Loading...
HomeMy WebLinkAboutResolution - 2024-R0086 - Contract 17710, With Playgrounds, Etc, PID Playgrounds - 02/27/2024Resolution No. 2024-R0086 Item No. 7.6 February 27, 2024 1tESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Scrvice Contract No. 17710 for Engineered Wood Fiber Mulch for PID Playgrounds as per ITB 24-17710-KM, by and between the City of Lubbock and 4B Recreation Group, LLC dba Playgrounds Etc. of Midland, TX, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on ATTEST: Co ney Paz, City Secretary APPROVED AS TO CONTENT: D. u Ko elich, Chief �inancial Of�cer APPROVED AS TO FORM: elli Leisure, Senior Assistant City Attorney ccdocs/RES.ServiceContract 17710 I3ngineered Wood l�iber Mulch for PID Playgrounds 02.06.24 Resolution No. 2024-R0086 Contract 17710 City of Lubbock Contract for Engineered Wood Fiber Mulch for Public Im�rovement District (PID) Playgrounds THIS CONTRACT made and entered into this � day of Fehruanr , 2024, by and between the City of Lubbock ("City"), and 4B Recreation Group, LLC dba Play�rounds Etc., ("Contractor"). WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Engineered Wood Fiber Mulch for PID Playgrounds and bids were received and duly opened as required by law; and WHEREAS, after careful consideration of the bid submitted by Contractor, the City authorized the execution, in the name of the City of Lubbock a contract with said Contractor covering the purchase and delivery of the said Engineered Wood Fiber Mulch for PID Ptaygrounds. NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial consideration hereinafter referred to, the parties hereby covenant and agree as follows: 1. In accordance with City's specifications and Contractor's bid, copies of which are attached hereto and made part hereof, Contractor will deliver to the City, Engineered Wood Fiber Mulch for PID Playgrounds, and more specifically referred to as Item #0-1 on the bid submitted by the Contractor or in the specifications attached hereto. 2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided for in this Contract and to complete and finish the same according to the attached specifications, offer, and terms and conditions contained herein. 3. The contract shall be for a term of one (1) year, with the option of four (4), one year extensions, said date of term beginning upon formal approval. This Contract will renew automatically for the additional terms, unless either Party gives 90-day written notice to terminate the Contract. 4. All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. The City of Lubbock does not guarantee any specific amount of compensation, volume, minimum, or maximum amount of services under this bid and resulting contract. 5. The Contractor must maintain the insurance coverage required during the term of this contract including any extensions. It is the responsibility of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract Management Department as required by contract or contract may be terminated for non-compliance. 6. A) Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The rate may be adjusted at the City's discretion for the effective change in Consumer Price Index (CPI) or Product Price [ndex (PPI) as appropriate. B) Further, if the Contractor can provide documentation for actual charges for material, labor, etc. that demonstrates that the change in CPI or PPI is not sufficient, the Contractor shall provide such documentation to the City, and at the City's sole discretion, the contractual rate may be further adjusted. If agreement regarding a new rate cannot be reached, the City shall terminate at the end of the current contract period. C) If an adjustment to pricing is granted under this section, the Contractor must provide the Director of Purchasing and Contract Management written, quarterly documentation to justify the ongoing adjustment. If no such documentation is timely received, the rate will automatically revert to the initial, awarded rate. 7. This contract shall remain in effect until the first of the following occurs: (1) the expiration date, (2) performance of services ordered, or (3) termination of by either party with a 30 day written notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it deems to be in the best interest of the city. 8. Contractor shall at all times be an independent contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of City. 9. Insurance Requirements — No Insurance Required 10. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests accruing from this Contract without the written consent of the other. 11. The City reserves the right to exercise any right or remedy to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 12. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided to the City under this Contract. In the event such an audit by the City reveals any errors or overpayments by the City, Contractor shall refund the City the full amount of such overpayments within 30 days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 13. All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on 30 days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 14. The Contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from the Director of Purchasing and Contract Management. Should consent be given, the Contractor shall insure the Subcontractor or shall provide proof on insurance from the Subcontractor that complies with all contract Insurance requirements. 15. Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 16. The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, "foreign terrorist organization" shall have the meaning given such term in Section 2252.151, Texas Government Code. 17. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 18. Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 19. By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. 20. The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 21. The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 22. This Contract consists of the following documents set forth herein; Invitation to Bid No. 24- 17710-KM, Specifications, and the Bid Form. -----INTENTIONALLY LEFT BLANK----- IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above written. Executed in triplicate. CITY OF Tray A Paz, City Secretary tAOLVED AS TO C N NT: Brianna Brown, Director of Business Development AP OVED 4S TO FORM: r ell, Leisure, Senior Assistant City Attorney CONTRACTOR BY Aut or' ed Representative �:Fsrflef Print Name N(0 LJ, i 6,c tj iLfe Address /lit .` W ems„ c rZ , �`"-� -7512D/ City, State, Zip Code City of Lubbock, TX ITB 24-17710-KM Engineered Wood Fiber Mulch for Public Improvement District (PID) Playgrounds Specifications Intent: The City of Lubbock is soliciting bids to secure an annual contract to supply Engineered Wood Fiber Playground Mulch for Public Improvement District playgrounds. Vendor shall provide with bid submittal any and all needed information supplied within this specification. The contract shall be for a term of one (1) year, with the option of four (4), one year extensions. Delivery: The Vendor shall supply and deliver all required material needed at the designated location upon request from the Agent within (7) business days of the order, unless an emergency has occurred. Deliveries may be requested from 1 load to multiple loads, per order, depending on project need. Deliveries can only accept Monday -Friday between the hours of 8:00 a.m. and 5:00 p.m. Delivery of the Engineered Wood Fiber Playground Mulch will be once every six (6) months, unless the Agent specifies otherwise. The product will be delivered and unloaded at 3702 Alcove Avenue, Lubbock, Texas 79407. Material: 160 (+ or -) cubic yards of Engineered Wood Fiber Playground Mulch to be delivered annually. The product shall meet minimum safety standards set by the Consumer Product Safety Commission (CPSC) Guidelines and American Society for Testing and Materials (ASTM). Public Improvement District Playgrounds District Park Name Address Fall Zone Area in ft2 Est. Depth Needed in Inches Annually Est. Cubic Yards Needed Annually Bell Farms Playa Lake Park 2124 135th Street 790 4 10 Bell Farms 1-Acre Park 2335 138th Street 1,500 2 9 Bell Farms Basin Park North 13525 Sherman Ave 1,025 2 6 Bell Farms Basin Park South 13525 Sherman Ave 530 2 3 Bell Farms Pocket Park 1 14001 Ave W 1,925 2 12 Bell Farms Pocket Park 2 2124 135th Street 900 2 6 Quincy Park Playground Area 9002 Rochester Ave 1,100 2 7 Quincy Park Swing Set Area 9002 Rochester Ave 2,250 4 22 Valencia Swing Set 6124 87th Street 1,785 2 11 Upland Crossing Playa Lake Park 7317 28th Street 5,400 4 66 Upland Crossing Pocket Park 7525 32nd Street 1,350 2 8 Materials are to be quoted on a cost-plus basis; percentage of markup to be based on net cost to Vendor, allowing for full credit for trade and/or cash discounts to the City. On any single item in which the cost equals or exceeds $100.00, a copy of the supplier's invoice — which must be dated and marked paid — shall be submitted as an attachment to the Vendor's invoice. City of Lubbock, TX Purchasing and Contract Management Vendor Acknowledgement Form In compliance with the Invitation to Bid, the undersigned Bidder having examined the Invitation to Bid, instructions to bidders, General Conditions of the Agreement, Specifications, and being familiar with the conditions to be met, hereby submits the following bid for furnishing the material, equipment, labor and everything necessary for providing the items listed and agrees to deliver said items at the locations and for the prices set forth on the bid form and/or the bid table associated with this bid. A bid will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate bids, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. The Invitation to Bid is by reference incorporated in this contract. Where applicable, prices are quoted as: F.O.B. Destination, Freight Pre -Paid and Allowed Where applicable, delivery days are: Days After Receipt of Order (ARO) Unless otherwise specified herein, the City may award the bid either item -by —item or on an all -or - none basis for any item or group of items shown on the bid. The City of Lubbock is seeking a contract for with one or more contractors. In order to assure adequate coverage, the City may make multiple awards, selecting multiple vendors to provide the products desired, if multiple awards are in the best interest of the City. A decision to make a multiple award of this Bid, however, is an option reserved by the City, based on the needs of the City. PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of /VL %, net JV� calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. MOST FAVORED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else, including its most favored customer, for like quality and quantity of the products/services; does not include an element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like quality and quantity; and does not include any provision for discounts to selling agents. If at any time during the contract period, the supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products of like or better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same product(s) at the lower price(s) on all deliveries made during the period in which such lower price(s) is effective. INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? #0-1 Cityof Lubbock, TX ITB 24-17710-KM Engineered Wood Fiber Mulch for Public Improvement District (PID) Playgrounds Bid Form Items Engineered Wood Fiber Playground Mulch Location Total Quantity Required (+/-) UOM 160 Cubic Yards 4B Recreation Group, LLC dba Playgrounds Etc. Midland, TX $6,900.80 Unit Total Price Cost $43.13 $6,900.80 Other governmental entities that might have interests in this contract are Frenship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, Lynn County, and City of Wolfforth. YES V NO If you (the bidder) checked YES, the following will apply: Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contracts) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. ADDENDA Bidder acknowledges receipt of addenda issued in regard to this solicitation: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub - recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. INCOMPLETE INFORMATION Failure to complete or provide any of the information requested in this Request for Proposal, including references, and/or additional information as information as indicated, may results in disqualification by reason of "non -responsiveness". CONTRACTOR ACKNOWLEDGEMENT In compliance with this solicitation, the undersigned bidder, having examined the bid documents, instructions to bidders, documents associated with the invitation to bid, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 SUBMISSION INFORMATION An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in bid rejection. THIS BID IS SUBMITTED BY Playgrounds Etc. a corporation organized under the laws of the State of Texas , or a partnership consisting of or individual trading as the City of Midland Tax ID No.: 85-1710107 Address:1410 West Texas Ave City: Midland State: TX Zip: 79701 M/WBE Firm-1 J Woman Black American Native American Hisoanic American I I Asian Pacific American Other (Specify) Please complete the information below. sy `coL Date: A) !4 � Au or' ed Representative - must sign by hand ,( Officer Name and Title._& i h CAI' H � +t" � r tS I Gt gk Business Telephone Number 432-687-6388 FAQ{: 432-687-6389 E-mail Address: josh a@playgroundsetc.com of # Items #0-1 Engineered Wood Fiber Cityof Lubbock, TX ITB 24-17710-KM Engineered Wood Fiber Mulch for Public Improvement District (PID) Playgrounds Bid Tabulation Sheet 4B Recreation Group, LLC dba Playgrounds Etc SiteOne Landscape Supply Stoney's Investments, LLC Location Midland , TX Cleveland, OH Lubbock, TX Total $6,900.80 $7,232.00 $16,000.00 Quantity Required Unit Total Unit Total Unit Total (+;-) UOM Price Cost Price Cost Price Cost I60 Cubic Yards 1 $43,13 56.900.80 S4520 $7,232.00 Skit' 516,000.00 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft 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 Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2024-1112986 4B Recreation Goup LLC DBA Playgrounds Etc. Lubbock, TX United States Date Filed: 01/17/2024 2 Name o governmental entity or state agency that Is a party tot the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 17710 Engineered Wood Fiber Mulch for Playgrounds 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary City of Lubbock Lubbock, TX United States X 5 Check only If there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is i�[ ^, �') �(k �� , and my date of birth is My address is l I I i) (,,7, Tv� C� �( N(: ,( (a1� , i x 7 9 7y (�• (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of 7QA G'-J , on the / day of � 20-4 V (mon (year) Sigraat6r f authorized agent of contras ing business entity ll (Dedarent) Forms provided by Texas Ethics Commission www.ethics.state.tx.us version vs.o.imorctoor CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 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 Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2024-1112986 4B Recreation Goup LLC DBA Playgrounds Etc. Lubbock , TX United States Date Filed: 01/17/2024 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 02/01/2024 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 17710 Engineered Wood Fiber Mulch for Playgrounds 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary City of Lubbock Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.Obfcfb67 Brianna Gerardi Changed On Description Before After Current Balance Cost of Good/Services Additional Info 11/13/2023 Geo Rules Caller Type None Submittal —Received $22,300.00 Plan (PUR-2024-17710) 11/13/2023 Completed No Yes $22,300.00 Plan Submittal Item Review (Purchasing Approval) 11/13/2023 Complete Date [none] 11/13/2023 $22,300.00 Plan Submittal Item Review (Purchasing Approval) 11/13/2023 Item Review Status ID Under Review Approved $22,300.00 Plan Submittal Item Review (Purchasing Approval) 11/13/2023 Passed No Yes $22,300.00 Plan Submittal Item Review (Purchasing Approval) 11/13/2023 Submittal Status ID Under Review Approved $22,300.00 Plan submittal text: (10/27/2023) Cheryl Brock Changed On Description Before After Current Balance Cost of Good/Services Additional Info 10/30/2023 Geo Rules Caller Type None Submittal —Received $22,300.00 Plan (PUR-2024-17710) 10/30/2023 Completed No Yes $22,300.00 Plan Submittal Item Review (Budget Director) 10/30/2023 Complete Date [none] 10/30/2023 $22,300.00 Plan Submittal Item Review (Budget Director) 10/30/2023 Item Review Status ID Under Review Approved $22,300.00 Plan Submittal Item Review (Budget Director) 10/30/2023 Passed No Yes $22,300.00 Plan Submittal Item Review (Budget Director) 10/30/2023 Submittal Status ID Under Review Approved $22,300.00 Plan submittal text: (10/27/2023) D. Blu Kostelich Changed On Description Before After Current Balance Cost of Good/Services Additional Info 10/30/2023 Approved User ID [none] Kostelich, D. Blu $22,300.00 Item Review (Assistant City Manager/CFOtree) 10/30/2023 Completed No Yes $22,300.00 Item Review (Assistant City Manager/CFOtree) 10/30/2023 Complete Date [none] 10/30/2023 $22,300.00 Item Review (Assistant City Manager/CFOtree) 10/30/2023 Item Review Status ID Under Review Approved $22,300.00 Item Review (Assistant City Manager/CFOtree) 10/30/2023 Item ReviewStatusName Under Review Approved $22,300.00 Item Review (Assistant City Manager/CFOtree) 10/30/2023 Passed No Yes $22,300.00 Item Review (Assistant City Manager/CFOtree) 10/30/2023 StatusChanged Date [none] 10/30/2023 $22,300.00 Item Review (Assistant City Manager/CFOtree) February 05, 2024 Page 1 of 3 EnerGov Service Changed On Description Before After 10/30/2023 Completed No Yes 10/30/2023 Complete Date [none] 10/30/2023 10/30/2023 Completed No Yes 10/30/2023 Workflow Status Started Passed 10/30/2023 Completed No Yes 10/30/2023 Complete Date [none] 10/30/2023 10/30/2023 Completed No Yes 10/30/2023 Submittal Status ID Under Review Approved 10/30/2023 Workflow Status Started Passed 11/13/2023 End Date [none] 11/13/2023 11/13/2023 Workflow Status Started Passed 11/13/2023 Completed No Yes 11/13/2023 Complete Date [none] 11/13/2023 11/13/2023 Completed No Yes 11/13/2023 Workflow Status Started Passed 11/13/2023 Plan workflow status change. Initial Approvals v.1 Approved 11/30/2023 End Date [none] 11/30/2023 11/30/2023 Workflow Status Started Passed 11/30/2023 Completed No Yes 11/30/2023 Complete Date [none] 11/30/2023 11/30/2023 Completed No Yes 11/30/2023 Workflow Status Started Passed 11/30/2023 Plan workflow status change Purchasing Approval v.1 Approved Kristine Dills Changed On Description Before After 10 30/2023 Geo Rules Caller Type None Submittal_Received 10/30/2023 Plan Note added Molly Ballesteros Changed On Description Before After 10/27/2023 Plan added Current Balance Cost of Good/Services Additional Info $22,300.00 Plan submittal text: (10/2712023) $22,300.00 Plan submittal text: (10/27/2023) $22,300.00 Plan submittal text: (10/27/2023) $22,300.00 Plan workflow step action text: (Budget Director) $22,300.00 Plan submittal text: (10/27/2023) $22,300.00 Plan submittal text: (10/27/2023) $22,300.00 Plan submittal text: (10/27/2023) $22,300.00 Plan submittal text: (10/27/2023) $22,300.00 Plan workflow step action text: (Assistant City Manager/CFO) $22,300.00 Plan workflow step text: (Initial Approvals) $22,300.00 Plan workflow step text: (Initial Approvals) $22,300.00 Plan submittal text: (10/27/2023) $22,300.00 Plan submittal text: (10/27/2023) $22,300.00 Plan submittal text: (10/27/2023) $22,300.00 Plan workflow step action text: (Department Head) $22,300.00 Plan (PUR-2024-17710) $22,300.00 Plan workflow step text: (Purchasing Approval) $22,300.00 Plan workflow step text: (Purchasing Approval) $22,300.00 Plan submittal text: (11/30/2023) $22,300.00 Plan submittal text: (11/30/2023) $22,300.00 Plan submittal text: (11/30/2023) $22,300.00 Plan workflow step action text: (Final Purchasing Approval) $22,300.00 Plan (PUR-2024-17710) Current Balance Cost of Good/Services Additional Info $22,300.00 Plan (PUR-2024-17710) $22,300.00 Plan note text: (Attached insurance requirements approved.) Current Balance Cost of Good/Services Additional Info $22,300.00 Plan (PUR-2024-17710) February 05, 2024 Page 2 of 3 10/27/2023 Plan workflow status change. 10/27/2023 Plan workflow status change. 10127/2023 Scope [none] 10/27/2023 Geo Rules Caller Type None 10/27/2023 Attachment added 10/27/2023 End Date [none] 10/27/2023 Workflow Step General Reas [none] 10/27/2023 Workflow Status Not Started 10/27/2023 Assigned User ID 10/27/2023 Plan Submittal added 10/27/2023 Start Date 10/27/2023 Workflow Status Department Head v.1 Auto Received Assistant City Manager/CFO v.1 Auto Received : ITB for a Contactor to sell and deliver 160 (+ or -) cubic yards of Engineered Wood Fiber Playground Mulch annually. The product shall meet minimum safety standards set by the Consumer Product Safety Commission (CPSC) Guidelines and American Society for Testing and Materials (ASTM). The product will be delivered and unloaded at 3702 Alcove Avenue, Lubbock, Texas 79407 once every six months. Submittal —Received 10/27/2023 NA Skipped Alvarez, Marta Gerardi, Brianna [none] Not Started 10/27/2023 End Date [none] 10/27/2023 Workflow Step General Rea: [none] 10/27/2023 Workflow Status Not Started 10/27/2023 End Date [none] 10/27/2023 Workflow Step General Reas [none] 10/27/2023 Workflow Status Not Started 10/27/2023 Assigned User ID Alvarez, Marta 10/27/2023 Workflow Step General Reas 10/27/2023 Workflow Step General Reas 10/27/2023 Workflow Step General Reas 11/20/2023 Attachment added 11/20/2023 Attachment added 10/27/2023 Started 10/27/2023 NA Skipped 10/27/2023 NA Skipped Kostelich, D. Blu SKIP: ( By: Molly Ballesteros) SKIP: ( By: Molly Ballesteros) SKIP: ( By: Molly Ballesteros) $22,300.00 Plan (PUR-2024-17710) $22,300.00 Plan (PUR-2024-17710) $22,300.00 Plan (PUR-2024-17710) $22,300.00 Plan (PUR-2024-17710) $22,300.00 Attachment (ITB 23-17710-KM Insurance Requirements.pdf) $22,300.00 Plan workflow step action text: (Fleet Services) $22,300.00 Plan workflow step action text: (Fleet Services) $22,300.00 Plan workflow step action text: (Fleet Services) $22,300.00 Plan Submittal Item Review (Purchasing Approval) $22,300.00 Plan submittal text: (10/27/2023) $22,300.00 Plan workflow step action text: (Budget Director) $22,300.00 Plan workflow step action text: (Budget Director) $22,300.00 Plan workflow step action text: (Facility Management) $22,300.00 Plan workflow step action text: (Facility Management) $22,300.00 Plan workflow step action text: (Facility Management) $22,300.00 Plan workflow step action text: (IT director) $22,300.00 Plan workflow step action text: (IT director) $22,300.00 Plan workflow step action text: (IT director) $22,300.00 Plan Submittal Item Review (Assistant City Manager/CFOtree) $22,300.00 NA $22,300.00 NA $22,300.00 NA $22,300.00 Attachment (ITB 23-17710-KM - Bidtable.xlsx) $22,300.00 Attachment (ITB 23-17710-KM.docx) February 05, 2024 Page 3 of 3