HomeMy WebLinkAboutR2023-096 2023-04-24DocuSign Envelope ID:4Al2DC92-3A88-4024-BC90-D91FE50022BA
RESOLUTION NO. R2023-96
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 Buyboard purchasing
cooperative for the replacement of the Southgate Park Playground
equipment, in the estimated amount of $54,609.90, from Lone Star
Recreation of Texas, LLC.
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 Buyboard purchasing cooperative for the replacement of the Southgate Park Playground
equipment.
Section 2. That the City Manager or his designee is hereby authorized to participate in an
interlocal cooperative pricing arrangement with The Buyboard Purchasing System for the
replacement of the Southgate Park Playground equipment, in the estimated amount of $54,609.90,
from Lone Star Recreation of Texas, LLC.
PASSED, APPROVED and ADOPTED this the 24th day of April, A.D., 2023.
(—DocuSigned by:
9z
184884 A61./P F4F2...
J. KEVIN COLE
MAYOR
ATTEST:
cuSigned by: Do :
EC22G31 FFF41,
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
PPRLQ),(E.6): AS TO FORM:
`_-_ tYYt
DAAWK8RFr6OKER
CITY ATTORNEY
F -U
•
r ��i
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
OE
444,
d
•
TEXAS
4Sr. 89d
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SERVICE CONTRACT NO. C0323-06
Southgate Park Playground Replacement Project
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:
Summary of Contract Terms
Signatures
Standard Contractual Provisions
Special Terms and Conditions
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
GI -T1 F PEARLAND
�ktara r LI
Purchasing Officer
,-DocuSigned Dy:
�.t22
Lone Star Recreation of Texas
10701 Corporate Drive Suite 390
Stafford, Texas 77477
Contractor will provide City of Pearland with demolition, disposal,
and installation of damaged playground components and
installation of new playground features in accordance with
specifications of quote # 11648-02 via BuyBoard contract #679-22.
$54,609.90
04/30/2023
09/30/2023
None
CONTRACTOR
4/25/2023111:14 A
Date
Title: Principal Owner
4/25/2023111:41 ANr-c;DT 4/11 /2023
*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 Page 1 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
III. Standard Contract Provisions
WHEREAS, Contractor has bid to provide Services ("Services") in response to Request for
Bid/Proposal or Quote No. # 11648-02.("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 6 months, 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 0 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 $54,609.90,
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: Chrystopher Bickham
Department: Parks and Recreation
Phone: 281-652-1982
Email: cbickham@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
provided no less than thirty (30) days' advance written notice of cancellation, material
Service Contract Standard Form Page 2 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
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/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
within the sole discretion of the City's City Council to determine whether or not to fund this
Service Contract Standard Form Page 3 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
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: Chrystopher Bickham
Title: Park and Natural Resources Superintendent
Address: 3519 Liberty Drive Pearland, Texas 77584
IF TO CONTRACTOR:
Name of Company: Lone Star Recreation of Texas
Attn: Ryan Cicatello
Title: Sales
Address: 10701 Corporate Drive Suite 390 Stafford, Texas 77477
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 CONTRACTOR 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: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
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
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: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
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
$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.
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.#11648-02
Exhibit 2: Contractor's Bid/Proposal Response
Service Contract Standard Form Page 7 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
ATTACHMENT A - SCOPE OF WORK
Scope of services provided shall consist of:
• Demo and replacement of concrete curb damaged by fire.
• Removal, haul off, and dispose of approximately 1,400 sq ft of engineered wood fiber.
• Supply Playbooster 2 -5 -year -old rated playground with all associated material, supplies, and hardware.
• Provide installation services for identified Playbooster 2 -5 -year -old playground set and associated
work.
• Deliver and install approximately 73 cubic yards of IPEMA certified engineered wood fiber with
geofabric weed barrier underlayment.
DocuSign Envelope ID: 59ACFFF2-5O16-449B-A75B-4C6D416E1985 /PRICING SCHEDULE
LONE V STAR
Contact:
Company:
Phone:
Email:
Ship To:
Lone Star Recreation of Texas, LLC.
10701 Corporate Drive Suite 390
Stafford, TX 77477
Chrystopher Bickham
City of Pearland
281-652-1982
CBickham@pearlandtx.gov
Landscape Structures, Inc.
Certified Installer
Phone: 281-970-9010
Bill To: City of Pearland
Accounts Payable
P.O. Box 2719
Pearland, TX 77588-2719
accountspayable@pearlandtx.gov
Installation Site:
South Gate Park
11417 Harris Ave
Pearland, TX 77584
Design Number: 1169488-01-01
Date:
Proposal Expires:
Terms
INCO Terms:
Estimated Mfg. Lead Time:
Payment Terms:
Equipment:
Installation:
Surface:
Proposal Prepared By
Contact:
Phone:
Email:
Sales
Contact:
Phone:
Email:
We are pleased to submit this proposal to supply the following items:
PROPOSAL
Quote # 11648-02
4/10/2023
5/10/2023
F.O.B. Manufacturing Plant
24-26 weeks ARO
Net 30
Due upon completion
Due upon completion
Vanessa Zelaya
281-970-9010
Vanessa.Zelaya@LonestarRecreation.com
Ryan Cicatello
281-970-9010
Ryan.Cicatello@lonestarrecreation.com
QTY
ITEM NO.
DESCRIPTION
UNIT PRICE
EXTENDED AMT
1
1169488-01-01
PlayBooster® (2-5 years) DB, Mixed Material
$ 30,687.00
$ 30,687.00
1
182503A
Welcome Sign (LSI Provided) Ages 2-5 years DB
$ -
$ -
1
INSTALLATION
Installation of Landscape Structures equipment referenced
above by Manufacturer Trained and Certified CPSI Installer
w/ 12 month labor warranty
$ 13,093.00
$ 13,093.00
1
INSTALLATION
Demo and replacement of concrete curb damaged by fire
$ 2,187.00
$ 2,187.00
1
DEMO
Removal/Haul-off/disposal of Approx. 1,400sf of existing EWF
$ 3,645.00
$ 3,645.00
1
SURFACE
Delivered and installed IPEMA certified
EWF - Engineering Wood Fiber approx. 73 cubic yards
w/ geofabric weed barrier
Subbase & Drainage: Not Included
Dumpster: Not Included
$ 5,030.00
$ 5,030.00
By signing this proposal, the customer is agreeing to the scope of work and terms.
Accepted by Customer
Date
Print Name
PO/Ref. # Title
Pricing is for the above listed equipment only: NO installation, subgrade, drainage, additional contract terms,
additions or deletion, change orders, insured addendum, off loading of equipment, storage of product, site
security, retainage, or any applicable taxes, bonds, permits or freight are included unless listed as separate
line items. Freight charges will be included with initial invoice.
Tax Exemption Certificate must be supplied with order if applicable
Change orders, cancellation, and/or rescheduling of services will be subject to available
schedule and payment for incurred time & expenses, freight and fees.
LSRT reserves the right to apply payments to past due invoices first before applying payments to specific orders.
1.5% per month late payment fee will be applied for late payments
LSRT Terms and Conditions apply unless Subcontract is on file.
EQUIPMENT $
INSTALLATION $
SURFACE $
BUYBOARD #679-22 $
FREIGHT $
SALES TAX
30,687.00
18,925.00
5,030.00
(2,732.10)
2,700.00
Exempt
TOTAL $ 54,609.90
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
Lone Liar Recreation of Texas, LLC.
10701 Corporate Drive Suite 390
Stafford, TX 77477
LONE w grim
SCHEDULE OF PAYMENTS
Quote # 11648-02
Phone: 281-970-9010
Contact: Chrystopher Bickham
Company: City of Pearland
Phone: 281-652-1982
Email: CBickham@pearlandtx.gov
Ship To: Landscape Structures, Inc.
Certified Installer
Bill To:
City of Pearland
Accounts Payable
P.O. Box 2719
Pearland, TX 77588-2719
accountspayable@pearlandtx.gov
Installation Site: South Gate Park
11417 Harris Ave
Pearland, TX 77584
Design Number: 1169488-01-01
Date:
Proposal Expires:
Terms
INCO Terms:
Estimated Mfg. Lead Time:
Payment Terms:
Equipment:
Installation:
Surface:
Proposal Prepared By
Contact:
Phone:
Email:
Sales
Contact:
Phone:
Email:
4/10/2023
5/10/2023
F.O.B. Manufacturing Plant
24-26 weeks ARO
Net 30
Due upon completion
Due upon completion
Vanessa Zelaya
281-970-9010
Vanessa.Zelaya@LonestarRecreation.com
Ryan Cicatello
281-970-9010
Rya n.Cicatel to@lonestarrecreation.com
Schedule of Project Payments Invoice # _ Due
Equipment
Installation
Surface
Discounts
Freight
Total Value
Equipment
Installation
Surface
BuyBoard Discount
Freight
100%
100%
100%
100%
100%
Net 30 from Shipment
Upon Completion
Upon Completion
with Final Bill
with order
$ 30,687.00
$ 18,925.00
$ 5,030.00
$ (2,732.10)
$ 2,700.00
30,687.00 $
18,925.00 $
5,030.00 $
(2,732.10) $
2,700.00 $
54,609.90 $
- $ 30,687.00
- $ 18,925.00
- $ 5,030.00
$ (2,732.10)
- $ 2,700.00
- $ 54,609.90
$ 54,609.90 $
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
L UNE sTAR
Teetec
ADDITIONAL TERMS AND CONDITIONS
Entire Agreement: This document, including the proposal and any referenced
attachments in the proposal, if any, contains the entire agreement and
understanding between the parties with respect to the transaction contemplated.
This document sets forth all of the promises, agreements, conditions, and
understandings between the parties respecting the subject matter hereof, and
replaces and supersedes all negotiations, conversations, discussions,
correspondence, memorandums, and oral agreements between the parties, as well
as any prior writings. Except as set forth in this document, including any attached
exhibits, if any, there are no other agreements, representations, warranties, or
covenants by or among the parties hereto with respect to the subject matter hereof.
This document, including any attached exhibits, if any, supersedes all other
agreements, written or oral, between the parties with respect to the transaction
contemplated.
Modification: No alteration, amendment, modification, or waiver of any provision
of this Agreement shall be valid or effective unless it is in writing and signed by
all parties. No oral agreement or course of conduct to the contrary, shall be deemed
an alteration, amendment, modification, waiver, or cancellation. No evidence of
any alteration, amendment, modification, or waiver shall be offered or received in
evidence in any proceeding, mediation, or litigation between the parties hereto
arising out of or affecting this Agreement, or the rights or obligations of the parties
hereunder, unless such alteration, amendment, modification, or waiver is in
writing, duly executed by both parties. Any waiver or consent shall be effective
only in the specific instance and for the purpose for which it was given.
Severability: If any provision of this Agreement is determined to be invalid or not
enforceable, or is prohibited by law for any reason, the invalidity shall not affect
the validity of the remaining provisions of this Agreement. The rest of the
Agreement will be unaffected.
No Waiver of Rights: No waiver by any party of any of its rights or remedies
hereunder shall be considered a waiver of any other subsequent right or remedy of
that party. The waiver by any party of a breach of any provision of this Agreement
shall not be taken or held to be a waiver of the provision itself Any course of
performance shall not be deemed to amend or limit any provision of this
Agreement. The failure of any party at any time to require performance by another
party of any provision of this Agreement shall not affect in any way the full right
to require the performance at any subsequent time. No delay or omission in the
exercise of enforcement by either party of any rights or remedies shall ever be
construed as a waiver of any right or remedy of that party. No exercise or
enforcement of any rights or remedies shall ever be held to exhaust any right or
remedy of any party. No action taken pursuant to this Agreement, including any
investigation by or on behalf of any party, shall be deemed to constitute a waiver
by the party taking such action of compliance with any representation, warranty,
covenant, or agreement contained herein or therein and in any documents delivered
in connection herewith or therewith. Forbearance or neglect on the part of either
party to insist upon strict compliance with the terms of this Agreement shall not be
construed as or constitute a waiver thereof.
Relationship of Parties: Nothing contained in this Agreement shall be deemed or
construed by the parties, or by any third party, to create the relationship of
employer/employee, partnership, or joint venture between the parties hereto, it
being understood and agreed that no provision contained herein shall be deemed to
create any relationship between the parties hereto other than as client and
independent contractor.
Compliance with Laws: The parties hereto shall each comply with the provisions
of all applicable federal, state, county, and local laws, ordinances, regulations, and
codes.
Collaborative Dispute Resolution: The parties hereto shall cooperate with each
other to affect the purpose and intent of this Agreement. If a dispute arises
concerning this Agreement that cannot be resolved collaboratively, either with or
without the assistance of collaborative counsel, the parties will try in good faith to
settle the dispute through mediation conducted by a mediator to be mutually
selected. The parties will share the cost of the mediator equally, but each party shall
remain solely responsible for their own attorneys' fees and costs. The parties will
cooperate fully with the mediator and will attempt to reach a mutually satisfactory
resolution of the dispute. If the dispute is not resolved within thirty (30) days after
it is referred to the mediator, the parties agree that the dispute can proceed to the
courts of Harris County, Texas, governed by the laws of the State of Texas for
Collaborative Law.
Governing Law: This Agreement, and the rights and obligations of the parties
hereunder, is being executed and delivered, and is intended to be performed in the
State of Texas. Except to the extent that the laws of the United States may apply to
the terms hereof, the substantive laws of the State of Texas applicable to contracts
made and to be performed wholly within Texas, without regard to any choice or
conflict of laws rules, shall govern the validity, construction, enforcement, and
interpretation of this Agreement. Any litigation arising from this Agreement will
be brought in the courts of Hams County.
Attorneys' Fees: Excluding mediation, in the event that an action, litigation, or
proceeding results from or arises out of this Agreement or the performance thereof,
including any appeal or the collection of any judgment, the parties agree to
reimburse the prevailing party's reasonable attorney's fees, court costs, and all other
expenses, whether or not taxable by the court as costs, in addition to any other relief
to which the prevailing party may be entitled, as allowable by law. A prevailing
party is defined as a party who secures a judgment in its own favor through a legal
process other than mediation.
Successors and Assigns: Except as specifically provided in this Agreement, no
party may assign, delegate, or transfer any of its rights or obligations under this
Agreement, in whole or in part, without the prior written consent of the other, which
consent will not be unreasonably withheld. The terms hereof are contractual in
nature and are not mere recitals, and the obligations created by this Agreement shall
be binding upon the successors, legal representatives, and permitted assigns of the
parties hereto, forever.
Force Majeure: Neither party shall be liable, nor held in breach of contract, for
any loss, damage, and/or any delay in performance that may be suffered as a direct
or indirect result of either party being prevented, hindered, or delayed in its
performance by circumstances beyond that party's reasonable control due to force
majeure, including among others, strikes; lock outs, accidents; trade or labor
disputes; natural disasters, including explosions, fire, flood, storm, wind, or
drought; war, terrorism, riots, civil commotion, government action, embargoes,
and/or acts of civil or military authorities; shortages of transportation, facilities,
fuel, energy, labor, or materials; acts of God (specifically including hurricanes and
inclement weather that shuts down city services); or any delay or failure resulting
from a cause or causes outside either party's reasonable control. If timely
completion is prevented by any cause of force majeure, then such failure or delay
shall not constitute default.
Escalation: During the performance of this agreement, if the price of materials,
equipment or energy are significantly increased, through no fault of Lone Star
Recreation of Texas, the price shall be equitably adjusted by an amount reasonably
necessary to cover any such significant increases. As used herein, a significant
price increase shall mean any increase exceeding 5% from the date of the contract
signing. Such price escalations shall be documented through change order, quotes,
invoices, and/or receipts in accordance with the agreed contract procedure. Where
the delivery of material, equipment, or energy is delayed, through no fault of the
contractor, as a result of the shortage or unavailability, contractor shall not be liable
for any additional costs or damages associated with such delay(s).
Gender and Numbers: Unless the context clearly indicates, whenever used, the
singular shall include the plural, the plural the singular, and the use of any gender
shall include all genders.
No Third -Party Rights: This Agreement is solely for the benefit of the parties
hereto and their respective successors and assigns, if any, and no other person or
entity shall have any right, benefit, priority, or interest hereunder, or because of the
existence of this Agreement.
Headings: The section headings contained in this Agreement are for convenience
and reference purposes only and shall not affect the meaning, interpretation, or
construction of this Agreement, and in no way define, describe, extend, or limit the
scope or intent of this Agreement, or the intent of any provisions hereof.
Voluntary Agreement & Advice of Counsel: The parties confirm and agree that
each (i) has relied on its own judgment and has not been induced to sign or execute
this Agreement by promises, agreements, or representations not expressly stated
herein, (ii) has freely and willingly executed this Agreement and hereby expressly
disclaims reliance on any fact, promise, undertaking or representation made by any
other party, save and except for the express agreements and representations
contained in this Agreement, (iii) was not in a significantly disparate bargaining
position with regard to any other party, and (iv) has been represented by legal
counsel in this matter or has voluntarily waived that right.
Multiple parts: This Agreement may be executed by the parties hereto in any
number of separate counterparts, each and all of which taken together shall be
deemed for all purposes to be one agreement. It shall not be necessary in making
proof of this Agreement to produce or account for more than one counterpart signed
by the party to be charged.
Electronic Signatures: This Agreement may be executed by the parties hereto
with electronic signatures, each of which shall be deemed for all purposes to be an
original signature. It shall not be necessary in making proof of this Agreement to
produce or account for an original signature made with a traditional ink writing
instrument.
Phone: 281.970.9010
10701 Corporate Drive Suite 390, Stafford, Texas 77477 lonestarrecreation.com
Page 1 of 1
ftWrii
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
• rts'„*. • ih t.
: Y ".: J�MG
_ :.;iYdrli tie wit,. ' • �.i .
it •�` •�'h•
*S•. h�� �,''^'., II I' +' ''} i F T� 'k
rti;. ,.}- •='r..ti: :: 1 jar rp„Y'�^,1
• 77: :41: 1 4:7:4 II. .!•:; :7;
�fw
LTAtR
1169488-01-01-01 i 11.07.2022
:x=.2022 Landscape Structures- i cserved
•
C
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
}
A
. ':► ;e•
•
I l�
• Cr
tr':.�xsx{ P {.•.yr
•Y.1. S. '1
• i a v
/y •
h
•
•
•
'x1.2O22 Landscape Structures_ i=s,u i:i4_anLs reserved_
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
• t.
-
rs
•
J4 -r•'
•
.�.
1169488-01-01-03 • 11.07.2022
:r)2O22 Landscape SLructures_ i cserved_
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
NOTE: DIMENSIONS TO BE FIELD VERIFIED
177718
RAIN SOUND
NE -E_ PANEL
I8A33.
LEFT
T3/,NISFEA
MCDL. E
PA 2-5 A=_
182523 N.
PlayBooster®
(2-5 years)
Max Fall Height: 96 inches
/TOTAL ELEVATED PLAY COMPONENTS 5
TOTAL ELEVATED COMPONENTS ACCESSIBLE BY RAMP 0 REQUIRED 0
TOTAL ELEVATED COMPONENTS ACCESSIBLE BY TRANSFER 5 REQUIRED 3
TOTAL ACCESSIBLE GROUND LEVEL COMPONENTS SHOWN 4 REQUIRED 2
TOTAL DIFFERENT TYPES OF GROUND LEVEL COMPONENTS 3 REQUIRED 3
J
r
SCALE: IN =EL
o ,' 10'
169319
REG IDLED
WOOD-CR\
LOM3ER PANE_
177712 \
COLOR SPLASH
PAN FL
1641,5
POih N RING
PANEL AT G[AD`
11884
40" DECK
LOOP UDDER=0^Crop-E'
WITH RPL SINGLE POST
PYRAMID R„0=
WOOD -GRAIN DE ,IA r
HANDHOLDS., DB MOTE. -HE 22 TCPFER SINGE
' PEST IS NOT IP-NTU CERTIFIED.
N
N
/
/
L \
EXISTING SWINGS
6"/8" RISE KICKPLATE
(K.P.I) OT". (22_ )
Estimated manufacturing time:
6 weeks from the time of
LSI order acceptance, or receipt of
SkyWays release of fabrication
form if applicable.
South Gate Park
Pearland, TX
Lone Star
Recreation of Texas
Ryan Cicatello
SO STEM TOPE'.
PlayShaper
DPAWINC H:
1169488-01-01
tUL
landscape
structures
yr`> EMA e%
CE fI!lEDL
�'i8s r 1
t
-I I PIA, AR -4 DI 'I AY-DNIPMTNT I.S
1111 -.ISN12 -1 _ 2-5 YEARS
LN RCS 02 r2IWlgr NO --2 ON PIAN.
11 I
DESIE .. -. -.
IL
o,-,.— 11/4/22
Date
Previous Drawing X
Initials
GAM
ISO 14001:2016
1
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
Attachment C
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
Purchasing Department
281.652.1775
ebidspearlandtx.gov
Contractor Insurance Requirements & Agreement
Contractors performing work on 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 Department 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.
CGL and BAL, City to be listed as
additional insured and provided 30 -
day notice of cancellation or material
change in coverage.
WC, CGL and BAL, 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
b) Products/Completed
Operations
c) Independent Contractors
d) Personal Injury
e) Contractual Liability
Personal Injury - $1,000,000 per
person; Property Damage -
$1,000,000 per occurrence;
General Aggregate - $2,000,000
3.
Business Auto Liability (BAL) to
include coverage for:
a) Owned/Leased vehicles
b) Non -owned vehicles
c) Hired vehicles
Combined Single Limit -
$1,000,000
f 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 least $1,000,000.
Certificate of Insurance forms may be emailed to: Purchasing Department at ebids(a�pearlandtx.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 agree to 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.
Project/Bid # 11648-02
Company: Lone Star Recreation of Texas
Signature and Printed Name: �2GCi
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985 ;ANTY
Landscape Structures lnc.("Manufacturer")
warrants that all playstructures and/
or equipment sold will conform in kind
and in quality to the specifications
manual for the products identified in the
Acknowledgment of Order and will be free
of defects in manufacturing and material.
Manufacturer further warrants:
100 -Year Limited Warranty On all
PlayBooster® and PlayShapei4aluminum posts,
stainless steel fasteners, clamps, beams
and caps against structural failure due to
corrosion/natural deterioration or manufacturing
defects, and on PlayBooster steel posts
against structural failure due to material or
manufacturing defects.
15 -Year Limited Warranty On all Evos®
and Weevos® steel arches, all plastic components
(including TuffTimbersm edging), all aluminum and
steel components not covered above, Mobius®
climbers, Rhapsody®Outdoor Musical Instruments,
decks and TenderTuff" coatings (except
Wiggle Ladders, Chain Ladders and Swing
Chain) against structural failure due to material or
manufacturing defects.
10 -Year Limited Warranty On concrete
products against structural failure due to natural
deterioration or manufacturing defects. Does not
cover minor chips, hairline cracks or efflorescence.
8 -Year Limited Warranty On Aeronet®
climbers and climbing cables against defects in
materials or manufacturing defects.
5 -Year Limited Warranty On Rhapsody®
cables and mallets against defects in materials or
manufacturing defects, on polycarbonate panels
against defects in materials or manufacturing
defects, and on bamboo panels against
delamination due to defects in materials or
manufacturing defects. Does not cover damage
which may be associated with the natural
characteristics of bamboo aging, including but
not limited to discoloration, splitting, cracking,
warping or twisting, nor the formation of algae,
mold and other forms of fungal -type bodies on
bamboo.
3 -Year Limited Warranty On all other
parts, i.e.: Pulse® products, all swing seats
and hangers, Mobius climber handholds,
Wiggle Ladders, Chain Ladders and ProGuard"
Swing Chain, Track Ride trolleys and bumpers,
all rocking equipment including Sway Fun®
gliders, belting material, HealthBeat® resistance
mechanisms, Seesaws, etc., against failure
due to corrosion/ natural deterioration or
manufacturing defects.
The environment near a saltwater coast can be
extremely corrosive. Some corrosion and/or
deterioration is considered "normal wear" in this
environment. Product installed within 500 yards
(457 meters) of a saltwater shoreline will only be
covered for half the period of the standard product
warranty, up to a maximum of five years, for defects
caused by corrosion. Products installed in direct contact
with saltwater or that are subjected to salt spray are
not covered by the standard warranty for any defects
caused by corrosion.
This warranty does not include any cosmetic issues
or wear and tear from normal use of the product,
or misuse or abuse of the product. It is valid only
if the playstructures and/or equipment are
erected to conform with Landscape Structures'
installation instructions and maintained according
to the maintenance procedures furnished by
Landscape Structures Inc.
Jl/ L
landscape
structures'
2023 Play Equipment Warranty
You have our word.
All the warranties commence on date of Manufacturer's invoice. Should
any failure to conform to the above express warranties appear within the
applicable warranty period, Manufacturer shall, upon being notified in writing
promptly after discovery of the defect and within the applicable warranty
period, correct such nonconformity either by repairing any defective part or
parts, or by making available a replacement part within 60 days of written
notification. Manufacturer shall deliver the repaired or replacement part or
parts to the site free of charge, but will not be responsible for providing
labor or the cost of labor for the removal of the defective part or parts, the
installation of any replacement part or parts or for disposal costs of any
part or parts. Replacement parts will be warranted for the balance of the
original warranty.
THIS WARRANTY IS EXCLUSIVE AND IN LIEU OF ALL OTHER
WARRANTIES, WHETHER EXPRESSED OR IMPLIED, INCLUDING BUT NOT
LIMITED TO ANY WARRANTY OF MERCHANTABILITY OR OF FITNESS
FOR A PARTICULAR PURPOSE.
The remedies hereby provided shall be the exclusive and sole remedies
of the purchaser. Manufacturer shall not be liable for any direct, indirect,
special, incidental or consequential damages.
Manufacturer neither assumes nor authorizes any employee, representative
or any other person to assume for Manufacturer any other liability in
connection with the sale or use of the structures sold, and there are no
oral agreements or warranties collateral to or affecting this agreement. The
warranties stated above are valid only if the structures and/or equipment
are erected in conformance with Landscape Structures' installation
instructions and maintained according to the maintenance procedures
furnished by Landscape Structures Inc.; have been subjected to normal use
for the purpose for which the goods were designed; have not been exposed
to saltwater or salt spray; have not been subject to misuse, negligence,
vandalism, or accident; have not been subjected to addition or substitution
of parts; and have not been modified, altered, or repaired by persons other
than Manufacturer or Manufacturer's designees in any respect which,
in the judgement of Manufacturer, affects the condition or operation of
the structures.
To make a claim, send your written statement of claim, along with the
original job number or invoice number to: Landscape Structures Inc.
601 7th Street South, Delano, Minnesota, 55328-8605.
Signed:
f resident Date: 01/01/2023
DocuSign Envelope ID: 59ACFFF2-5C16-449B-A75B-4C6D416E1985
Landscape Structures Inc. ("Manufacturer")
warrants that all equipment sold will
conform in kind and in quality to the
specifications manual for the products
identified in the Acknowledgment
of Order and will be free of defects in
manufacturing and material. Manufacturer
further warrants:
20 -Year Limited Warranty On all
SkyWays® and CoolToppers® steel components
against structural failure due to material or
manufacturing defects.
10 -Year Limited Warranty On
SkyWays® and CoolToppers® fabric and
thread against failure from significant fading,
deterioration, breakdown, mildew, outdoor heat,
cold or discoloration. This warranty is limited to
the design loads as stated in the manual, and
applies to standard colors only.
3 -Year Limited Warranty On all
other parts, including Rapid Release® against
failure due to corrosion/natural deterioration or
manufacturing defects.
The environment near a saltwater coast
can be extremely corrosive. Some corrosion
and/or deterioration is considered "normal
wear" in this environment. Product installed
within 500 yards (457 meters) of a saltwater
shoreline will only be covered for half the
period of the standard product warranty,
up to a maximum of five years, for defects
caused by corrosion. Products installed in
direct contact with saltwater or that are
subjected to salt spray are not covered
by the standard warranty for any defects
caused by corrosion.
This warranty does not include any cosmetic
issues or wear and tear from normal use
of the product, or misuse or abuse of the
product. It is valid only if the equipment
is erected to conform with Landscape
Structures' installation instructions and
maintained according to the maintenance
procedures furnished by Landscape
Structures Inc. Maintenance is particularly
critical in regions where dirt and/or sand
may cause abrasion of the fabric.
This warranty is void if conditions exceed
local building codes.
Slibt 2023 SkyWays' and CoolToppers'
landscape Shade Warranty
structures' You have our word.
All the warranties commence on date of Manufacturer's invoice. Should
any failure to conform to the above express warranties appear within the
applicable warranty period, Manufacturer shall, upon being notified in writing
promptly after discovery of the defect and within the applicable warranty
period, correct such nonconformity either by repairing any defective part or
parts, or by making available a replacement part within 60 days of written
notification. Manufacturer shall deliver the repaired or replacement part or
parts to the site free of charge, but will not be responsible for providing
labor or the cost of labor for the removal of the defective part or parts, the
installation of any replacement part or parts or for disposal costs of any
part or parts. Replacement parts will be warranted for the balance of the
original warranty.
THIS WARRANTY IS EXCLUSIVE AND IN LIEU OF ALL OTHER
WARRANTIES, WHETHER EXPRESSED OR IMPLIED, INCLUDING BUT NOT
LIMITED TO ANY WARRANTY OF MERCHANTABILITY OR OF FITNESS
FOR A PARTICULAR PURPOSE.
The remedies hereby provided shall be the exclusive and sole remedies
of the purchaser. Manufacturer shall not be liable for any direct, indirect,
special, incidental or consequential damages.
Manufacturer neither assumes nor authorizes any employee, representative
or any other person to assume for Manufacturer any other liability in
connection with the sale or use of the structures sold, and there are no
oral agreements or warranties collateral to or affecting this agreement. The
warranties stated above are valid only if the structures and/or equipment
are erected in conformance with Landscape Structures' installation
instructions and maintained according to the maintenance procedures
furnished by Landscape Structures Inc.; have been subjected to normal use
for the purpose for which the goods were designed; have not been exposed
to saltwater or salt spray; have not been subject to misuse, negligence,
vandalism, or accident; have not been subjected to addition or substitution
of parts; and have not been modified, altered, or repaired by persons
other than Manufacturer or Manufacturer's designees in any respect which,
in the judgement of Manufacturer, affects the condition or operation of
the structures.
To make a claim, send your written statement of claim, along with the
original job number or invoice number to: Landscape Structures Inc.
601 7th Street South, Delano, Minnesota, 55328-8605.
Signed: j resident Date: 01/01/2023