Loading...
HomeMy WebLinkAboutC2017-159 - 4/25/2017 - Approved ONUS•e%6 1I1t\-- SERVICE AGREEMENT NO. 45443 , ,HeORPOPPSEO .. .. .. 1852 :: PLAYGROUND EQUIPMENT AND INSTALLATION AT WEST HAVEN PARK THIS Playground Equipment and Installation at West Haven Park Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a.:Texas p- corporation ("City")) home-rule municipal : "Cit and Park :Place Recreation Designs,.: Inc. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide : Playground Equipment and. .. • Installation. at West Haven Park in response to Request for Bid/Proposal No: N/ A ("RFB/RFP"), which RFB/RFP includes the required :scope of work and all specifications: and. which.. RFB/RFP and the Contractor's bid of proposal .response, as applicable, are incorporated .by .referencein this Agreement as Exhibits 1 and 2, respectively,:as if eachwere fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: - 1. Scope: Contractor will provide Playground .Equipment and Installation at West Haven i Park ("Services") in accordance with the attached Scope of Work, as shown in Attachment A; the content of which' is incorporated by . reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term: This Agreement:is for six months, with performance commencing upon the date of issuance 'of.a notice to proceed from the Contract Administrator.or Purchasing Division. This Agreement includes an option to extend the term for ;up to zero additional zero-month periods ("Option . Period"), provided, the parties do so prior to expiration of the original term or the then-current Option Period. The decision to exercise the option to extend the term of this Agreement is, at all times, within the sole discretion of the City and is conditioned upon the prior written agreement of the Contractor and the City Manager. . . . 9 r" 3. Compensation and Payment. The total value of this Agreement is .not to exceed $83;200.00, subject to approved extensions and. ..changes. Payment will be made.for:Services completed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing-Schedule, City of Corpus Christi - Page 1 of 8 2017459 4/25/17 M2017-057 Park Place Recreation Designs INDEXED as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all. phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Joshua Wentworth Department: Park and Recreation Phone: (361) 826-3483 Email: JoshuaW@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 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 begiven copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be 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: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and City of Corpus Christi Page 2 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 Services will not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. Any Services 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, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. The Contractor warrants that all products supplied under this Agreement 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. In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. 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 Agreement and 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 Agreement 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 Agreement 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 Agreement. 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 will perform the work required by this Agreement 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. City of Corpus Christi Page 3 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 12. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator if the subcontractors were not named at the time of bid or proposal, as applicable. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. 13. Amendments. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement 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,related 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 Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or 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 Corpus Christi Attn: Joshua Wentworth Title: Park and Recreation Superintendant Address: 1201 Leopard St., 2nd Floor, Corpus Christi, TX 78401 Fax: (361) 826-3174 IF TO CONTRACTOR: Park Place Recreation Designs, Inc. Attn: Michael Carlyon Project Manager P.O. Box 18186, San Antonio, Texas 78218s Fax: (210) 832-0115 City of Corpus Christi Page 4 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 17. CONTRACTOR AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE WHATSOEVER ON ACCOUNT OF PERSONAL INJURIES (INCLUDING DEATH AND WORKERS' COMPENSATION CLAIMS), PROPERTY LOSS OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEEMENT OR THE PERFORMANCE OF THIS AGREEMENT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTORY NEGLIGENCE OF INDEMNITEES, BUT NOT IF BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City Manager may terminate this Agreement for Contractor's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. City of Corpus Christi Page 5 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Assignment. No assignment of this Agreement 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 Agreement by the Contractor is of the essence of this Agreement, 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. 20. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 21. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement and its attachments B. the bid solicitation document, including addenda (Exhibit 1) C. the Contractor's bid response (Exhibit 2) 22. 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 Agreement. 23. Governing Law. This Agreement is subject to all federal, State, and local laws, rules, and regulations. The applicable law for any- legal disputes arising out of this Agreement 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 Nueces County, Texas. 24. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and City of Corpus Christi Page 6 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. (SIGNATURE PAGE FOLLOWS) City of Corpus Christi Page 7 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 CONTRACTOR / Signature: /7)(\a-ki �- 1 Printed Name: Marilyn Ahrens Vice President Title: Date: -4- 6,- / 7 CITY OF CORPUS CHRISTI Signature: %--s5L--- Printed Name: (Y\cLr.\ l P-Q.&-v- ---7-- C << Title: c)r0 c_u.,r Q Yv1 e,...1 'INc\--a2,r- Date: 5/57 I `l ATC€SSd_I ,E E (r• k 1 t(_t� C l REBECCA HUERTA CITY SECRETARY Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance/Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. N/A Exhibit 2: Contractor's Bid/Proposal Response Z° i-i _c7 ..............N u►riu 1,64. yY COUNCIL......... Z ) ---- SECRET-- City ECRETCity of Corpus Christi Page 8 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 Attachment A: Scope of Work 1. Scope of Work A. Installation of playground equipment and poured-in-place fall zone area at West Haven Park: 1) Installation of playground will include (a)Line location (b)Grading for base installation for pour in place surfacing (c) Installation of playground per manufactures instructions 2) Installation of a 1,915 sq ft concrete slab at 4' thick including (a) all material and work to complete forming for concrete pad (b)all material and work to complete reinforcing with wire mesh (c)all material and work to complete placement and finishing of concrete 3) Installation of approximately 1,750 sq ft at required depth per fall height of one poured in place rubber pad including (a)all material and work to complete mixing of bonding agent and rubber surfacing (b)all material and work to complete placement of pour in place rubber pad 4) All material and work to complete clean up All installation shall be in accordance with the Public Playground Safety Handbook latest edition produced by the U.S. Consumer Product Safety Commission. Page 1 of 1 Attachment B: Bid/Pricing Schedule Date: April 5,2017 Customer: City of Corpus Christi i"(� Parks and Recreation ,. ** ., j Project: Westhaven Park Inclusive Sensory Play Equipment PARK PLACE , REM DESCRIPTION DIY UNIT PRICE TOTAL PRICE REttEATIogD • Alta Glide,Freestanding 1 $ 14,100.00 $ 14,100.00 >t•s% Ramp,ground to 1'deck(alta glide)with posts 1 3,756.00 3,756.00 Buddy Rocker 1 6,115.00 6,115.00 Park Place Recreation Designs,Inc. Groove Slide 1 3,273.00 3,273.00 OFFICE Accelerator Swing 1 6,915.00 6,915.00 P.O.Box 18186 San Antonio TX 78218 Concrete Slab with integral sidewalk and fluctuation ramp at wood fiber 1 16,928.00 16,928.00 Approx 1,915 sq ft PHONE FlexiTurf Rubber Poured in Place Surfacing,approx_1,750 sq ft 1 24,806.00 24,806.00 800-626-0238 210-821-5878 FAX BuyBoard Discount(BuyBoard Contract#512-16) (6,364.00) 210-832-0115 Installation 944000 EMAIL Freight 2,891.00 fun( rniracleparkplace.com Payment Bond $ 1,340.00 WEB www.miradeparkplace.com Subtotal $ 83,200.00 www.the-art-of-plaxcom Tax 090 $ 0.00 'Does not include removal of existing wood fiber or equipment GRAND TOTAL $ 83,200.00 11-1-1;1 Board 'Pricing is for materials/delivery only. Installation is not included unless priced above. • • rapf1ae"rarca+uM 'If not priced above and if required,the following items and associated costs/fees will be the responsibility of the customer: Sealed Drawings,Building Permits.Performance Bond,TDLR Registration/Review/Inspections. Approved BuyBoard Vendor 'Prices are valid for 60 days after which they are subject to change. Any work not specifically mentioned in this proposal Contract#51 2-16 as being included shall be considered excluded The customer will be responsible for any taxes owed. Pork Place Recreation Designs Authorized By: Printed Nath Signature Date Page 1 of 1 Attachment C: Insurance/Bond Requirements INSURANCE REQUIREMENTS CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $2,000,000 Aggregate 1. Commercial Broad Form 2. Premises - Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this not Exhibit. domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 INSTALLATION FLOATER Value of the equipment Page 1 of 5 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and Page 2 of 5 • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2017 Insurance Requirements Parks and Recreation Park Equipment and Installation 02/27/2017 sw Risk Management Page 3 of 5 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Purchasing Division Surety is a corporation organized and existing 1201 Leopard Street 4thFloor under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Playground Equipment Telephone(main number): and Installation at Westhaven Park No.45443 Telephone(for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: $83,200.00 Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies,each one of which shall following toll-free number:1-800-252-3439 be deemed an original. Payment Bond Form 00 61 16-1 Playground Equipment and Installation at Westhaven Park No.45443 Rev.01-13-2016 Page 4 of 5 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall • be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: Date: Date: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 Playground Equipment and Installation at Westhaven Park No.45443 Rev.01-13-2016 Page 5 of 5 - . Attachment D: Warranty Requirements ... _ ., . '! -r A R - A �� 4'; -•.v Buyer agrees that products sold by ' r�= Miracle® Recreation ui E menu Company Equipment. carry only.the following warranty: -_ • I. LIMITED ONE HUNDRED(100):YEAR WARRANTY on aluminum deck posts,steel deck posts,the Versalokv..fastening system;and associated fastening hardware against structural "' failure caused by,corrosion or deterioration from exposure to weather,or by defective materials or _ defective workmanship.. . • 2. LIMITED TWENTY-FIVE(25)YEAR WARRANTY on the performance of Play Terrain Rubber Crumb Safety Surfacing. . 3: LIMITED FIFTEEN(15)YEAR WARRANTY:on steel support legs and Mira-Therm ti on • , KIDS'CHOICE10,CENTER STAGER.MEGATOWERT`r,and TOTS CI-IOICE'Dagainst structural '`;V. failure caused.by corrosion,defective materials,or defective.workmanship. 4. LIMITED FIFTEEN(15)YEAR WARRANTY on playsystcm steel components including - railings,rungs,and rigid climbers against structural failure caused by defective materials or . :- defective workmanship.. 4 5. LIMITED FIFTEEN(15)YEAR WARRANTY on Rockite°•againststructural failure caused - v by defective materials'or defective workmanship. • '' 6. LIMITED TEN (10)YEAR WARRANTY on all Play CoverT`1 steel frames against failure due' iF to corrosion,deterioration,or tautly workmanship. ->, 7: LIMITED EIGHT(8)YEAR WARRANTY on Play Terrain"Rubber Crumb color steadfast = ' ;,g ness. ;r: " 8. LIMITED-FIVE(5)YEAR WARRANTY on all Play CovcrT^r:fabric due to rot,UV ' deterioration(shades of red arc limited:to 3 years),or defective.workmanship. :fir .;N:' 9: LIMITED FIVE(5)YEAR WARRANTY on KidroxTM Climbiiig Rocks and RAINBOW '" - BENDTM and enclosed walcrslide fiberglass sections against structural failure caused by defective ti .,"z materials or defective workmanship.Limited one(I)year warranty;on all watcrslidc and pool slide _ "'` support structures,stairways,landings,and railings against structural.failure caused by defective Y"Y • • ' materials or defective workmanship., 10. LIMITED THREE(3)YEAR WARRANTY on Slashproof Seats and 360°Bucket Tot Seats ,• .;°.. • for Swings against structural failure caused by defective materials or defective:workmanship. `=" 11. LIMITED ONE(1)YEARWARRANTY on TODDLERS'•CllOICE°main Support materials - it.adecks against structural failure caused by defective materials or defective workmanship. et- and ' 12. .LIMITED ONE(1)YEAR WARRANTY on bleachers against structural failure caused by 4 defective materials or defective workmanship.. 13. .LIMITED ONE(1)YEAR WARRANTY on all products not listed above including all moving parts and flexible climbers against structural failure caused by defective*matcrials or defective - ' -•1,` workmanship. • 5414.;"LIMITED SIX(6)MONTH WARRANTY on sewn fabric components on Early Childhood . products. 15. These limited.warranties do not include.fading of colors(except on Play.CoverT*'and Play. s<.. TerrainTM Rubber Crumb),damage due to excessive wear and tear;vandalism,or negligence. These 1' warranties arcvalid only if products are installed according to manufacturer's installation instructions. a_ 16. All warranties begin on the date of Miracle's invoice.Repaired or replacement part(s)are only ' ' " warranted:for the balance of the original limited warranty. '' , et _ a • - ' 070056 Rey M-Muth 2 20th Page 1 of 3 ,--9-teal Tunr Poured-in-Place Warranty FlexiTURF,LLC.All rights reserved.All infonnation contained within subject to change without notice. Owner: Five (5) Year Limited Warranty for Job Number Located at FlexiTURF warranty for a period of Five (5) years commencing from the date of substantial completion date of and the warranty shall expire on . This limited warranty shall provide for 100% of the cost for necessary repairs caused by the failure of FlexiTURF Poured-in-place surfacing only. This limited warranty includes only FlexiTURF's obligation to repair and/or replace any defective materials or workmanship in the surface area or surface areas that have failed during the warranty period. A failed area/ areas include edge raveling, bubbling, delamination, peeling, and loss of integrity as a result of a failed system. FlexiTURF is under no obligation or responsibility to repair and/or replace Poured-in- place system due to damage by vandalism, product misuse, abuse or alteration, improper slab or base or sub-base design or construction, improper drainage, improper or lack of maintenance, any foreign residue that may be deposited on the surface, normal wear and tear, damage from sharp objects (high heels, spikes, etc.) or acts of God. All warranty claims shall be made in writing to FlexiTURF within thirty (30) days after the Owner has knowledge thereof, but in no event later than thirty(30) days after expiration of the warranty period. The written notification from the Owner shall include the following: the date of the first notice of the failure, details of the failure, and photos of the failed area. FlexiTURF shall then determine the validity of all claims after sufficient evidence has been gathered. FlexiTURF will then notify and schedule a day to replace/repair the system if covered in warranty. Page 2 of 3 Any dispute as to whether and to what extent there is a FlexiTURF Poured-in-place surfacing system failure and a subsequent valid warranty claim within the meaning of this warranty shall be initially dealt with by a joint investigation and discussion between FlexiTURF and owner in order to achieve a mutually agreeable solution. This Limited warranty covers ONLY the FlexiTURF Poured-in-place system. This limited warranty does NOT include the underlying material (. existing surface, existing or new asphalt, concrete, base, sub-base or sub-grade). If the underlying material fails for any reason whatsoever(including hydrostatic pressure, cracking, shifting, heaving), A failure in such systems can cause for the failure of FlexiTURF's system. In such cases then FlexiTURF's warranty shall be void. If the underlying material is concrete, a "curing agent" is NOT allowed. Additionally, there is no warranty against surface cracking along expansion joints and underlying cracks, or separating from an adjacent border, curb or walkway. This limited warranty does not include discoloration as a result of ultraviolet rays, unapproved cleaning materials or vandalism. Owner agrees that it will not, under any circumstances, make alterations to the FlexiTURF Poured-in-place surface without the written authorization of FlexiTURF. Any unauthorized alteration by the Owner shall result in the immediate termination of all warranties for FlexiTURF surfacing system. As a result of alterations FlexiTURF will not be liable for injuries, defamation, or improper CSPC/ADA guidelines. Owner acknowledges that the limited warranty will be voided if the Owner fails to follow the FlexiTURF Maintenance Guidelines. NOTE: The following chemicals can cause potential damage to the FlexiTURF system and should be avoided: disinfectants, concentrated bleach, gasoline, diesel, hydraulic and lubricating oils, acids and organic solvents. If the contract price is not paid in a timely manner as per the terms and conditions of the agreed contract, the limited warranty is automatically voided. Unless noted otherwise in contract, any damages to the surface during the curing period will be repaired or paid for at the Owner's expense. Owner: Date: FlexiTURF: Date: *By signing,you are stating that you have read and understood all terms and you agree with them. Page 3 of 3 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-189230 Park Place Recreation Designs, Inc. San Antonio,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 04/07/2017 being filed. City of Corpus Christi Dat Ack owledged: � fo X11 3 Provide the identification number used by the governmental entity or state agency to track or identify the contr ct,and provide a description of the services,goods,or other property to be provided under the contract. Contracet#45443 Playground Equipment&Installation at Westhaven Park 4 ; t Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary • 5 Check only if there is NO Interested Party. ❑ ``,��111111111111///��/i 6 AFFIDAVIT ��� pN �• HqS, I swear,or affirm,underenal ofperjury,that the above disclosure is true and correct. P tY • ��� FYpIRES ,••. `�� Signature of'authorized agent of contracting business entity AFFIX NOTARY S'y /1A1. ABOVE Sworn to and subscribed before me,by the said 172 G4J1_4:1this the / day of , 20 /7 ,to certify which,witness my hand and seal of office (d://1( Sign re of officer adminis ering oath Printed na f officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883