1-2500
HARCO insurers; S MOM
#4777 Northwest Fnary., #700
Houston, TX 77092-731a
�.oM
cT Nara) Insurance s
C. W..-••-.•--„-••-...... t..... .................,-....,.-..-............•
1A,0, eEt-slaa Fx 713.139.181#0
, a c, +. Earl: i °WnNa;
-tas: certtficates4harco. na.cons
iN URER5�AFFDROENCI. COVERA6
INSURER -A: Ohio Security insurance Co
V
V
24082
Texas tone Star
Ara
Pavement Services LLC dba
Lore 5ter Pavement Services
27045 Hann* Toad
Conroe, TX 7738$
INSURERS;Ohio Casualty insurance Co
- - - - -
24074
1NstlRER C ; Tom Mutual insurance
INSURER
INWREIR E :
INSURER f .
22945
COVERAGES
CERTIFICATE NUMBER:
REVISION NUMBER:
THIS IS TC CERTIFY THAT THE P•DL1CIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FGP THE POLICY PERIOD
INDICATED. NOT ITETSTAND INO ANY REDU1R€MENT, TERM DR CONDITION OF ANY CONTRACT OR OP-EER DOCUMENT WITH RESPECT TO WHICH THIS
CER2?iFICATE MAY BE ISSUED OR MAY PERTAN, THE INSURANCE CE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID C(AkMS.
3NaR i
Lift . TYPE OF I#ISURANCE
IA bocsUAR:
MED ,IY9tDu POLICY NUMBER
POLICY EFf
tonvourry i'}
POLICY OW '
fklIMICPVVYYti ' LW, E
AIX
COMMERCIAL ENERAL
CLAIMS -MADE i
•
AGGR£ ATE DM-APPLEES
PeXiCV X •3
LIABILFTY
X' -c
PER-
; L
1
i
5LS5S419d84
111/712022
11/1712023
, EAc!?Q(cWRREReCE
Ntl: 7 , ,y.
'•'.'3 QXE'L.f1,,S'M egtl ....-
,-FEREONAL_8AD1rNARY ----
GENERAI. AGGREGATE
1CPROR.'.S-c A$P_CYP AC .
$
1
$
r
S
j_
1 .00
1,000,0-00
15:00(1
1,0410,00D
2,ftO[3, Q
210-00,000
GEM_
.
AUTOh
1LE LIA8IL#T (
AMY AUTG
O JED T,
A TJS ONLY —_1
MONEY '
E IWO-EU
A:3L\R-
,4stFt3r ONE
.
BAS56419 aso
1111712022:M17)2023
•
MOONED er;11 LE LIMIT ?
$
i,i3a{i,4i#1d
X
RuC+I�Y ga-JuRY 4Prn p!raun.i
s
-_
20{�-DIY'iv.AIRY iiF .a -o.J nu0'..
! 1 � °*fIIQAA1h �E
S
X
UMBRELLA I.kAB ' X
axc ssLute
DED X : RETENTIONS
DocuR
C:LAiLf6.iwt.�[IE
10,0011
s
U5056419880
1111712022.1'U1712023
EACH Cf �'L!RR -N{
pD; ,:�a7E
1
S
2,S 3C3,{i00
2,#tO[3, fl
C wb6c1{ERS MAMBA TtON
ANn E#,rPLO... L.,...,Y {N
h,N P"kGPrtl_1'4��*p mot.:fxailrnvHit
' Manda:ory in NH)
' 'i yeF. 6a .7. i:.,B Vf!fl+f
'.0.LzaCrR'T'^,F{ c Oi TIci s N4 s'L..
'
>Ob1126E o
03,06,r2022 E3f0&12023
X ; P I2 . ' [ OTC-
,A> 7i _;__-.. I.E R
E.L. PAC; ACCIDENT
$
1, ,arro
$.L• L�SFA 3E - EA �LEPLOvfs S
1,flO0,#I li
aL, Litsv li - FwCY LIMIT $
1,000.000
DE$C.REpTTOni OF OPERATIONS I LOC,1TION$ ' VEHICLES IAOOFr ! 1*1, Atie canal Remarks scro
'Please See Holder Notes For Additional Coverage Information
i . inn $0 ,Nifikaisrisg mot spate is evrirreri
CERTIFICATE HOLDER
2
CANCELLATION
CITYOFP
City of Pcarland
3519 Liberty St.
Peariand, TX 77581
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED REF ortt
THE EXPIRATION DATE THEREOF, NOTICE WELL RE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AuTHacR3'1E0 RE RE$EMIATIV
ACORD 2S (2016103)
t'19138 -2O15 ACORD CORPORATION, Ail rights reserved.
The ACCORD name and logo aria registered maths of ACORD
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
NOTEPAD
Texas Lone Star
INSURED'S NAME
LONES-5
OP ID: JD
PAGE 2
Date 10/24/2022
The General Liability Policy Includes A Blanket Automatic Additional
Insured Endorsement For Ongoing and Completed Operations That Provides
Additional Insured Status To The Certificate Holder Only When There Is A
Written Contract Between The Named Insured And The Certificate Holder That
Requires Such Status Subject To Policy Terms and Conditions
The Auto Liability Policy Includes A Blanket Automatic Additional Insured
Endorsement That Provides Additional Insured Status To The Certificate
Holder Only When There Is A Written Contract Between The Named Insured And
The Certificate Holder That Requires Such Status Subject To Policy Terms
and Conditions
The General Liability, Auto Liability and Workers Compensation Policies
Include A Blanket Automatic Waiver of Subrogation Endorsement That
Provides This Feature Only When There Is A Written Contract Between The
Named Insured And The Certificate Holder That Requires It Subject To
Policy Terms and Conditions
The General Liability And Auto Policy Contains A Special Endorsement With
"Primary And Noncontributory" Wording And Applies T❑ The Certificate
Holder Only When There Is A Written Contract Between The Named Insured And
The Certificate Holder That Requires Such Status Subject To Policy Terms
and Conditions
Umbrella Follows Form over the General Liability, Auto Liability and
Workers Compensation policies.