HomeMy WebLinkAboutR2023-192 2023-08-14DocuSign Envelope ID: 400032D9-2DAD-4015-895C-9F8133C766A2
RESOLUTION NO. R2023-192
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 Buyboard Purchasing System
for the purchase of security fence replacement services, in the estimated
amount of $198,782.67, from Foster Fence LTD.
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
The Buyboard Purchasing System for the purchase of security fence replacement services.
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 purchase
of security fence replacement services, in the estimated amount of $198,782.67, from Foster Fence
LTD.
PASSED, APPROVED and ADOPTED this the 14th day of August, A.D., 2023.
ci2DocuSigned by:
• -L itA, (AL
J. KEVIN cCaOLE
MAYOR
ATTEST:
,—DocuSigned by:
Fravat,s g,pitar
`-90EC22531 FFF415_.
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
IRRGVED AS TO FORM:
,tee
E13CA 9@8545-456...
DARRIN M. COKER
CITY ATTORNEY
DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445
Pt
witimitto
x AS
est.. I sip
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SERVICE CONTRACT NO. C0723-21
Security Fence Replacement at Water Plants
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home -
rule municipal corporation ("City") and Foster Fence Ltd. ("Contractor"), and consisting of the following
parts:
I. Summary of Contract Terms
II. Signatures
III. Standard Contractual Provisions
IV. Special Terms and Conditions
V. Additional Contract Attachments
I. Summary of Contract Terms.
Contractor:
Description of Services:
Contract Amount:
Effective Date:
End Date:
Renewals:
Resolution No/Bid No:
II. Signatures
,C—I•TDYcZEe FEA R LA N D
krtuurp
aCt,CE
Foster Fence Ltd.
16700 Beaumont Hwy
Houston, TX 77049
Contractor will provide security fence replacement services for
Southdown and Country Place Water Plants, for the City of
Pearland, as needed, per the specifications of Buyboard Contract
657-21.
Unit Price Contract, Estimated Amount of $198,782.67.
August 15, 2023
August 14, 2024
0
R2023-192
Purchasing Officer
,-DocuSigned y:
CONT
8/17/2023 111:45 AM C
Date Title: Controller
8/17/2023 I 12:29IeCDI$/8/2023
r000ts ILL,/4,'; J,D .
*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 $10,000
Director - $10,001 - $30,000
City Manager/Deputy/Assistant City Manager - $30,001 +
Page 1 of 7
DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445
City Council Resolution over $50,000
III. Standard Contract Provisions
WHEREAS, Contractor has bid to provide Services ("Services") in response to Request for
Bid/Proposal or Buyboard No. 657-21. ("Solicitation"), which Solicitation includes the required scope
of work and all specifications and which Solicitation and the Contractor's bid or proposal response,
as applicable, are incorporated by reference in this Contract as Exhibits 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 0 (zero)
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 $198,782.67,
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(u�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
Service Contract Standard Form Page 2 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445
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
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
Service Contract Standard Form Page 3 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445
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
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: Julian Kelly
Title: Water Production Superintendent
Address: 2016 Old Alvin, Pearland, TX 77581
Phone: 281.652.1934
IF TO CONTRACTOR:
Foster Fence Ltd.
Attn: Thomas Graham
Title: Account Manager
Address: 16700 Beaumont Hwy, Houston, TX 77049
Phone: 832.307.0606
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
Service Contract Standard Form Page 4 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445
CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM
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.
Service Contract Standard Form Page 5 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445
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
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
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 6 of 7
DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/RFP/ Bid No. 657-21
Exhibit 2: Contractor's Bid/Proposal Response
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 7 of 7
DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445
ATTACHMENT A - SCOPE OF WORK
Scope of services shall consist of the security fence replacement for Southdown Water Plant &
Country Place Water Plant as per the specifications of Buyboard No. 657-21.
DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445
ATTACHMENT B - BID/PRICING SCHEDULE
Quote: 1AR05APRIL23
To: City of Pearland
Attention: Will Marquez
Project: 407 Hickory Wood Court
Date: 7/12/2023
Foster Fence will provide the following:
• Demo 625 linear feet of chain link fence and one gate.
• Install 625 linear feet of 7'0A galvanized chain link fence with 2 3/8" line post, 3" corner post,
brace and truss_
• Install one 20' cantilever gate with 4" gate Post
• Demo existing gate operator.
• Install one Hy Security Slide Smart gate operator with safety loops, loop detector, safety edge
and key pad.
• Demo 245 linear feet of 9' tall cedar fence with 2x12 rot board, 2 3/8" line post and 4 rails.
• Install 245 linear feet of 9' tall cedar fence with 2x12 rot board, 2 3/8" line post and 4 rails.
Fence to be stained both side, color of your choice_ Maintain Security while fence is being
installed.
• Second site
• Demo 150 feet of wood ffence and one double swing gate.
• Install 150 linear feet of 8' tall cedar fence with 2x12 rot board, 2 3/8" line post, corner post
and 4 rails. Fence to be stained both sides, color of your choice.
• Install one 12' wide cedar wood track gate with 4" gate post.
• Install one Hy Security SI i de Smart gate operator with safety loops, loop detector, safety edge,
key pad and pedestal_
• Mobilization to and from the fob site, supervision, and management required for complete
installation.
Total- $116,495.50 Excludes Tax
Buy Board #657-21
'Quote is good for 30 days
Estimator: Alan Ratjen
aratiert(fosterfence_com
Members of: Avetta, PICS, ISNetworld, Houston Area Safety Council, and C3 Accredited
Exclusions- unless specifically inch:ded in the quote:
• Demolition, clearing & grubbing, spoil removal.
Paze 1 of 2
DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445
I�ir�S TER
• Electrical and control conduit grounding.
• Engineered drawings.
• Tree protection, silt fence, temporary fence.
• Hand digging, hydro -excavation, core drilling, rock drilling, and probing.
• Concrete & asphalt breaks.
• Signage, bollards, concrete mow strip.
• Painting, and galvanizing after fabrication.
• Utility locates beyond 811 One call, location of water lines. Private utility lines are not covered by 811.
Locating private lines is the responsibility of the property owner.
• OQ training, OSHA 30 Training, site, or hazard -specific training greater than 30 minutes.
• Remobilizations, downtime, standby time.
• OCIP, CCIP, Builders Risk, Payment, and Performance Bonds.
Commercial Conditions
• All projects requiring special fabrication as well as contracts with a value greater than $75,000 will require
signed and approved submittals before Foster Fence, Ltd. proceeds with construction.
• Terms — Net 30, unless otherwise expressly negotiated.
• All standby/downtime of more than 30 minutes will be billed at a rate of $400 per hour.
• Restocking fee for standard stock materials 25%, non -stock materials 100%.
• Foster Fence Ltd. agrees to guarantee all materials are free from defects in materials and workmanship.
for a period of one year from installation. This guarantee does not cover abuse, Acts of God, nature, or
other external sources.
Signature
Date
Page 2 of 2
DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445
IIFOS i EF.
Quote: 2AR05APRIL23
To: City of Pearland
Attention: Will Marquez
Project: 1003 E Belgravia
Date: 7/12/2023
Foster Fence will provide the following:
• Demo one chain link gate
• Install one 16' cantilever gate with 4" gate Post.
• Demo existing gate operator.
• Install one Hy Security Slide Smart gate operator with safety loops, loop detector, safety edge
and key pad.
• Demo 570 linear feet of 9' tall cedar fence
• Install 570 linear feet of 8' tall cedar fence with 2x12 rot board, 2 3/8" line post and 4 rails.
Fence to be stained both side, color of your choice. Maintain Security while fence is installed.
• Mobilization to and from the job site, supervision, and management required for complete
installation.
Total- $82,287.17 Excludes Tax
Buy Board #657-21
*Quote is good for 30 days
Estimator: Alan Ratjen
aratlen@fosterfence.com
Members of: Avetta, PICS, ISNetworld, Houston Area Safety Council, and C3 Accredited
Exclusions- unless specifically included in the quote:
• Demolition, clearing & grubbing, spoil removal.
• Electrical and control conduit grounding.
• Engineered drawings.
• Tree protection, silt fence, temporary fence.
• Hand digging, hydro -excavation, core drilling, rock drilling, and probing.
• Concrete & asphalt breaks.
• Signage, bollards, concrete mow strip.
• Painting, and galvanizing after fabrication.
• Utility locates beyond 811 One call, location of water lines. Private utility lines are not covered by 811.
Locating private lines is the responsibility of the property owner.
• OQ training, OSHA 30 Training, site, or hazard -specific training greater than 30 minutes.
• Remobilizations, downtime, standby time.
• OCIP, CCIP, Builders Risk, Payment, and Performance Bonds.
Page 1 of 2
DocuSign Envelope ID: E006FD45-0E43-4BE3-9087-A49EFACF0445
rrIFtis i ERj
Commercial Conditions
• All projects requiring special fabrication as well as contracts with a value greater than $75,000 will require
signed and approved submittals before Foster Fence, Ltd. proceeds with construction.
• Terms — Net 30, unless otherwise expressly negotiated.
• All standby/downtime of more than 30 minutes will be billed at a rate of $400 per hour.
• Restocking fee for standard stock materials 25%, non -stock materials 100%.
• Foster Fence Ltd. agrees to guarantee all materials are free from defects in materials and workmanship.
for a period of one year from installation. This guarantee does not cover abuse, Acts of God, nature, or
other external sources.
Signature
Date
Page 2 of 2
DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445
ATTACHMENT C - INSURANCE REQUIREMENTS
City of Pearland
3518! Liberty Drive
Pearland, TX 77581
Purchasing Department
281.552.1775
ebidscc pearlandtx.gov
Contractor Insurance Requirements & Agreement
Contractors performing work on City property or public right-of-way for the City of Peartand shall pr+avide the City a
certificate of insuance or a oopy at 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 aanies 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 INSUWANCE
AMOUNT OF INSURANCE NCE
PdOASDCEii3
1.
Workers' Compersal on
Employers' Liability (WC)
Statutory Limits
Si DOt,000 per occurrence
For WC, OGL, and EAL, the City is.
to be provided a WAIVER OF
SUBROGATION_
CGL and BAI-, City ton be listed as
additional insured and provided 3D -
day notice of cancellation or material
change in moorage
WC, CGL and SAL City shall be
provided 3D-daynotice of
cancellation oarmateriall change in
coverage.
CGL will include a non -t mtriifwtcry
aciderdurn.
2.
Commercial General (Puidlip)
Liability (CGL) to include coverage
for
a) Pr errrises Operations
b) Prtaducts+`Conrmpieted
Operations
c) Independent Contractors.
d; Personal lajrurA
e) Ceantracirrall Liability
Personal Injury - $1,000,000 per
person; Property Damage -
$1,000,000 per occurrence;
General Aggregate - $2'000,000
3.
Business Auto Liability, (13AL) tb
include coverage for
a: OwnedlLeased ruehl Ies
b) Non -owned vehicles
c) Hired vehicles
Combined Single Limit -
$1,000,000
If the contract involves a professional senor „the contractor will also be required to provide the City with professional
liability insurance in am amount of at least $ t,000, r00.
Certificate of Insurance 'Lill _ smrr eye the ermaziled to: Purchasing Department at ebidspeartlandtx. tov.. Questions
regarding required insurance should be 'directed to City of Pearland Purchasing Department, at
ebicist'flUearlandtx.crov.
This farm must be sighed and returned! with your bidiquotation. quotatio n. You are stating that you do have the required
insurance and if seedbed to perform vuork for the City, will provide a certificate of insurance, and a copy of
rs.uran_e policy with the above requirements to t}1e 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 Peariand. II aldra agree to pr o idle the City evidence of insurance coverage on any and all s'uboontracbors
perry mi g work on the project
Projectlaid4 R2023-192
Company: Foster Fence LTD.
Signature andPrrantedllanse: Brent Price
DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445
Board° P.O. Box 400, Austin, Texas 78767
800.695.2919 • info@buyboard.com • buyboard.com
October 24, 2022
Sent via email to: infoRfosterfence.com
Melinda LaCaze
Foster Fence, Ltd.
16700 Beaumont Hwy
Houston TX 77049
Re: Building Maintenance, Repair, and Operations Supplies and Equipment
BuyBoard Contract 657-21
The Local Government Purchasing Cooperative (BuyBoard) awarded your company a contract under
Building Maintenance, Repair, and Operations Supplies and Equipment, Contract 657-21 effective
December 1, 2021 through November 30, 2022, with two possible one-year renewals. At this time, the
BuyBoard is renewing your contract through November 30, 2023.
All discounts, terms, and conditions of your contract will remain the same. If you agree to this renewal, there
is nothing you need to do. However, if you do not agree to this renewal, you must notify me via email at
melon ie.perry@..tasb.orq prior to the start of the renewal term.
Reminder: Once a BuyBoard contract is awarded, vendors must generate a minimum of $15,OO0 annually
or they may not be offered a contract renewal.
If you have questions or comments concerning this renewal, please contact me as soon as possible at
melonie.perrytasb.orq. We appreciate your interest in The Local Government Purchasing Cooperative.
Sincerely,
,-fild.oniti-Pvt
Melonie Perry
Contract Administrator
1st renewal v.02.13.2020
Endorsed by
A• TASAY �M
T.1SB