Loading...
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