HomeMy WebLinkAboutR2024-068 2024-04-22DocuSign Envelope ID: F25E1A52-F3F8-41 AE-893A-162395EB8E28
RESOLUTION NO. R2024-68
A Resolution of the City Council of the City of Pearland, Texas, renewing a
unit cost contract with Lone Star Pavement Services, LLC., for road striping
services, in the estimated amount of $300,000.00, for the period of April 25,
2024 through April 24, 2025.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That the City previously obtained competitive bids for road striping services.
Section 2. That the City Council hereby renews a contract with 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 22nd day of April, A.D., 2024.
DocuSigned by:
.II11n. lNtt,
J. Ail IV cal E
MAYOR
ATTEST:
LFsDocuSigned by:
gOtzue
FRAWEF\GUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
DocuSigned by:
lY~
�H36A89882�F466
DARRIN M. COKER
CITY ATTORNEY
• Y ,,,, ,,,,,,,, +.
DocuSign Envelope ID: F25E1A52-F3F8-41 AE-893A-162395EB8E28
Bid
Title
Line
Exhibit
i 0722-23
Anna'
kern
A
ATTACHMENT B - BID/PRICING SCHEDULE
Road StriPing
Contract far Road Stnping Services
Line Description iOM QTY
UNL
Extended
1
ROAD STRIPIfiG 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
$4.48
$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 (S 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 PAVEME
-KINGS BY GRWNG
- •
BO COST PER
R^IEAR FOOT- 8" Line
LF
1
$0.50
$0.50
1.12
• PA
.II
,
_: . =Y •
. r
l - -
:0' • T P R
. ' - FIAT - 1 " .r-
LF
ti
$1-25
$1.25
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
_$75:00
1 17
RAILROAD CROSSING LEGEND COMPLETE PAINT - MATERIAL AND LABOR COST
EA
1
$226.00
$225,00
1.16
SCHOOL ZONE LEGEND PAINT) - MATERIAL AND LABOR COST
'
PKG
1
1
$77.00
577.00
5780.,00
2
ROAD STRIPING SER . .- • - TI -I - • •
2.1
4" SOLID OR BROKEN WHITE LINE O"IERMO-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" SOLID WHITE LINE (THERMO-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
$0,60
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
$1.55
51.55
2.12
ELIMINATION OF PAVEMENT MARKINGS BY GRINDING - LABOR COST PER LINEAR FOOT - 24' Line
LF
1
$2.25
$2,25
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
$445-0U
$14500
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
55.50
$050.00
4
EXTRA SERVICES - -
4 1
CURB PAINTING
LF
I
$1-10
$1.10
4.2
BIKE LANE
LF
1
5115.00
$115.00
DocuSign Envelope ID: A3B2F428-986C-4BFD-93A5-3BB8B043CEC3
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SERVICE CONTRACT NO. #
FOR Renewal of unit cost contract with Lone Star
Pavement Services, LLC for road striping services.
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home -
rule municipal corporation ("City") and Contractor. ("Contractor"), and consisting of the following parts:
I. Summary of Contract Terms
II. Signatures
III. Standard Contractual Provisions
IV. Special Terms and Conditions
V. Additional Contract Attachments
1, Summary of Contract Terms.
Contractor:
Description of Services:
Contract Amount:
Effective Date:
End Date:
Renewals:
Resolution No/Bid No:
II. Signatures
CPY.DAREARLAN D
Lone Star Pavement Services, LLC
27045 Hanna Rd.
Conroe, TX 77385
Contractor will provide road striping services, for the City of
Pearland, as needed, per the specifications of ITB#0722-23.
Unit Price Contract, Estimated Amount of $ 300,000
April 25, 2024
April 24, 2025
3
R2023- ; ITB#0722-23
CONTRACTOR
kV)" M.tn.Yp 4/23/2024 I 11:32 A
� t l tb25bLbLUbb4l,t._.
Purqh s nmOfFicer
Date Title:
DWigor
ppaatt '415124
4/23/2024 I 2:19 PMeLOT
*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: A3B2F428-986C-4BFD-93A5-3BB8B043CEC3
Ill. Standard Contract Provisions
WHEREAS, Contractor has bid to provide Services ("Services") in response to Request for
Bid/Proposal or 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 (1) one 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 three
(3) 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 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: accountspavable{c�pearlandtx.ciov
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: Daniels Oliva
Department: Engineering & Public Works
Phone: 281.652.1988
Email: DOliva@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: A3B2F428-986C-4BFD-93A5-3BB8B043CEC3
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: A3B2F428-986C-4BFD-93A5-3BB8B043CEC3
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: City of Pearland
Title: Mario Tellez
Address: 2016 Old Alvin Rd Pearland, TX 77584
Phone: 281-997-5990
IF TO CONTRACTOR:
Lone Star Pavement Service
Attn: Joanne Otto
Title: Accounts Manager
Address: 27045 Hanna Road, Conroe, TX 77385
Phone: 281-367-1965
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
COMPENSA TORY 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: A3B2F428-986C-4BFD-93A5-3BB8B043CEC3
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. Attorneys 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: A3B2F428-986C-4BFD-93A5-3BB8B043CEC3
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: A3B2F428-986C-4BFD-93A5-3BB8B043CEC3
Incorporated by Reference Only:
Exhibit 1: RFB/RFP/Quote No. ITB#1J722-23
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: A3B2F428-986C-4BFD-93A5-3BB8B043CEC3
ATTACHMENT A - SCOPE OF WORK
Scope of services provided 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: A3B2F428-986C-4BFD-93A5-3BB8B043CEC3
ATTACHMENT B - BID/PRICING SCHEDULE
ATTACHMENT B —
B1f1PRICING SCHEDULE
Bid Di -22-23 Raid Suriping
Tilts Annual Conrad For Raid Sin:Ong Sorvi214
'Ins, Description uOM QTY ,U d
'Extended •
1
81 ' Rv ,S -PAWL
PIGG
1
i.4if1
1.2 �d
SCUD CR BROKEN WHITE LIN PAINT - MATERIALAND `' LABOR COST PER LIhE .l1 F ta
LF
$0.74
1.3
4' SOLID CB SRO>':EI Y; LL'OW LI A - MATERIAL AND LABOR :1".OS-1 PER LINEAR T
LF.
1
'x.24
14 '
4 '7n]l,li1 F Sc LL¢ YELLO N Ll►1E 4P} T1 MLATErtiAL ANb L AE..3FL COST PER
LF
1
50.40,
RDAS
1 5
0' 3(..7LIU Yil I TTE LINE (PAINTS - MATERIAL AND LABOR COST PEFI LINEAR Fa&
LF
1
110-48
1 0
F2- SOLID WITTE U14E P - - MATERIAL AND LABOR OCI47 PER Ll k r a
1
$1-2i
SIt .
17
21 s ■ WHIT LI F 'r - PAA , FAL w e C* , ' ELI k ♦• r'€
L ^
I
2.10
1 P
ti' LA LI ''►Ti r s"i WW1 EIS+' BLACK • I JAL T PER LIIN FC T
LF
1
$6,01
I0
ELFMINATIQNOF RA. € NGSBYGRAHO#N .. LAS CO PAR LINEAR F. r . -4`Imo
IF
I
$0.45.
1.lC
ELIMINATION OFPAVW4 4TMRKIN43 6Y 3Fl.IN+11NI -LAs 4 C0SOE RLINEA` *f -rIns
LF
1
$6.10.
111
ELiM!NA ;. rT M N YINCIIN • L CO T PF R Li NFAR T • kr i, not
1
30.16
1 1 '
E iNli rATIONI OF PAV€LIE-f T MAfi19IV{ S BY DRI J 1luG - LA&C)R I - PE R L.I NEA OO7'T • 12'" Lyle
it
I
$1.25
$1
1 1 a
L LV NATION OF PAVEMENT MARKNOS BY GRINDING LABOR COST PER l I NEAR FOOT • 2 Lim
LF
I
$2.00
= _J
1 14
al.IIrIM`ATioN Q1E PAk t11T - `7 r c . N i I'JO LABOR `` PER LINF.AR ■ F for *Om Ix Warne
LF
1
$56:ao
ice'
I 15
WHITE ARROW (PAINT) - MATERIAL *N15 LAS Ct*I}1
EA
1
00
'!!
1119
ONLY LEGEND' jPA1NTI- MATERIAL AM) LABOR T.UST
F4
1
*7-.8Q
I 17
RAILROAD GROSSING LEGEND C+IMPLETt s'PAltin - MATERIAL AND LAS COST
EA
I
$221.00
1 1$
LZ.? NE L1 NC (PANT) - MATERIAL Ate LABkIR 4I T
EA
1
*77 -LID
I"
++�
14C, I?VIC-Jc$= PLC
i
2.1
4- SOL1U C:It 1fl '. Y L -N -'OM! I e UNE TM'EL 4o-r1.I T1C • NIATEkAL .AND -1A15-614 dOST Pei UN FOOT
LF
I
XO.TO
11L'1L `
2.2
4- SOLID OR BROKEN YELLOW LINE fREIRMO•P'LAST j - hiATEFfiAL AND LABOR Oa` O&LNEAft 1e4 T
LF
1
$0.70
2.t
b {+ 7t LIME OE 1.J>b 11C - MAYMI L ABli5 646.54 COST PAR uritW F6Cit
LF
1
s ..6
2 e
I$'sbtID mg% LINE {Th 0lO A ` 1 ) - MATERIAL AND LAiiiNk 660 kft UI8EAR FOOl
LP
1
$1.640
*A
2.7
2a` SOLID WHITE LUNE [THEFMCPLASTlC - MATERAL AND LABOR dart Pmt LL* AR FOOT
LF
1
113,35
2:B
ELIMINATION PA NT 1a 41il41#+1 1 o 4 " : PER [411 FOOT • 4'• L
LF1
$5,50
2.0
ELIMINATION TION OF PAV MEN[ MAR I INOS #Y{ OU4C+ I •. PEit LI1EAR FOOT - 0" Lf14
LF
1
St.
2 10
ELOMIFiA^'TY 61 Of PAVEMENT MARKIN B't —7-45-11404LF J PER LINEAR Po i - 8' Liii
LP
1
$0.75
2 11
ELIMINATION Of PAVEMENT walla s BY TaRl1I4NNO - LARK tust PEP LINEAR FOOT • 12- Law
LF
1
$1..65
11
2.12
14 Y •LAB R . €'EIiLI 1R -2CLIM
LF
1
$2.25
r "
2 13 •
t 4_044010N OF PAvSkkEttriMAIRK.04Q$ BY t.B.INbtikkO - LA1IOS COST P 9. LINEAR FOO! for Mew or Words
LF
1
$66,60
2.14
WHITE ARROW M 0-PLA41)C i - MATERIAL AND LABOR COST
EA
I
1121.00
111 r r
2. Ity
LAa
NLY Ltdbi L 7-.P 4 � #- LN�3 AOIl L T
F
1
*145:5
4500
2 7p
V
RMROA47 CROS.IIMG.LEGEND CC04PL IE (r Mt kl kF}LAS11LJ • ?46AT€RLAL AND LABOR COST
EA
14
$125.00
$225.
217
Sa~i OLZC7tiELEGEfbITFiE#11L11 P145112.) MA E IALAWDLABOIRCOSF
-
W5 CO121
1.
sax!
1 I
�A.NDINSTALLATION Cf -TRAFFIc a u T ilN,y'WNKHS ALL 'a'L.:FSFACES =-O•NOkrTF S:,A;a •F1ALTI
100
$0-0D'
d
8
1 1
CURB PAWING
LF
11 ..1 I
1i 10,
4.2
ME LANE
IF
1
11115.00
1115 00
DocuSign Envelope ID: A3B2F428-986C-4BFD-93A5-3BB8B043CEC3
H I I Ht 111VICPl I - INSURANCE REQUIREMENTS
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
Purchasing Department
281.652.1775
ebids@pearlandtx.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
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 least $1,000,000.
Certificate of Insurance forms may be emailed to: Purchasing Department at ebids@pearlandtx.gov. Questions regarding
required insurance should be directed to City of Pearland Purchasing Department, at ebidsapearlandtx.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 #
Company:
Signature and Printed Name:
DocuSign Envelope ID: A3B2F428-986C-4BFD-93A5-3BB8B043CEC3
ATTACHMENT D - WARRANTY
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) year from the date
of completion unless otherwise specified in the proposal. Excluded in this guarantee are any
striping jobs that are required to be completed before concrete has had proper cure.