HomeMy WebLinkAboutR2022-141 2022-06-27DocuSign Envelope ID: 48078C28-69B0-459E-8B3A-8DBEB30071C7
RESOLUTION NO. R2022-141
A Resolution of the City Council of the City of Pearland, Texas, renewing a
unit supply contract for the purchase of Debris Monitoring Services with
Thompson Consulting Service, for the period of July 11, 2022 to July 10, 2023.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That the City previously obtained bids for Debris Monitoring Services.
Section 2. That the City Council hereby renews a contract with Thompson Consulting
Service, in the unit supply amounts reflected in Exhibit "A" attached hereto.
Section 3. The City Manager or his designee is hereby authorized to execute a contract
for Debris Monitoring Services.
PASSED, APPROVED and ADOPTED this the 27th day of June, A.D., 2022.
DocuSigned by:
�t
J k k(�2L E
MAYOR
ATTEST:
DocuSigned by:
LE§LTEttrTENDEN
CITY SECRETARY
APPROVED AS TO FORM:
DocuSigned by:
P-S-CAs9SBB-1- 46.6...
DARRIN M. COKER
CITY ATTORNEY
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
Exhibit A
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SERVICE CONTRACT NO. 0220-23
Post Disaster Debris Monitoring Services
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home -rule
municipal corporation ("City") and Contractor ("Contractor"), and consisting of the following parts:
I. Summary of Contract Terms
II. Signatures
III. Standard Contractual Provisions
IV. Special Terms and Conditions
V. Additional Contract Attachments
I. Summary of Contract Terms.
Contractor:
Description of Services:
Contract Amount:
Effective Date:
End Date:
Renewals:
Resolution No/Bid No:
II. Signatures
p.LTycigERJEARLAND
Thompson Consulting Services, LLC
2601 Maitland Center Parkway
Maitland, FL 32751
Contractor will provide post disaster debris monitoring services
for the City of Pearland, as needed, per specifications of Bid No.
0220-23.
Unit Price Contract, based on activation with notice to proceed
July 11, 2022
July 10, 2023
0
Bid No. 0220-23
CONTRACTOR
6/29/2022 112:28 PM CDT --,
4Eb4ttlUZZUC4yb...
Purchasing Officer
DocuSigned by:
pc,arsbin,
---soszooMtueeaea ..
Date Title: President
6/29/2022 I 1:25 PM E57 _
*Signed by: Date
Superintendent/Manager
Director
Deputy/Assistant City Manager
City Manager
*City Contract Signature Authority:
June 23, 2022
Superintendent/Manager — up to $10,000
Director - $10,001 - $30,000
City Manager/Deputy/Assistant City Manager - $30,001 +
City Council Resolution over $50,000
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 1 of 7
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
III. Standard Contract Provisions
WHEREAS, Contractor has bid to provide Services ("Services") in response to Request for
Bid/Proposal or Bid No. 0220-23 ("Solicitation"), which Solicitation includes the required scope of
work and all specifications and which Solicitation and the Contractor's bid or proposal response, as
applicable, are incorporated by reference in this Contract as Exhibits 1 and 2, respectively, as if
each were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Services in accordance with the attached Scope of Work, as
detailed in Attachment A, the content of which is incorporated by reference into this Contract
as if fully set out here in its entirety, and in accordance with Exhibit 2.
2. Term. This Contract is for one (1) year, with performance commencing upon the effective
date or the date of issuance of the notice to proceed issued by the Contract Administrator or
the Purchasing Division, or upon the performance date listed in the notice to proceed,
whichever is later. The parties may mutually extend the Term of this Contract for up to 0
additional one-year periods ("Option Period(s)"), provided, the parties do so by written
amendment prior to the expiration of the original term or the then -current Option Period. The
City's extension authorization must be executed by the City Manager or designee.
3. Compensation and Payment. This Contract is for an amount not to exceed $500,000.00,
which the City will only pay the actual amount for services rendered, subject to approved
extensions and changes. Payment will be made for Services completed and accepted by the
City within thirty (30) days of acceptance, subject to receipt of an acceptable invoice.
Contractor shall invoice no more frequently than once per month. All pricing must be in
accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content
of which is incorporated, in its entirety, by reference into this Contract. Any amount not
expended during the initial term or any option period may, at the City's discretion, be allocated
for use in the next option period.
Invoices will be emailed to the following email address with a copy provided to the Contract
Administrator:
City of Pearland
Attn: Accounts Payable
Email: accountspayable@pearlandtx.gov
4. Contract Administrator. The Contract Administrator designated by the City is responsible
for approval of all phases of performance and operations under this Contract, including
deductions for non-performance and authorizations for payment. The City's Contract
Administrator for this Contract is as follows:
Name: Sue Ellen Arredondo
Department: Engineering & Public Works
Phone: 281.652.1946
Email: sarredondo@pearlandtx.gov
5. Insurance; Bonds.
(A) Before performance can begin under this Contract, the Contractor must deliver a
Certificate of Insurance ("COI"), as proof of the required insurance coverages, to the
Service Contract Standard Form Page 2 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
City's Contract Administrator. Additionally, the COI must state that the City shall be
provided no less than thirty (30) days' advance written notice of cancellation, material
change in coverage, or intent not to renew any of the policies. The City must be named
as an additional insured. The City Attorney must be given copies of all insurance
policies within ten (10) days of the City Manager or his designee's written request.
Insurance requirements are as stated in Attachment C, the entirety of which is
incorporated by reference into this Contract.
(B) Contractor shall provide any required payment bond, performance bond, or both, prior
to commencement of performance under this Contract. The terms, conditions, and
amounts of the bonds and appropriate surety information shall be included in the
RFB/RFP or as may be added to Attachment C, and such content, the entirety of
which, shall be incorporated into this Contract.
6. Purchase Release Order. For multiple -release purchases of Services provided by the
Contractor over a period of time, the City will exercise its right to specify time, place and
quantity of Services to be delivered in the following manner: the authorized City department
or division shall send to Contractor a purchase release order signed by an authorized agent
of the department or division. The purchase release order shall refer to this Contract, and
Services shall not be rendered until the Contractor receives the signed purchase release
order.
7. Inspection and Acceptance. City may inspect all Services and products supplied before
acceptance. Any Services or products that are provided but not accepted by the City must be
corrected or re -worked immediately at no charge to the City. If immediate correction or re-
working at no charge cannot be made by the Contractor, a replacement service may be
procured by the City on the open market and any costs incurred, including additional costs
over the item's bid/proposal price, shall be paid by the Contractor within thirty (30) days of
receipt of City's invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Contract are new, quality
items that are free from defects, fit for their intended purpose, and of good material and
workmanship. The Contractor warrants that it has clear title to the products and that
the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Contract shall be warranted by the
Contractor or, if indicated in Attachment D by the manufacturer, for the period stated
therein. Attachment D, the entirety of which, is attached to this is incorporated into this
Contract.
(C) Contractor warrants that all Services will be performed in accordance with the standard
of care used by similarly situated contractors performing similar services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule
are estimates only and do not obligate the City to order or accept more than the City's actual
requirements nor do the estimates restrict the City from ordering less than its actual needs
during the term of the Contract including any Option Period. Substitutions and deviations from
the City's product requirements or specifications are prohibited without the prior written
approval of the Contract Administrator.
10. Non -Appropriation. The continuation of this Contract after the close of any fiscal year of the
City, which fiscal year ends on September 30th annually, is subject to appropriations and
Service Contract Standard Form Page 3 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
budget approval specifically covering this Contract as an expenditure in said budget, and it is
within the sole discretion of the City's City Council to determine whether or not to fund this
Contract. The City does not represent that this budget item will be adopted, as said
determination is within the City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor shall perform all work required by this Contract as an
independent contractor and will furnish such Services in its own manner and method, and
under no circumstances or conditions will any agent, servant or employee of the Contractor
be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts
or utilize the services of subcontractors unless the subcontractors were identified in the
bid/quote/proposal or approved by the Contract Administrator.
13. Amendments. This Contract may be amended or modified only in writing and executed by
authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this Contract
waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes,
unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be
provided proof of payment of these taxes within 15 days of such request.
16. Notice. Any notice required under this Contract must be given by hand delivery, or certified
mail, postage prepaid, and is deemed received on the day hand -delivered or on the third day
after postmark if sent by certified mail. Notice must be sent as follows:
IF TO CITY:
City of Pearland
Attn: Laurie Rodriquez
Title: Environmental Services Superintendent
Address: 3501 East Orange Street, Pearland, TX 77581
Phone: 281.652.1813
IF TO CONTRACTOR:
Thompson Consulting Services
Attn: Jon Holyle
Title: President
Address: 2601 Maitland Center Parkway, Maitland FL 32751
Phone: 407-792-0018
17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT
DOCUMENT THAT LIMITS THE CONTRACTOR'S LIABILITY TO THE CITY OR
RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR
COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE
PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR
CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS
CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT.
EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE
CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS
RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY
Service Contract Standard Form Page 4 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM
THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF
THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION
DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO
IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS
CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD -
PARTY DEFENDANT AS ALLOWED BY LAW.
18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to
resolve any disputes that may arise between them regarding this Contract. If either party
disputes any matter relating to this Contract, the parties agree to try in good faith, before
bringing any legal action, to settle the dispute by submitting the matter to mediation before a
third party who will be selected by agreement of the parties. The parties will each pay one-half
of the mediator's fees.
19. Attorney's Fees. Should either party to this Contract bring suit against the other party for
breach of contract or for any other cause relating to this Contract, neither party will seek or be
entitled to an award of attorney's fees or other costs relating to the suit.
20. Termination.
(A) City Termination for Convenience. Under this paragraph, the City may terminate this
Contract during its term at any time for the City's own convenience where the
Contractor is not in default by giving written notice to Contractor. If the City terminates
this Contract under this paragraph, the City will pay the Contractor for all services
rendered in accordance with this Contract to the date of termination.
(B) Termination for Default. Either party to this Contract may terminate this Contract as
provided in this paragraph if the other party fails to comply with its terms. The party
alleging the default shall provide the other party notice of the default in writing citing
the terms of the Contract that have been breached and what action the defaulting party
must take to cure the default. If the party in default fails to cure the default as specified
in the notice, the party giving the notice of default may terminate this Contract by written
notice to the other party, specifying the date of termination. Termination of this Contract
pursuant this paragraph does not affect the right of either party to seek remedies for
breach of the Contract as allowed by law, including any damages or costs suffered by
either party.
21. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of
the owner's manual and/or preventative maintenance guidelines or instructions if available for
any equipment purchased by the City pursuant to this Contract. Contractor must provide such
documentation upon delivery of such equipment and prior to receipt of the final payment by
the City.
22. Limitation of Liability. The City's maximum liability under this Contract is limited to the total
amount of compensation listed in this Contract. In no event shall the City be liable for
incidental, consequential or special damages.
23. Assignment. No assignment of this Contract by the Contractor, or of any right or interest
contained herein, is effective unless the City Manager first gives written consent to such
assignment. The performance of this Contract by the Contractor is of the essence of this
Contract, and the City Manager's right to withhold consent to such assignment is within the
sole discretion of the City Manager on any ground whatsoever.
Service Contract Standard Form Page 5 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
24. Severability. Each provision of this Contract is considered to be severable and, if, for any
reason, any provision or part of this Contract is determined to be invalid and contrary to
applicable law, such invalidity shall not impair the operation of nor affect those portions of this
Contract that are valid, but this Contract shall be construed and enforced in all respects as if
the invalid or unenforceable provision or part had been omitted.
25. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract,
its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference
to the documents in the following order of priority:
A. this Contract (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor's bid response (Exhibit 2).
26. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code
Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of
Interested Parties" as part of this Contract if required by said statute for items approved by
the City Council.
27. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the
performance of this Contract. The applicable law for any legal disputes arising out of this
Contract is the law of the State of Texas, and such form and venue for such disputes is the
appropriate district, county, or justice court in and for Brazoria County, Texas.
28. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory
executing this contract on behalf of company verifies that the company does not boycott Israel
and will not boycott Israel during the term of this contract. This clause is subject to companies
with ten or more full time employees and the contract value is $100,000 or more that is to be
paid wholly or partially with public funds of the governmental entity.
29. Public Information Act Requirements. This paragraph applies only to Contracts that have
a stated expenditure of at least $1,000,000 or that result in the expenditure of at least
$1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code,
regarding certain entities requirement to provide contracting information to governmental
bodies in connection with a public information request, may apply to this contract and the
Contractor agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
30. Entire Agreement. This Contract constitutes the entire agreement between the parties
concerning the subject matter of this Contract and supersedes all prior negotiations,
arrangements, agreements, and understandings, either oral or written, between the parties.
IV. Special Terms and Conditions. None.
V. Additional Contract Documents
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 6 of 7
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/RFP/ Bid No. 0220-23
Exhibit 2: Contractor's Bid/Proposal Response
Service Contract Standard Form Page 7 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
ATTACHMENT A - SCOPE OF WORK
Scope of services shall consist of the contractor providing post disaster debris monitoring
services, on an as needed basis for the City of Pearland, per the specifications of Bid No.
0220-23.
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7O14
ATTACHMENT B - BID/PRICING SCHEDULE
LINE ITEMS
Thompson
Consulting
Services, LLC
Lino Description UOM QT?
Unit
1
PROJECT COORDINATORS
HR
1
$18.50
2
OPERATIONS MANAGERS
HR
1
$55.00
3
GIS ANALYST
HR
1
$42.00
4
ENVIRONMENTAL
COORDINATOR
Ill
1
$50.00
5
CI-rEDULER/EXPEDITORS
HR
1
$10.50
6
FIELD SUPERVISORS
HIS
$46.00
7
DATA MANAGER
HIS
$50.00
8
DEBRIS SITE/TOWER
MONITORS
HR1
$33.50
9
DEBRIS ROVING MONITORS
HR
1
$25.00
10
CREW MONITORS
HR
$34.00
11
LOAD TICKET DATA ENTRY
CLERKS (QA/QC
HR
1
$18.50
12
HEALTH AND SAFETY
MANAGER
HR
":3
ADMS SPECIALIST (FIELD
ADMS LOGISTICS)
HR
$40.00
4
DEBRIS MANAGEMENT
PLANNER/TRAINER
$65,00
15
FEDERAL GRANT SPECIALIST
(DEBRIS)
HR
18
ADMINISTRATJVE SUPPORT
STAFF
HR
1
$29.50
17
BILLING/INVOICE ANALYST
HR 1
$40.00
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
ATTACHMENT C - INSURANCE REQUIREMENTS
Contractors performing work on City property or public right-of-way for the City of
Pearland shall provide the City a certificate of insurance or a copy of their insurance
policy(s) evidencing the coverages and coverage provisions identified herein.
Contractors shall provide the City evidence that all subcontractors performing work on
the project have the same types and amounts of coverages as required herein or that
the subcontractors are included under the contractor's policy.
All insurance companies and coverages must be authorized by the Texas Department
of Insurance to transact business in the State of Texas and must be acceptable to the
City of Pearland.
Listed below are the types and amounts of insurances required. The City reserves the
right to amend or require additional types and amounts of coverages or provisions
depending on the nature of the work.
Type of Insurance
Amount of Insurance
Provisions
1.
Workers' Compensation
Employers' Liability
Statutory Limits
$100,000 per occurrence
City to be provided a WAIVER
OF SUBROGATION and 30 -day
notice of cancellation or
material change in coverage.
City to be listed as additional
insured and provided 30 -day
notice of cancellation or
material change in coverage.
City shall be provided 30 -day
notice of cancellation or
material change in coverage.
2.
Commercial General
(Public) Liability to include
coverage for:
a) Premises/Operations
b) Products/Completed
Operations
c) Independent
Contractors
d) Personal Injury
e) Contractual Liability
Personal Injury - $1,000,000 per
person; Property Damage -
$1,000,000 per occurrence;
General Aggregate -
$1,000,000
3.
Business Auto Liability to
include coverage for:
a) Owned/Leased
vehicles
b) Non -owned vehicles
c) Hired vehicles
Combined Single Limit -
$1,000,000
Certificate of Insurance forms may be sent to Purchasing Department.
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
ATTACHMENT D - WARRANTY
Items or services shall conform to the proposed specifications and all warranties
as stated in the Uniform Commercial Code and be free from all defects in
material, workmanship and title.
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
City of Pearland
3519 Liberty Drive
Pearland, Texas 77581
March 8, 2022
Thompson Consulting Services LLC
Attn: Jon Hoyle
1135 Townpark Avenue, Suite 2101
Lake Mary, FL 32746
j h oy leth o mpso n cs. net
RE: Contract Renewal #1
Debris Monitoring Services
City of Pearland Agreement Bid #0220-23
Mr. Hoyle,
The above referenced Contract expires on July 10. 2022. Pursuant to the Contract, contract renewals
are at the sole option of the City. This letter is to inform you that the City is exercising its right to renew
the Contract for a one-year period. which will begin immediately upon the expiration of the current term
and will end on July 10, 2023. All other terms and conditions of the Contract will remain unchanged.
Please return this signed acknowledgement letter, along with a copy of your current insurance
certificate, and current W-9 form to the address set forth below, acknowledging receipt of the
Notice of Contract Renewal.
If you have any questions concerning this Contract Renewal Notice, please contact me at the telephone
number listed below.
If you are interested in exercising this renewal option under the terms, conditions, and pricing: then
please sign on the following page, and return to me via email.
Should you have any questions, please contact me at (281)652-1751.
Sincerely,
Veronica Pena
Buyer
Page 1 of 2
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
Agreement to Renew Contract
Contract Renewal #1
Debris Monitoring Services
City of Pearland Agreement Bid #0220-23
By executing this document. contractor verifies:
1) That it desires to exercise the renewal option under the same terms, conditions, and pricing,
beginning July 11, 2022, through lib/ 10, 2023_.
2) that it does not boycott Israel, and agrees that during the term of this Contract will not boycott
Israel as that term is defined in Texas Government Code Section 808.001, as amended;
3) that, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section
2252.153, it does not appear on the Comptroller of the State of Texas listing of companies which
do business with Iran, Sudan or any Foreign Terrorist Organization, as identified under Section
806.051, Section 807,051 or Section 2253.253, listing of companies_
City of Pearland, Texas Thompson Consulting Services
Owner Contractor
Signature
Signature
Nathaniel Counsell
Printed Name Printed Name
Executive Vice President
Title Title
Page 2 of 2
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
CITY OF PEARLAND
STANDARD FORM OF AGREEMENT
APPENDIX B
House Bill 89 Verification
I, Ion Hoyle (Person name), the undersigned
representative (hereafter referred to as "Representative") of
Thompson Consulting Services, LLC (company or
business name, hereafter referred to as "Business Entity"), being an adult over the age
of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby
depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of Business
Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the
term of any contract that will be entered into between Business Entity and the City of
Pearland; and
3. That Representative understands that the term "boycott Israel" is defined by Texas
Government Code Section 2270.001 to mean 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.
SIGNATURE OF REPRE ENITATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this
6th day of May , 20,
r*rFr°tyr.. LYDIA'�tiA
.+ otar,, Dubuc - Stott of Flog-14a
Coimisslor = GG ]1k QC
My Corm Exrirrs May 11, 2On
:ireCt:nr ugh ',nor ot tiatar,,k5p%
f1t S_ Lydia Pena
Notar Public
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos. 1-4 and 6 it there are interested parties.
Camplele Nos, 1, 2, 3, 5, and 6 if there are no Interested parties.
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2022-882223
Date Filed:
05104/2022
Date Acknowledged:
1
Name of business entity filing form, anti the city, state and country of the business entity's place
of business.
Thompson Consulting Services, LLC
Maitland, FL United States
2
Name of governmental entity or state agency that is a party to the contract for which the farm is
being tiled.
City of Pearland
g
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.
0220-25
Debris Monitoring Services
4
Marne or Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling 1
Intermediary
Thompson Holdings. Inc.
Mobile, AL United States
X
5
if is Interested Party,
Cheek only there NO
.
6
UNSWORN DECLARATION
My name is Jon Hoe , and my dale of
birth is
07/07/1979
My address is 1437 Sarazens Place , Winter Park , FL
32792 , Orange.
(sheet) (cityt (stale) (zp code) (country)
I declare under penalty of perjury Ihal the foregoing is True and correct.
Executed in C)raii County, State or Florida , on the 6th day of May , 2022
(month) (year)
ig ature of authorized ageni of contracling business entity
(Dectaranl
Forms provided by Texas Ethics Commission
www,ethics.state.bt,us
Version V1.1.191b5cdc
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos. 1 - 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2022-882223
Date Filed:
05/04/2022
Date Acknowledged:
05/16/2022
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Thompson Consulting Services, LLC
Maitland, FL United States
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Pearland
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.
0220-23
Debris Monitoring Services
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Thompson Holdings, Inc.
Mobile, AL 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 V1.1.191b5cdc
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71 B7C14
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
Purchasing Department
281.652.1775
ebids(pearlandtx. Qvv
Contractor Insurance Requirements & Agreement
Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a
certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions
identified herein, Contractors shall provide the City evidence that all subcontractors performing work on the project
have the same types and amounts of coverages as required herein or that the subcontractors are included under the
contractor's policy.
All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact
business in the Slate of Texas and must be acceptable to the City of Pearland.
Listed below are the types and amounts of insurances required. The City reserves the right to amend or require
additional types and amounts of coverages or provisions depending on the nature of the work_
TYPE CF INSURANCE
AMOUNT OF INSURANCE
PROVISIONS
Workers' Compensation
Employers- Liability (WC)
Statutory Limits
$1,000.000 per occurrence
Commercial General (Public)
Liability (CGL) to include coverage
for:
a) Premises/Operations
b) Products/Completed
Operations
c) Independent Contractors
d) Personallnjury
e) Contractual Liability
Personal Injury - $1,000,000 per
person; Property Damage -
$1.000,000 per occurrence:
General Aggregate - $2,000,000
3 Business Auto Liability (BAL) to
include coverage for:
a) Owned/Leased vehicles
b) Non -owned vehicles
c) Hired vehicres
Combined Single Limit -
$1,000,000
For WC, GGL, and BAL. the City is
to be provided a WAIVER OF
SUBROGATION,
CGL and BAL, City to be listed as
additional insured and provided 30 -
day notice of cancellation or material
,change in coverage.
WC, CGL and BAL, City shall be
provided 30 -day notice of
cancellation or material change in
coverage.
CGL will include a non-contributory
addendum.
If the contract involves a professional service, the contractor will also be required to provide the City with professional
liability insurance in an amount of at least $1,000,000,
Certificate of Insurance forms may be emailed to: Purchasing Department at ebids a@aearlandtx.Cov. Questions
regarding required insurance should be directed to City of Pearland Purchasing Department, at
e b i d s@pe a rl andt x_ goo.
This form must be signed and returned with your bid/quotation. You are stating that you do have the required
insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of
insurance policy with the above requirements to the City A purchase order will not be issued without
evidence of required insurance.
Agreement
I agree to provide the above described insurance coverages within 10 working days if selected to perform work for
the City of Pearland. i also agree to provide the City evidence of insurance coverage on any and all subcontractors
performing work on the project
Prajectr$id# 0220-23
Company; Thompson Consulting Services, LLC
Signature and PrintedNarne:
Jon Hoyle
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3FSC71 B7C14
T
ACCORL.) CERTIFICATE OF LIABILITY INSURANCE
��
DATE [MMIDDII'YYYj
12/27/2021
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),
PRODUCER
BXS Insurance
CONTACT
NAME: Patty Savage
PHONE FAX
P.O. Drawer 228
Biloxi MS 39533
tNC, No, Ext}; 228-374-2000 (A)C, No}: 228-863-1957
ADDREss:patty.savage@bxsi.com
INSURER(S) AFFORDING COVERAGE HAIL k
INSURER A: Scottsdale Insurance Co
41297
ENSURED TIIDM1NC-03
Thompson Consulting Services, LLC
INSURER a: Valley Forme Insurance Company
20508
2601 Maitland Center Parkway
INSURER C: Trans.portation Insurance Company 20494
Maitland FL 32751
INSURER 0
INSURER E :
INSURER F
COVERAGES
CERTIFICATE NUMBER: 1600700582
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NO-TWI'€HSTANDING ANY REOUIREMENI, TERM OR CONDf1ION 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 fS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR TYPE OF INSURANCE
AODL SUBR
INSO ViVD
POLICY NUMBER
A X COMMERCIAL GENERAL LIABILITY • VRS00DSG20
B
Cl AIMS -MADE X ' OCCUR
GENT- AGGREGATE LIMIT APPLIES PER.
POL:CY . X jE , LOC
OTHER:
AUTOMOBILE LIABILITY
X ANY AUTO
OWNED
AUTOS ON€ Y
X I HIRED
1 AUTOS ONLY
X
BCEIEDIJI.FD
AUTOS
NON -OWNED
AUTOS ONLY
7097355745
POLICY EFF • POLICY EXP
{MMIDDIYYYY} • (MMIDDIYYYY]
1/1/2022 1/1/2023
LIMITS
FACE t OCCURRFNCF S 5,010[7,00[]
• DAMAGE TO RENTED
.• PREMISES (Es occU'rence)
MED EXP {My uric person]
PERSONAL & ADV INJURY
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGO
$100,IX]0
S 5,00[7
5 5,000,000
5 10,000,000
S 5,000,000
1/1/202.2. 111/2.02.3 COMBINED SINGI.E LIMIT S1,00[),000
(Ea accidunl)
BODILY INJURY (Per person} S
BODILY INJURY (Per accident) S
PROPERTY DAMAGE
(Per ae:Cider•FL
UMBRELLA LIAB
EXCESS LIAB
I OCCUR
CLAIMS -MADE
DEL) RETENTION'S
EACH OCCURRENCE
AGGREGATE
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
AN YPROP R ICTORfPARTN S RJE XEC U TIVE
OFF]C:ERIMEMRI-R EXCLUDED?
(Mandalory In NH)
IT yea. describe under
DESCRIPTION OF OPERATIONS below
YIN
N
NIA
2097355543
1/1/2022 1 /1/2023
X PER O-IH-
___ • STATUTE ER
EL. EACH ACCIDEN I
S 1,000,000
EL_ DISEASE - EA EMPLOYEE
S 1,000,000
E.L. DISEASE - POLICY LIMIT
S 1,00,000
A
Prufass'.enal Lab
Contractors Pnlluf:n
! iebilty
VRS0005820
1/1/2022
1/1/2023 I'er ClaimlAgg
• Per ClsimlAga
55 mill$10 mil
55 mill$10 Rill
DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES {ACORD 101, Additional Remarks Schedule, may be attached If more space Is regolred]
the City of Pearland is named as an additional insured on the General Liability and Auto policies when required by written contract. A Waiver of subrogation is
provided on all policies when required by written contract. A 30 day notice of cancellation will he given on the General Liability, Auto and Workers comp policies
when required by written contract.
Coverage for TX is provided under the listed workers compensation policy above.
CERTIFICATE HOLDER
CANCELLATION
City of Pearland
3519 Liberty Drive
Pearland TX 77581
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016103)
01988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID: 903F203E-A038-4372-BC21-E3F8C71B7C14
Sue Arredondo
From: Melissa Sullinger
Sent: Monday, May 16, 2022 11:35 AM
To: Sue Arredondo
Cc: Laurie Rodriguez
Subject: RE: COI Approval Needed - Thompson
Looks fine
Melissa Sullinger
Assistant Director Human Resources I Human Resources
City of Pearland 13519 Liberty Dr. I Pearland, TX 77581
P: 281.652.1633 I M: 713.725.3072
pearlandtx.gov
For emergency accidents or injuries 24 -hours a day, 7 days a week,
please call 713.775.1471
From: Sue Arredondo <sarredondo@pearlandtx.gov>
Sent: Monday, May 16, 2022 11:32 AM
To: Melissa Sullinger <msullinger@pearlandtx.gov>
Cc: Laurie Rodriguez <Irodriguez@pearlandtx.gov>
Subject: COI Approval Needed - Thompson
Hi Melissa,
Please review attached COI.
Kind regards,
Sue Arredondo
Contract Administrator I Projects
City of Pearland 12016 Old Alvin I Pearland, TX 77581
P: 281.652.1946 I M: 832.627.2100
pearlandtx.gov
Click here for COVID-19 Updates I Click Here to Utilize Online Features
Get Connected:
0 0 0
Get Connected:
L 0 0
1