Loading...
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.