Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC22-372 Star PlaygroundsAGREEMENT FOR PROCUREMENT
AND INSTALLATION SERVICES BETWEEN
EAGLE COUNTY, COLORADO
AND STAR PLAYGROUNDS
THIS AGREEMENT (“Agreement”) is effective as of _________________ by and between Star
Playgrounds a Colorado corporation (hereinafter “Contractor”) Eagle County, Colorado, a body corporate
and politic (hereinafter “County”).
RECITALS
WHEREAS, County desires to utilize Contractor for the removal and disposal of all existing playground
equipment and surfacing, and the installation of new playground and surfacing (the “Project”) at the
Freedom Park Playground located at 0450 Miller Ranch Road, Edwards, CO 81632 (the “Property”); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill,
expertise, and experience necessary to provide the equipment, materials and installation services as set
forth below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection
with the procurement of equipment, materials and services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and
County agree as follows:
1. Services or Work. Contractor agrees to procure the materials, equipment and/or products
(“Equipment”) necessary for the Project and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the procurement and installation services described in
Exhibit A (“Services” or “Work”) which is attached hereto and incorporated herein by reference. The
Services shall be performed in accordance with the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services in a timely and expeditious manner consistent
with the applicable standard of care. Subject to the weather conditions and amount of snow on the
existing playground site, the project shall begin on April 15, 2023 and be completed by May 25, 2023
barring any unforeseen delays. By signing below Contractor represents that it has the expertise and
personnel necessary to properly and timely perform the Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in
Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in
this Agreement shall prevail.
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
11/15/2022
2
Freedom Park Playground Procurement and Installation
c. County shall have the right to inspect all Equipment. Inspection and acceptance shall not
be unreasonably delayed or refused. In the event County does not accept the Equipment for any reason in
its sole discretion, then Contractor shall upon County’s request and at no charge to County:
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
2. County’s Representative. The Facilities Management Department’s designee shall be
Contractor’s contact with respect to this Agreement and performance of the Services.
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and
subject to the provisions of paragraph 11 hereof, shall continue in full force and effect until the Project is
deemed complete by the Facilities Management Department’s designee.
4. Extension or Modification. Any amendments or modifications shall be in writing signed by both
parties. No additional services or work performed by Contractor shall be the basis for additional
compensation unless and until Contractor has obtained written authorization and acknowledgement by
County for such additional services in accordance with County’s internal policies. Accordingly, no
course of conduct or dealings between the parties, nor verbal change orders, express or implied
acceptance of alterations or additions to the Services, and no claim that County has been unjustly enriched
by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of
any increase in the compensation payable hereunder. In the event that written authorization and
acknowledgment by County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contractor’s rights with respect to such additional services shall be
deemed waived and such failure shall result in non-payment for such additional services or work
performed.
5. Compensation. County shall compensate Contractor for the Equipment and performance of the
Services in a sum computed and payable as set forth in Exhibit A. The Equipment and performance of
the Services under this Agreement shall not exceed five hundred ninety one thousand six hundred
ninety eight dollars ($591,698.00). In the event Contractor and County agree upon the need for
Additional Services beyond those described in Exhibit A, those services shall be billed at the rates as set
forth in Exhibit A. Prior to commencement of any additional Services at any Property or Properties,
Contractor shall first provide County with a written estimate which shall include an estimate of the labor,
materials and any additional costs necessary to perform the Services at a particular Property or Properties.
Each estimate must be approved by County’s Representative prior to commencement of the Services by
Contractor and all rates shall be in accordance with the fee schedule set forth in Exhibit A. Total
compensation under this Agreement shall not exceed six hundred ten thousand dollars ($610,000.00)
without a written amendment to this Agreement. Contractor shall not be entitled to bill at overtime and/or
double time rates for work done outside of normal business hours unless specifically authorized in writing
by County.
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
3
Freedom Park Playground Procurement and Installation
a. Payment will be made for Equipment and Services satisfactorily performed within thirty
(30) days of receipt of a proper and accurate invoice from Contractor. All invoices shall include detail
regarding the hours spent, tasks performed, who performed each task and such other detail as County may
request.
b. If, at any time during the term or after termination or expiration of this Agreement,
County reasonably determines that any payment made by County to Contractor was improper because the
Equipment or Services for which payment was made were not provided or performed as set forth in this
Agreement, then upon written notice of such determination and request for reimbursement from County,
Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this
Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County.
c. County will not withhold any taxes from monies paid to the Contractor hereunder and
Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to
payments made pursuant to the terms of this Agreement.
d. Notwithstanding anything to the contrary contained in this Agreement, County shall have
no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any
period after December 31 of any year, without an appropriation therefor by County in accordance with a
budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the
Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the
TABOR Amendment (Colorado Constitution, Article X, Sec. 20).
6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any
subcontractor agreements for the performance of any of the Services or additional services without
County’s prior written consent, which may be withheld in County’s sole discretion. County shall have
the right in its reasonable discretion to approve all personnel assigned to the subject Project during the
performance of this Agreement and no personnel to whom County has an objection, in its reasonable
discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by
County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor
by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities
which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and
Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions
of its agents, employees and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and expense, the
following insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
i. Workers’ Compensation insurance as required by law.
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
4
Freedom Park Playground Procurement and Installation
ii. Auto coverage with limits of liability not less than $1,000,000 each accident
combined bodily injury and property damage liability insurance, including coverage for owned, hired, and
non-owned vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products/completed operations, broad form property damage with limits of
liability not less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be endorsed to
include Eagle County, its associated or affiliated entities, its successors and assigns, elected officials,
employees, agents and volunteers as additional insureds. A certificate of insurance consistent with the
foregoing requirements is attached hereto as Exhibit B.
ii. Contractor’s certificates of insurance shall include subcontractors, if any as
additional insureds under its policies or Contractor shall furnish to County separate certificates and
endorsements for each subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that the County is relying on, and does
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights,
immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time
amended, or otherwise available to County, its affiliated entities, successors or assigns, its elected
officials, employees, agents and volunteers.
v. Contractor is not entitled to workers’ compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation
coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal
and state income tax on any moneys paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its
officers, agents and employees against any losses, claims, damages or liabilities for which County may
become subject to insofar as any such losses, claims, damages or liabilities arise out of, directly or
indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor or any
of its subcontractors hereunder; and Contractor shall reimburse County for reasonable attorney fees and
costs, legal and other expenses incurred by County in connection with investigating or defending any such
loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties
against the County to the extent that County is liable to such third party for such claims without regard to
the involvement of the Contractor. This paragraph shall survive expiration or termination hereof.
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
5
Freedom Park Playground Procurement and Installation
9. Ownership of Documents. All documents (including electronic files) and materials obtained
during, purchased or prepared in the performance of the Services shall remain the property of the County
and are to be delivered to County before final payment is made to Contractor or upon earlier termination
of this Agreement. Further, Contractor shall execute any bill of sale or other documents required by
County to transfer title of the Equipment to County. Contractor shall provide copies of any instruction or
operations or care manuals and shall further provide copies of any manufacturer's warranties associated
with the Equipment.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i)
personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii)
when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their
respective addresses listed below, or (iv) when transmitted via e-mail with confirmation of receipt. Either
party may change its address for purposes of this paragraph by giving five (5) days prior written notice of
such change to the other party.
COUNTY:
Eagle County, Colorado
Attention: Ron Siebert
Post Office Box 850
Eagle, CO 81631
3289 Cooley Mesa Road
Gypsum, CO 81637
Telephone: 970-328-8881
E-Mail: ron.siebert@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
E-Mail: atty@eaglecounty.us
CONTRACTOR:
Star Playgrounds
9892 Titan Park Circle, Unit 1
Littleton, CO 80125
Telephone: 303-791-7626
E-Mail: hannah@starplaygrounds.com
11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any
reason, with or without cause, and without penalty therefor with seven (7) calendar days’ prior written
notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
6
Freedom Park Playground Procurement and Installation
County with all documents as defined in paragraph 9 hereof, in such format as County shall direct and
shall return all County owned materials and documents. County shall pay Contractor for Services
satisfactorily performed to the date of termination.
12. Venue, Jurisdiction and Applicable Law. Any and all claims, disputes or controversies related to
this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado,
which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and
interpreted under and shall be governed by the laws of the State of Colorado.
13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or
more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the
same instrument. The parties approve the use of electronic signatures for execution of this Agreement.
Only the following two forms of electronic signatures shall be permitted to bind the parties to this
Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the
image of the signature of an authorized signer inserted onto PDF format documents. All documents must
be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform
Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the intended purpose and use of the Equipment,
nature and extent of the Services to be provided hereunder and the Property, and with all local conditions,
federal, state and local laws, ordinances, rules and regulations that in any manner affect cost, progress, or
performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as he
deems necessary for the performance of the Services.
c. To the extent possible, Contractor has correlated the results of such observations,
examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given County written notice of all conflicts, errors,
or discrepancies.
e. Contractor shall be responsible for completeness and accuracy of the Services and shall
correct, at its sole expense, all significant errors and omissions in performance of the Services. The fact
that the County has accepted or approved the Equipment and/or Services shall not relieve Contractor of
any of its responsibilities. Contractor shall perform the Services in a skillful, professional and competent
manner and in accordance with the standard of care, skill and diligence applicable to contractors
performing similar services. Contractor represents and warrants that it has the expertise and personnel
necessary to properly perform the Services and shall comply with the highest standards of customer
service to the public. Contractor shall provide appropriate supervision to its employees to ensure the
Services are performed in accordance with this Agreement. This paragraph shall survive termination of
this Agreement.
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
7
Freedom Park Playground Procurement and Installation
f. Contractor hereby represents and warrants that the Equipment will be new and will
perform the Services in a good and workmanlike manner and guarantees all Work against defects in
materials or workmanship for a period of one (1) year from the date the Work is accepted by County, or
such longer period as may be provided by the law or as otherwise agreed to by the parties.
g. All guarantees and warranties of Equipment furnished to Contractor or any subcontractor
by any manufacturer or supplier are for the benefit of County. If any manufacturer or supplier of any
Equipment furnishes a guarantee or warrantee for a period longer than one (1) year, then Contractor’s
guarantee or warrantee shall extend for a like period as to such Equipment.
h. Contractor warrants that title to all Work and Equipment shall pass to County either by
incorporation into the Property or upon receipt by Contractor of payment from County (whichever occurs
first) free and clear of all liens, claims, security interests or encumbrances. Contractor further warrants
that Contractor (or any other person performing Work) purchased all Equipment free and clear of all
liens, claims, security interests or encumbrances. Notwithstanding the foregoing, Contractor assumes all
risk of loss with respect to the Equipment until the Equipment is installed and County has inspected and
approved the same.
i. Within a reasonable time after receipt of written notice, Contractor shall correct at its
own expense, without cost to County, and without interruption to County:
i. Any defects in materials or workmanship which existed prior to or during the
period of any guarantee or warranty provided in this Agreement; and
ii. Any damage to any other Work or property caused by such defects or the
repairing of such defects.
j. Guarantees and warranties shall not be construed to modify or limit any rights or actions
County may otherwise have against Contractor in law or in equity.
k. Contractor agrees to work in an expeditious manner, within the sound exercise of its
judgment and professional standards, in the performance of this Agreement. Time is of the essence with
respect to this Agreement.
l. This Agreement constitutes an agreement for performance of the Services by Contractor
as an independent contractor and not as an employee of County. Nothing contained in this Agreement
shall be deemed to create a relationship of employer-employee, master-servant, partnership, joint venture
or any other relationship between County and Contractor except that of independent contractor.
Contractor shall have no authority to bind County.
m. Contractor represents and warrants that at all times in the performance of the Services,
Contractor shall comply with any and all applicable laws, codes, rules and regulations.
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
8
Freedom Park Playground Procurement and Installation
n. This Agreement contains the entire agreement between the parties with respect to the
subject matter hereof and supersedes all other agreements or understanding between the parties with
respect thereto.
o. Contractor shall not assign any portion of this Agreement without the prior written
consent of the County. Any attempt to assign this Agreement without such consent shall be void.
p. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto
and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all
rights and obligations hereunder are reserved solely for the parties, and not to any third party.
q. No failure or delay by either party in the exercise of any right hereunder shall constitute a
waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding
breach.
r. The invalidity, illegality or unenforceability of any provision of this Agreement shall not
affect the validity or enforceability of any other provision hereof.
s. The signatories to this Agreement aver to their knowledge no employee of the County has
any personal or beneficial interest whatsoever in the Services or Property described in this Agreement.
The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree
with the performance of the Services and Contractor shall not employ any person having such known
interests.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
9
Freedom Park Playground Procurement and Installation
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
COUNTY OF EAGLE, STATE OF COLORADO,
By and Through Its BOARD OF COUNTY
COMMISSIONERS
By: ______________________________
Jeanne McQueeney, Chair
Attest:
By: _____________________________
Regina O’Brien, Clerk to the Board
CONSULTANT
STAR PLAYGROUNDS
By: _____________________________________
Print Name: ______________________________
Title: ___________________________________
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
Erin Starr
COO
Sales Representative:Equipment Manufacturers:
Freedom Park
Option 5
EXHIBIT A
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
Sales Representative: Equipment Manufacturers:
Freedom Park
Option 5
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
Sales Representative: Equipment Manufacturers:
Freedom Park
Option 5
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
Sales Representative: Equipment Manufacturers:
Freedom Park
Option 5
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
Sales Representative: Equipment Manufacturers:
Freedom Park
Option 5
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
Sales Representative: Equipment Manufacturers:
Freedom Park
Option 5
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
Sales Representative: Equipment Manufacturers:
Freedom Park
Option 5
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
Sales Representative: Equipment Manufacturers:
Freedom Park
Option 5
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
Sales Representative:Equipment Manufacturers:
Freedom Park
Option 5
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
48"
1,22M
48"
1,22M
GLIDE
SLIDE
ROCK
CLIMBER
NATURE
LOG
TUBE
POST
MOUNT
WHEEL
BEDROCK
TRANSFER
STATION
PLAYWOOD
PEAK
ROOF
BEANSTALK
CLIMBER
ROPE NET
CLIMBER
NATURE
TUNES
(post)
SLITHER
SLIDE
CLIMB & SLIDE
PANEL
PRETEND PLAY
PANEL
FIRSTPLAY
FP-525-FTD
6-23 MONTH
4 BAY ARCH SWINGS
WITH 4 BELT SEATS
1 SWING-ALONG SEAT AND 1 ADA SEAT
WAVE RI
D
E
R
S
E
E
S
A
W
2 BAY ARCH SWING
W/ 4 TOT SEATS
CHIPMUNK
SPRINGMATE
BEAR OVER
LOG CLIMBERPUP TENT
CLIMBER
SIL
L
Y
T
R
E
E
PL
A
Y
H
O
U
S
E
ID SCULPTURES
HOME TREE
DUCK
SPRINGMATE
PIP SURFACING
PIP SURFACING
NUV
O
TRAN
S
F
E
R
STATI
O
N
48"
1,22M
96"
2,44M
72"
1,83M
24"
0,61M
84"
2,13M
BABB
L
E
-
O
N
NATU
R
E
S
O
U
N
D
S
PANE
L
(
d
e
c
k
)
WIND
O
W
P
L
A
N
T
E
R
PANE
L
(
g
r
o
u
n
d
)
NATU
R
E
SLITH
E
R
SLID
E
WILD
W
O
O
D
CLIM
B
E
R
PLAY
W
O
O
D
PEAK
R
O
O
F
ADA
STAI
R
S
ADA
STAI
R
S
NATU
R
E
SLIT
H
E
R
SLIDE
TWIS
T
E
D
CLIM
B
E
R
BABB
L
E
-
O
N
PLAY
W
O
O
D
BARR
I
E
R
PLAY
W
O
O
D
BARR
I
E
R
(
d
e
c
k
)
TREE
H
O
U
S
E
DOO
R
W
A
Y
(groun
d
)
SLIT
H
E
R
SLIDE
MAG
N
I
F
Y
I
N
G
PANE
L
(groun
d
)
24" (6
1
0
m
m
)
R
I
S
E
FUNN
E
L
ADVE
N
T
U
R
E
TUBE
SMAL
L
U
N
I
T
Y
STEP
P
E
R
S
(Qty.
5
)
MEDI
U
M
U
N
I
T
Y
STEP
P
E
R
S
(Qty.
3
)
PLAY
W
O
O
D
PEAK
R
O
O
F
ROCKBLOCKSARCHW/ DECKROCKBLOCKS60" (1,53M)ENDWALLROCKBLOCKSHOOPSCLIMBERROCKBLOCKSZIG-ZAGSLIDEROCKBLOCKS84" (2,13M)ENDWALLROCKBLOCKS90° WALL(84" to 60")(2,13M to 1,53M)ROCKBLOCKSDIAGONALCLIMBERROCKBLOCKSDIAGONALCLIMBERROCKBLOCKSARCHW/ DECKROCKBLOCKS84" (1,53M)KINKED WALLUNITY LARGE
CANOPY
3 BOULDER CLIMBER
Total Elevated Play Activities:
Total Ground-Level Play Activities:
Accessible
Elevated
Activities
Accessible
Ground-Level
Activities
Accessible
Ground-Level
Play Types
Required
Provided ADA SCHEDULE16
8
12
18
7
17
6
7
B
Paper Size
USER CAPACITY:AGE GROUP:
AREA:PERIMETER:
EQUIPMENT SIZE:
USE ZONE:
DATE:
SCALE:PROJECT NO:
FALL HEIGHT:
*PLAYGROUND SUPERVISION REQUIRED
DRAWN BY:
ASTM F1487-
CPSC #325 FREEDOM PARK - OPTION 5EAGLE, COXX-XXXXX.DIR 3/16"=1'-0"
ABERUBE
8/5/2022
SEE DWG
SEE DWG
13,996 SqFt.633 Ft.
8 Ft.
223 6-23mo, 2-5, 5-12
17
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
Qty Item Description Unit Price Amount
EFI Price includes equipment, freight and factory certified installation.
1.0 Remove/Disp Removal and disposal of all equipment and surfacing $ 38,429.00 $ 38,429.00
1.0 PWPM Playworld Playmakers Custom Playstructure; Based on Design 500-1906 $ 101,796.00 $ 101,796.00
1.0 Playworld Boulders with rope course - Tower, Castle and Ridge $ 94,689.00 $ 94,689.00
1.0 ID Sculptures - Home Tree $ 31,497.00 $ 31,497.00
2.0 PW 350-BAS Playworld Unity 2 bay Basket Swing $ 7,416.00 $ 14,832.00
1.0 PW RB Custo Playworld Rock Blocks Adventure Canyon; Design RB-1015 $ 54,264.00 $ 54,264.00
1.0 PWCH Playworld Challengers "Natural Nook" Playstructure; Design 350-2025 $ 43,752.00 $ 43,752.00
2.0 PW 0737 Playworld Spring Mates - Chipmunk & Turtle $ 2,160.50 $ 4,321.00
1.0 PW 0596 Playworld Duo Seesaw with Backrest $ 5,126.00 $ 5,126.00
1.0 PW 0885 Playworld PlayTown S illy Tree $ 15,614.00 $ 15,614.00
1.0 Playtime Playworld/Softplay Black Bear Sleeping Over Climbing Tunnel $ 13,529.00 $ 13,529.00
1.0 PW 0409 Playworld Systems Pup Tent Climber $ 7,287.00 $ 7,287.00
1.0 PW FP-525 Playworld PlayDesigns First Play Design #5 $ 8,830.00 $ 8,830.00
7.0 PW 0480 Playtown Butterfly Climber $ 891.86 $ 6,243.00
1.0 Playworld 3.5" 3-Bay Arch Swingset with (4) Belt Swing Seats, (1) $ 11,784.00 $ 11,784.00
Accessible Seat and (1) Swing Along Seat
1.0 Playworld 3.5" 2-Bay Arch Swingset with (4) Tot Swing Seats $ 7,642.00 $ 7,642.00
1.0 PW 0187 Playworld Unity Large Canopy $ 13,311.00 $ 13,311.00
12.0 PW 0038 Playworld Wear Mats 3'x3'x1-1/2" for high use areas $ 306.92 $ 3,683.00
Playground Surfacing
4 ,000.0 Partial PIP option: 11,00 sq ft of EWF at 12" compacted depth over fabric $ 8.38 $ 117,319.00
and 3,000 sq ft at 3.5" for 8' FH over compacted roadbase.
Moblization discount $- 2,250.00
1.0 NOTE2: Site security includes snow fence only. Chain link available at additional
cost.
Q11038H
Sep 8, 2022
Project:
Eagle County
3289 Cooley Mesa Road
Building A
Gypsum, CO 81637
TOTAL $ 591,698.00
Sales Tax
Subtotal $ 591,698.00
Proposed For/Bill To:
Freedom Park
0450 Miller Ranch Roa
Edwards, CO 81632
970-328-8881
Eagle County
Contact Name
EmailPhone
Addie L. Berube
Ron Siebert
Cust ID:
1
addie@starplaygrounds.com
ron.seibert@eaglecounty.us
Star Playgrounds
9892 Titan Park Circle, Unit 1, Littleton, CO 80125
Office: 303.791.7626 www.starplaygrounds.com
Page:
Quote Number:
Quote Date:
Sales Rep:
Playground Equipment * Site Furnishings * Shade Structures * Surfacing
See Terms & Conditions on last page
QUOTATIONDocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
Purchase Terms
• Prices are valid for 30 days unless otherwise indicated.
• Unless specifically listed, pricing does not include taxes, prevailing wages,
payment/performance bonds, permits, 3rd party audits or private locates.
• Any applicable taxes or fees will be added to the final invoice unless a tax-
exempt certificate is provided.
• A 50% deposit required at time of order unless expressly waived by Star
Playgrounds.
• Orders under $1,000.00 require payment in full to initiate.
• Balances are due 30 days from date of final completion, or ship date for
direct ship orders.
• Late fees/interest at the rate of 18% per annum (1.5% monthly), will be
charged on all accounts 60 days past due.
• Pricing is CASH pricing and includes a 3.5% discount. Use of a credit card,
or other non-cash basis of payment will remove this discount.
• Pricing quoted is based on our standard insurance certificate. If additional
coverages are required, pricing subject to change.
• A 25% restocking fee, plus any return freight charges apply to orders
canceled more than 5 business days from date on page one.
• Customer agrees to pay all costs incurred in the collection of this account,
including accrued interest, and all fees and costs of collection, with or
without suit, including reasonable attorney’s fees and other costs.
Delivery
• Pricing does not include unloading, inventory, or storage of equipment
prior to installation unless noted.
• After 90 days, a storage fee equal to the trailer storage costs plus $350
per month will be assessed for all equipment stored.
• Stored equipment or delayed deliveries do not excuse the customer
from its obligation to pay under the same terms as the original delivery/
installation schedule.
Lead Times
• During these challenging times and due to issues beyond our control, we
are facing longer lead times than usual. Ship dates change continuously.
Please contact your sales rep for current estimated lead times.
• Star Playgrounds will not be responsible for changes in lead times and will
not accept responsibility for damages due to project delays out of their
control.
Installation
• Installation is not included unless expressly noted. It is the customer’s
responsibility to assemble, install and use the products safely and in
accordance with the manufacturer’s instructions unless expressly agreed
otherwise by Star Playgrounds. Customer is responsible for unloading
and verifying that the shipment is in complete and good condition if we
are not providing installation. Star Playgrounds is not responsible for any
shipping damages if they are not noted to the trucking company at the
time of delivery. Damaged/short shipments must be reported within 24
hours. Lift-gates are not guaranteed, even if requested and drivers are not
required to help unload.
• Pricing excludes turf protection/reparation unless otherwise noted.
• Owner is responsible for providing water, power and direct truck access to
site for installation. Failure to properly prepare the site by the scheduled
date of installation will result in liquidated damages of $250 per day.
• Skidsteers and heavy equipment can leave marks on concrete during
installation, unloading or tear out. Star Playgrounds will sweep/clean
upon completion but is not responsible for repairs. Some marks may
remain visible but will fade over time.
• TRAFFIC CONTROL Any traffic control that is needed for a project is the
customer’s responsibility.
• SITE PREPARATION Pricing excludes all site preparation, including but
not limited to: grading, excavation, curbing, ramps and drainage unless
otherwise noted. If customer is preparing site, pricing assumes that site
has been prepared to the proper depth, and that grade/slope does not
exceed 1-2% in any direction.
• ROCK Pricing is based on normal soil conditions. In the event that
soil, or rock conditions interfere with normal installation time and
procedures, additional fees and change orders may apply. Should
the situation arise, problems & solutions will be discussed with the
customer prior to incurring any additional costs.
• LANDSCAPING/IRRIGATION/UTILITY Star Playgrounds will obtain main
utility locates from 811. Owner is responsible for locating private and
all other utilities, irrigation and drainage system components. Please
turn off sprinkler systems one week prior to installation to avoid site
damage due to wet ground. Customer agrees that Star Playgrounds,
its employees and/or subcontractors are not liable for any damage
done to any type of underground utilities, including but not limited to
sewer, electrical, telecommunications, or landscaping sprinkler lines/
heads on the site chosen by the customer. The customer further agrees
that without properly marked utility and irrigation lines, the customer
shall be responsible for costs incurred to repair any damages, all costs
for medical treatment in the event of injury, and any related costs due to
delay in the project. In the unlikely event that Star Playgrounds damages
any utilities, we will help facilitate repair, but will not be solely responsible
for any repair costs or held liable for project delays.
Shade
• Footers and required fasteners are included unless otherwise noted.
• Site plan approval, permits, permit fees, plans, engineering drawings, and
surveying are specifically excluded unless otherwise noted.
• Electrical, other cutouts and ornamentation are not included unless noted.
• Sealed Engineered Drawings and Calcs are version Colorado IBC 2018
unless otherwise noted.
• Local code requirements are not the responsibility of Star Playgrounds.
• Star Playgrounds will install shade in accordance with the customer’s
requests. This includes location and height. Note, when determining the
location for your shade sail, it is important to keep in mind the movement
of the sun across the sky throughout the day. The shade shadow will, of
course, move as the sun moves. Star Playgrounds will not move/rotate
shade at no cost if desired shadow is not achieved on initial installation.
• Manufacturer recommends removing shade fabric in the winter months.
Surfacing/Drainage
• Customer is responsible for identifying drainage issues before installation.
• Star Playgrounds is not responsible for drainage issues caused by
extraordinary weather, natural settling or uncontrollable circumstances.
• CONCRETE Concrete forms can leave voids after removal. Gaps between
old and new concrete may also occur. Concrete will be poured when
weather is appropriate, but we are not responsible for acts of God.
Cracking is typical and does not affect the integrity of the concrete.
• POURED-IN-PLACE (PIP) Some colors of PIP surfacing are subject to
“ambering”. Ask your sales rep if your color choice is included. Due to our
climate, perimeter gaps and graphic seams are typical and do not affect
the integrity of the surfacing and will not be a warranty issue.
• TURF Turf will be installed to manufacturer’s specifications, however
occasionally seams may be visible. This does not affect the integrity of the
surfacing and will not be a warranty issue.
General Terms
• Site security includes orange temporary (snow) fence only. Chain link
available at additional cost.
• Multiple phases/mobilizations are not included unless noted. This includes
installing shade fabrics.
• Prices are inclusive of all components listed. If additions/subtractions are
made, prices may change.
• Renderings, color choices and custom items are conceptional only and
delivered/installed product may vary.
Contact your sales rep named on page one for questions,
clarifications or details on any of these Terms & Conditions.
All Quotations and Sales Orders will be subject to the following terms and conditions. Your signature on page one indicates acceptance of these terms.
TERMS & CONDITIONS
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
INSR ADDL SUBR
LTR INSD WVD
PRODUCER CONTACT
NAME:
FAXPHONE
(A/C, No):(A/C, No, Ext):
E-MAIL
ADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY)
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
EACH OCCURRENCE $
DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence)
MED EXP (Any one person)$
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $
PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT
OTHER:$
COMBINED SINGLE LIMIT
$(Ea accident)
ANY AUTO BODILY INJURY (Per person)$
OWNED SCHEDULED
BODILY INJURY (Per accident)$AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE
$AUTOS ONLY AUTOS ONLY (Per accident)
$
OCCUR EACH OCCURRENCE
CLAIMS-MADE AGGREGATE $
DED RETENTION $
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / N
N / A
(Mandatory in NH)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03)
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
The ACORD name and logo are registered marks of ACORD
STARP-1 OP ID: RCL
07/08/2022
Bill Hodgkins
Cooper Insurance Service, Inc
Playground Book
P.O. Box 638
Lapel, IN 46051
Bill Hodgkins
765-534-3152 765-534-2067
BILLH@COOPERINDIANA.COM
Cincinnati Specialty Un Ins Co
Cincinnati Indemnity Company
Star Playgrounds
Just Be You, Inc. dba
9892 Titan Park Circle
Littleton, CO 80125
A X 1,000,000
X X CSU0148960 04/01/2022 04/01/2023 100,000
5,000
1,000,000
3,000,000
X 3,000,000
1,000,000B
X X EBA0656549 06/09/2022 06/09/2023
X X
X 2,000,000
X
A
CSU0185750 04/01/2022 04/01/2023 2,000,000
XB
EWC0656550 06/09/2022 06/09/2023 1,000,000
1,000,000
1,000,000
A CSU0148960 04/01/2022 04/01/2023 Occur.1,000,000
(Professional)Agg.3,000,000
Eagle County, its associated or affiliated entities, its successors and
assigns, elected officials, employees, agents and volunteers as additional
insureds for general liability and auto liability per forms CSGA 437 1213
and AA 288 0602, respectively (attached).
EAGLECO
Eagle County
3289 Cooley Mesa Road
Gypsum, CO 81637
765-534-3152
13037
Errors & Omissions
B
EXHIBIT
DocuSign Envelope ID: 57D69101-AE64-4EE3-94E6-AB5BF302BCF7