Loading...
HomeMy WebLinkAboutR2023-101 2023-05-08DocuSign Envelope ID: 6F704F1B-E404-40D7-BE92-58353B87BDF9 RESOLUTION NO. R2023-101 A Resolution of The City Council of the City of Pearland, Texas, authorizing the City Manager or his designee to participate in an interlocal cooperative pricing arrangement with Choice Partners for the purchase of plumbing replacement services associated with the Public Safety Building Detainment Area, in the estimated amount of $369,134.10, from Generosity Services Inc. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That contract pricing has been obtained through interlocal cooperative partner Choice Partners for the purchase of plumbing replacement services. Section 2. That the City Manager or his designee is hereby authorized to participate in an interlocal cooperative pricing arrangement with the Choice Partners for the purchase of plumbing replacement services, in the estimated amount of $369,134.10, from Generosity Services Inc. PASSED, APPROVED and ADOPTED this the uSday of May, A.D., 2023. 9 B^881AC1'37P*E2 J. KEVIN COLE MAYOR ATTEST: ocuSigned by: D : 9CC225&1-FFF4l5... FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: ,-DocuSigned by: El-SCA89•8-8-1-F4B6 DARRIN M. COKER CITY ATTORNEY DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 Exhibit A City of Pearland 3519 Liberty Drive Pearland, TX 77581 SERVICE CONTRACT NO. #C0423-07 PSB Detainment Area Plumbing Replacement (FA2304) 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 lll. Standard Contractual Provisions IV. Special Terms and Conditions V. Additional Contract Attachments I. Summary of Contract Terms. Contractor: Generocity Services 1212 Winding Way Drive Friendswood, TX 77546 Description of Services: Contractor will provide City of Pearland with construction services to replace plumbing at the Public Safety Building Detainment Area in accordance with specifications of Choice Partners Contract #23/016MR Contract Amount: $369,134.10 Effective Date: May 9, 2023 End Date: May 8, 2024 Renewals: Not applicable Resolution No/Bid No: R2023- , Choice Partners Contract #23/016MR II. Signatures. d aaehREARLAND CONTRACTOR ktttLra '" 'r 5/9/2023 I 9:08 AMC J � ��j,� g� Officer Date itie: 6cra. / yy?„'* " .?LA.. \-- 3A C7 ^�_� 5/9/2023 I 10:58 A16161- *Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority: Service Contract Standard Form Approved as to Legal Form 6.28.2021 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 Page 1 of 7 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 III. Standard Contract Provisions WHEREAS, Contractor has bid to provide Services ("Services") in response to Choice Partners Contract #23/016MR ("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 365 calendar days, 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 estimated amount of $369,134.10, 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: Vanessa Elam Department: Finance Phone: 281.652.1790 Email: velam(c pearlandtx.00v 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 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 Service Contract Standard Form Page 2 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 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. QualitylQuantity 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 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 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 3of7 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 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: Jameson Appel Title: Assistant Director of Capital Projects Address: 2016 Old Alvin Rd, Pearland, TX 77581 Phone: 281-652-1757 IF TO CONTRACTOR: Generocity Services Attn: Joel Mueller Title: Director of Business Development Address: 1212 Winding Way Drive, Friendswood, TX 77546 Phone: 281.482.8881 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 CONTRACTOR 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 CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF Service Contract Standard Form Page 4 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 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. 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 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 5 of 7 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 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 Attachment C1 -C3: Bond Forms Attachment D: Warranty Requirements Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 6 of 7 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 Incorporated by Reference Only: Exhibit 1: Choice Partners Contract #23/016WIR Exhibit 1A: 641-21 Renewal Notice 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: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 ATTACHMENT A - SCOPE OF WORK Scope of services shall consist of the contractor providing turnkey construction services to replace plumbing at the Public Safety Building Detainment Area for the City of Pearland. Pricing is as reflected on the attached quote. Generocity Services Inc. Is pleased to present our preliminary proposal for the above referenced project. This project is priced in accordance with our CHOICE PARTNERS Contract 0.23/01GMR and excludes proprietary vendor and owner's separate contractor pricing. PRELIMINARY DESIGN SPECIFICATION WAIVER All designs and specifications presented herewith are preliminary and are subject to change after review of changes due to customer requests. Any costs associated with preliminary design and scope changes will be added to the final cost of the project. SCOPE OF WORK Provide materials, labor, equipment, and supervision to complete the following: Proposed work: * Install (54) new ball valves in small chases for isolation to fixtures. • Remove and replace (25) wall hung water closet/sink combos, (4) ADA water closet/sink combos, (5) small shower panels, (2) long shower control panels. " Remove (14) existing wall panels, enlarge opening in CIv1U to approximately 24"x36" and replace with (14) new locking wall panels. Note: New panels are not fire -proof or high security • Remove and replace approx. 2' cast iron of waste line on water closet/sink combos. * Replace (1) mixing valve with box in laundry area. Note: New fixtures shall fit into existing framing system. Due to rapidly increasing prices on materials quote is good for 45 days. Exclusions: X-rays. Locating, closing, or opening of existing systems, Electrical work. Heat trace. Work outside description above. Further repairs to system beyond description above. Weekend or overtime hours. Coring or boring. Sand or gravel removal or Scale wages. Repairs to existing systems. Tile work, Waterproof membrane. Roof penetrations. Haul off of spoils. Dumpster or trash shoots. Frames for fixtures. DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 ATTACHMENT B - BID/PRICING SCHEDULE 4/17/23, 5:03 PM 01-211 Bond - Insurance Items Bond Unassigned Description Proposal Print Price Items Description RS Means Houston CCI .898 Choice Partners .89 $6,460.00 Price $453,785.06 -$46,286.07 PRECEDENCE -$44,824.89 Total Price: $369,13410 We have established a project -specific order of precedence for the inquiry documents -- not only to help establish a baseline for our pricing, but also to maintain technical continuity, to confirm the intent and priorities for the project, and to provide the basis for solving discrepancies within the Inquiry and construction documents. Our order of precedence is as follows: a, Generocity Services Proposal. b. Addenda issued by Client. c. Scope of Work issued by Client within the Invitation to Bid. d. Directives and work scope specifically and graphically issued within the Construction Drawings prepared by Client. e. Manufacturer's recommendations and installation instructions. L Directives, regarding project work scope, specifically within the Project Specifications prepared by the Client. g. All Project Specifications prepared by Client that are specifically applicable to th e project scope of work and project drawings. h. Owner's Engineering Facility Standards that are specifically referred to within this inquiry, and that hae been issued as part of the inquiry. i. Balance of applicable project bid documents. SERVICES & MATERIALS PROVIDED BY CLIENT/OWNER 1. Testing and abatement of asbestos and other potentially hazardous materials, 2, Pre -design testing, investigation of soils and other existing structures for engineering purposes. 3. Probing of existing grade in effort to detect subsurface obstructions, obstacles, or hazardous material. 4. Material strength and performance testing and other quality control testing. 5. Document preparation for permit; coordinating or making application for permit; procuring any building permits or any other permits or fees that may be applicable to this project unless otherwise noted. 6. Provisions of temporary toilet facilities for construction work force. 7. Provisions of temporary electrical power supply for construction purposes. 8. Provisions of temporary water supply for construction purposes. 9. Move, relocate, modify, repair, demolish, or otherwise alter existing facilities, material equipment, appliances, furnishings, installations, utilities, and/or structures that are not specifically noted within this scope of work. This includes hidden or latent conditions, undocumented structures, inconsistent soil condition, asbestos, and other hazardous materials in order for Generocity Services to perform the required scope of work. TECHNICAL. CLARIFICATIONS hilps://bulidertrend.nettapp/LoadProposal/PrInt17353956 2/4 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 4/17/2.3, 5'03 PM Proposal Print 1. Components and activities specifically exclude from this proposal: a. Design and/or constructions of permanent site storm water detention or drainage structures. b. Testing of existing concrete slabs for moisture, alkali, and other contamination, Generocity Services will not be responsible for poor performance of adhered floor coverings on moisture -laden or contaminated floor slabs. c. Subsurface de -watering, of the pumping of facility leaks and spills. 2. Our proposal includes the cost of providing materials and equipment called out by model numbers within the inquiry documents. When final engineering, calculation, shop drawings, or other documentation do not support the item physical characteristics, size, shape, operational requirements, etc. required by the Client, then changes may require additional costs. 3. If any code interpretation, that may be issued by the Client, his agents, the Municipals Plan Checking Department, Code Enforcement, or Inspections Department, or Inspection Department results in additional more stringent project requirements than those shown graphically on th inquire drawings, o that is specifically named of directed within the inquiry specifications (as they relate to the drawings), the additional cost shall be assessed and passed on to the Client. gxCLUSION5 1. Plans, architectural, engineering, geotechnical reports, materials testing laboratories. 2. On/off-site detention are not included, 3. SWPPP of containment of storm water, storm water pollution prevention planning, permitting, installations or observation. 4. Generocity Services, Inc. has not included cost for landscaping, traffic control, traffic barricades or signage, overtime o holiday work, trench drains, containments, equipment/foundations, house -keeping pads/foundations, vibrating equipment, unforeseen underground obstructions, sumps of pits. COMMERCIAL TERMS Et CONDITIONS 1. Validation Period: This proposal is valid for a period of 30 calendar days after the "DATE" indicated above. 2, Material Cost Escalation: Due to the volatile and unpredictable global material marketing pricing, Generocity Services, Inc. can not guarantee project -specific pricing for the validation period stated above. If material orders and requite shipments am made at currant pricing, we will honor the material cost. lithe cost of the materials increases before shipment, then the change in price will he passed on to the Client/Owner. 3. Generocity Services, Inc. will not perform work changes unless authorized In writing by the Client before the work begins. All cost assessments will Include the cost of tangible items and the additional cost associated with schedule delays and extensions. 4. When materials and permanent equipment that are purchased for this project are stored either on or off site us a result of delays by Client (or Owner), or the contractors, or agents of the same, progress pay requests will include these materials and equipment items for Client approval and payment within the contract pay period. 5. Generocity Services, Inc. will not be held responsible for damages to any concealed, hidden or buried equipment, structures, pipelines, electrical lines, cable, grounding, underground utilities and other obstacles. 6. Generocity Services, Inc, wilt not be held responsible for personal injury from accidents resulting from encounters with any concealed, hidden or buried equipment, structures, pipelines, electrical lines, cables, grounding, and other obstacles. 7. Downtime or delays caused by Owner and/or Client during the field construction operations shall be assessed by Generoclty Services, Inc. and reimbursements by Owner and/or Client. 8. Repair cost and touch-up costs made necessary by damage caused by Owner's and /or Client's personnel will be assessed by Generocity Services, Inc. and passed on to the Client. 9. Our pricing is based on a 40 -hour workweek. We have not included the cost of holiday or overtime work hours. We appreciate the opportunity to present this proposal and look forward to your review and approval. Sincerely, Joel Mueller Director of Business Development Generocity Services, Inc. https:l/builderlrend.nel/app/LeadProposal/PdntP/353956 314 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 4117/23, 5:03 PM Proposal Print I confirm that my action here represents my electronic signature and Is binding. Signature: Date: Print Name: https://bulldarirend.rtal/app/LeadProposaUUPrintl7353956 4/4 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 CVSIs based on RSMoans dafa Estimate Name: 622.04.17-2022 City of Peadand Jail ESTIMATE INFORMATION Client Nemo: Estimate Address: City 01 Poadand TEXAS Notes: quantity LineNumber Description Iln1t Ext. Mat. O11.11 E4oLabor ESL Total Ob Notes 4 013113200200 Fold per10nne1. project manager, average Week $ - S 10,000.00 $ 10,000.00 6 013113200260 Field personnel, supednlandenl, average Week S - $ 22,350,00 5 22,350.00 024110100950 Selective demolition, rubbish handling, durnneler. enamelo prising melhod, disposal fee per ton, overage far all stem, cool In be added le demolition CO01 Ton S 7f6.00 5 - $ 77600 33 024110 I02045 Snlorllvo dohrolitlon, rubbish treadling, 0'. 100' haul, load, haul, dump end return, wheeled, cost to be added to durnoliliah test C v $ - S 1,604.00 $ 1,504.60 02411849205 Cost adjustment 10Unrs, nddiiianol costs due to security requirements, dally search of personnel, suppsia, equipment and vehicles. daily. pliysleal search, Inventory, and documorrlolun at assess, entry and exit Coals $ S 303.00 $ 303.0❑ [Adjusted by 012153000130] 33 024119192005 501001 vn drmnllt0n, rubbish handling, haul and return, add per each extra 100' heel. eiliouled. cost to be added to demolition cost C.Y. $ - $ 725.00 $ 720.00 370 038110590020 Concrete sawing, concrete walla, rod reinforcing, per inn of depth L.F. $ 1F. nu S 3,17020 $ 6,064.80 Iliad for saw cussing black far Nigger access doors thud to demo block 040565100000 Solechvo demolition, masonry. Inlnlntutn labndequipmenl theme Job S - 0 300.00 5 300.00 083113350070 Cool adjuatment factors, nddilionni wale doe In senurity requirenlanla. daily search of porsannsl, supplies, equipment end vehicles, daily, physical search, inventory, and documanlmlon et assels, entry and e>dl Casts $ $ 90050 S 1,939.00 [Adjusted by 012153000130] 1 003113350020 Leber odjustmnnl factor (mecllonknl), general, add to labor for cramped shoo, far DM410n 21, 22 end 23 only $ $ 87065 $ 1,367.30 [Adjused by 2201022051001 003113350020 Labor adjustment facial (mechanical), general. 48830; high, odd In Fahor far crawl space, lot Division 21, 22 and 23 only S - S 681.70 $ 1,163.40 [Adjusted by 2201022021401 14 083113350020 Doers, specially, access, floor, induskial, steel, 300 of L L_, single lent, 2'x2', 175 lb Opog. S S 1,939.00 5 1,939.00 (153113350050 Costodjuslrnent factors, additional costs duo in soraully requifanre1ea. doily search of personnel, supplies, equipment and vohidas, deity, physical search, inventory, and documentation of manta, Entry and exit Calls S - S 2,100.00 $ 2,100.00 (Adjuslod by 0121536001301 053113350050 Labor adjustment lacier (mechanical), general, add to labor for Crimped shell, for Division 21, 22 and 23 only $ • 5 1,47090 $ 1.470,00 (Adjusted by 220102208100] 083113350050 Labor adjushnenl Molar (neclia teal), general, 461130: high, add to labor for oruw1 spoca, for Division 21, 22 mud 23 only S - 2 1,200.00 S 1,260.00 tAdjusied by 220102202140] 14 083113350050 Doom, spedelty, acccss, floor, industrial, steel 300 psi L.L., single teat, 0'x 3', 300 lb Open. $ 40,36000 $ 4,200.00 5 53,650.00 2 20 523201 366 Coot adjustment factors, oddlttOnal casts due iv security requirements, daily search of personnel, supplies, equipment and vehicles, dolly, physical search, inventory, and documentation of assels, entry and exit Costs S - $ 1,417.50 5 1,417.60 (Adjusted by 0121536001301 220523201360 Labor adjustment fetter (modbnnidill), general, add la tabor fercramped shalt. far Ilvleinri 21, 22 and 23 only 5 S 00225 9 902-52 (Ar*jdslod by 2201022051001 1 220523201360 Labor adjushnenl factor (mechanical), genaml, 40830; Idyll, odd lllntsnr for crawl space, for Division 21, 22 end 23 only $ - S 860.50 3 050.00 (Adjusted by 220102202140] DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 64 220523201508 Vivo, bronze, ball, 160 lb., 314". soldered single union end EA. 5 4,239.00 S 2,035.00 $ 7,074 00 1 • 224123405900 Shower, rubdrg vutvo, oxpacod, lublshower Ea. 5 900.00 $ 140.00 $ 1,17000 1 224123405900 - Cost 02 llbnent factors, add bons! Ca51s duo to security re qua entente, duly search of personnel, supplies, equipment and vohidas, dolly. phrysical search, Inventory, and docdmsntelion of 0asots,a01rya0d exit Coals $ _ - $ 74.00 S 74,00 [Adjusted by 012153600130] 1 224123405900 Labor adjusauenl facloi(m4cfiamral), omltewl, oddly lobar for efampad shaft for Division 21, 77 and 23 only 5 - $ 61.00 $ 61.00 (Adjusted by 220102205100] } 224123405900 Labor adjustment 1001.0r (mechanical). general, 40531% high, add In lobar for crawl space, for liivlclan 21, 7.2 ond23 orky $ - $ 4440 $ 44.40 [Adjusted by 220102202140) 1 224913105400 Cost adjustment Meters, oddWd001 costs due to aocurily roquir mania. daily search of personnel, supplies, equlpslonl and 9931Oas, daily, physical search, Inventory, and documentolon of assets, entry and mil Costs 3 - $ 4,040.00 5 4,040.00 [Adjusted by 012153000130) 1 224013105400 Labor adjustment factor (mechanical], general, add to labor for vamped s}burl, for Division 21, 22 and 23 only 5 - $ 3,248.00 $ 3,248.00 (Adjusted by 220102205100) 1 224613105400 1.0501 adjaelmani1 cot (lriochatllea6, general, 461870; high, add In labor for IXw45pacs. for Division 21.22 and 23 only $ 6 2,7114.00 5 2,704.00 [AdJusled by 220102202140[ 1 224613105400 Cant adjustment iodate, uddillonal costs duo lo sucudly requIremoats, dal& search erparsnnnal, supplies, equipment and vehicles. daily, physlee! search. Inventory. 0nddacumanl4Il0n or assets, eldly and earl Casts 5 - $ 2,320.00 5 2,320.80 'Adjusted by 0121538001301 1 224613105480 Labor edJuslmenll"AdOr (rnocimirol), Oonatal, add to lobar for cramped shalt, lot5lvjslon 21, 22 and 23 only 5 • S 1,624.00 5 1,624.03 (AdJusled by 220102205100] 1 224013105400 Labor adjustment factor (mechanical f, general, 45639; Ng15 add to labor fnl crawl spusu. for Division21, 22 and 23 o,JV_ S - $ 1,302.00 5 1.302.00 ]Ad]usled by 220102202140) 29 224813105400 • rfsorl5nshtuHon hxlules. water closet end lavatory nntfa, stile -Seas slant, push lotion Her valves, soap end pap& Medea, floor mount Ea. 5 60,160.00 5 0,280.00 S 77.430.00 _ 29 224013105400 Pflsort4noltluttan Nauru:. water Closet end levelory antis, staln10sa sleet plait bullon Ref valves, soap and paper held HS, 110111 mount Ea. $ - $ 4,640.00 5 4,040.00 _ 1 2248131063110 Cost n(justmsnl factors, additional rn:da duo le security requirements, dolly soa nil OF peeeminef, supplies, equipment and vehicles, dally, physical search, Inventory, and docurnentntlon of assets, entry and eHti Costs $ - 5 23,200.05 $ 23,20000 [Adjusted by 012153800130] 1 224013100300 Labor adlu sfmiml hobo (morl40idd0l), general, add to labor for cramped Shag, far bivlslon 21, 22 end 23 only S - 5 10,240,00 $ 10.240.00 [Adjusted by 228102205103] 1 224013100900 Labor adustment factor (mechanical), general, 40039; high, Odd to labor for erawl apace. tof Divist0d 21,22 and 23 only 5 - 5 13,520.00 5 13,020.00 lAdluoled by 2201022021401 1 224013100300 Cost ad]ualmwit factors, additional cools due to security requirements, daily search of personnel, suppllon. equipment and vehicles, doly, physical search, Invnntaly. and documaelalioaof assets, eneyand aldl Costs $ - $ 1104000 5 11,000.00 [AdjIrste16y 0121636001301 1 224013100300 I nh0r ndjustm0M factor (mechanical], general, add to labor for cramped 010111, for Melon 21, 22 and 23 only $ - 5 8.120.00 5 8,720,00 [AdJusled by 220102205100] .... 1 224013100300 Labor adjustment lactor(Techenlcal), general, 43830; high, add to labor for crawl space, for Dnaslon21, 22 and 23 Imiy $ - 3 8,060.00 5 48,400.00 5 0,060.00 $ 67,425.00 [Adjosled by 2201022021401 29 224013100300 IMsorYns1luten 6atures.olnlel Ousel and lavatory units, 5101Ness steel, pooh Melon Our WA's, soap and paper battlers, noughft% supply., waste and vent ES. 5 27 025.00 29 224613105300 Pdsenfxls6l0Con lixlures, solder closet and lavatory ends, alaid ass steel, push button 000111 Nes, Seep and paper holders. rough -tin, supply, waste and vent Ea. $ - 3 23,200.00 $ 29,000.00 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 224873101640 toss adusment Factors, add,' anal costs dart in earidry requirements, dolly search of porsonnel, supplies, equlpmenl and vnhlclus, daily, physical saaroh. inventory, and dauarlenlat1on of es:ois, unity and dell Casts 5 - 5 2,537.50 5 2,537.50 lAdluslod by 012153500130( 224673101640 Labor adjustment lacier (mechanical), gorrer5l. Odd la tabor for cramped 611af1, for Oivlslan 21,22 and 23 only 5 • 5 1,776 25 5 1,773.26 'Adjusted by 220102205100) 'Adjusted by 220102202)40. 224673101840 Lobar adjustment faalor {modonhunl), general, 481139; high, add toiebar for crordspeca, fat Division 21, 22 and 23 only 8 - 5 1.522 50 5 1,822,50 224873101040 Cost adios boon! radars, additional costs due to smelly ragrdroleants, daily snatch or personnel, supplies, nqulpmera and vehldas. daily, physical search. Inventory, and documenlalon of assais, unify and onit Costs S 5 1.260.75 1 1,280.75 (Adjusted by 0121536001301 2 24 6731 0184 0 Labor adjustment factor{mechanical), general, add ho labor for cramped shaft. for DMa10n 21, 22 and 23 Only 5 - S 683.13 5 058.09 'Adjusted by 220102205100) 224673101840 Laboradjualinnnt factor(nloohanllaf), general, 43038; high. add to labor for arm; space, fur [Allston 21, 22 and 23 only 5 - S 761.25 $ 761.25 {Adjusted by 220102202140) 7 224073101640 Pllsonlinstilutron tixhuras, ohwrol cabinet. Stainless steel, unlaced, 36' x 36"xen" E5. $ 44,100.00 5 5.075.00 5 2,537,50 $ 99,175.00 7 224673101340 Prlsolr71n51ilution fixtures, shover cebinob, 6fdlnieaa 9100, unlaced, 36' x 30"x011' Ea. S - $ 2,637.60 R S Moans Eatinlate Mauston CCI.008 Clinton Partners .30 Sub Total Bond Grand Total 5 453,785.05 s (46,21u1.an1 $ (44,024.69) S 702,074.10 S 8460.00 $ 309,134.10 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 Attachment C City of Pearland 3519 Liberty Drive Peariand, TX 77581 Purchasing Department 281.652.1775 ebids a pearlandtx.Gov 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 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 (WC) Statutory Limits $1,000,000 per occurrence For WC, CGL, 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. 2. Commercial General (Public) Liability (CGL) 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 - $2,000,000 3. Business Auto Liability (BAL) to include coverage for: a) Owned/Leased vehicles b) Non -owned vehicles c) Hired vehicles Combined Single Limit - $1,000,000 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.pearlandtx.gov. Questions regarding required insurance should be directed to City of Pearland Purchasing Department, at ebids u(7.pearlandtx.gov. 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. Ag reement 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. Project/Bid# P5 �J�Jr� h1�r++-7 t'Yi?e- P/../ Company: 6e n c am. y/ f�A_✓J�f Z� , Signature and PrintedNarne: /q� . c*ti-f c-.)/ DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 Section 00610 - ATTACHMENT Cl Bond No. 4460694 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF BRAZORIA § KNOW ALL MEN BY THESE PRESENTS: That Generocity Services, Inc. of the City of Friendswood , County of Galveston SureTec Insurance Com an authorized under the laws of and State of Texas, as principal, and Compan the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Pearland as Three Hundred Sixty -Nine Thousand One Hundred Thirty -Four and 10/100 for the Obligee (Owner), in the penal sum of payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, effective as of the 4L day of ill". , 20 2- (the "Contract") to commence and complete the construction of certain provements described as follows: PSB Detainment Area Plumbing Replacement 2555 Cullen Blvd City of Pearland, Texas COP PN: FA2304 which Contract, including the Contract Documents as defined therein, is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract Work and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions, and agreements in and by said Contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and Contract Documents, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Statute to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the Work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of �iA ,20_.I Principal: Generocity Services, Inc. By: Title: Surety: SureTec Insurance Company By: Kelly T. Brooks Title: Attorney in Fact Address: Address: 1212 Winding Way Friendswood, Texas 77546 2103 CityWest Blvd. Suite 1300 Houston, Texas 77042 Telephone: 281-482-8881 Telephone: 713-812-0800 Fax: Fax: NOTICE: THE ADDRESS OF THE SURETY COMPANY TO WHICH ANY NOTICE OF CLAIM SHOULD BE SENT MAY BE OBTAINED FROM THE TEXAS DEPARTMENT OF INSURANCE BY CALLING ITS TOLL - FREE TELEPHONE NUMBER; 1-800-252-3439. END OF SECTION DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 POA# 4221062 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: C. A. McClure, Kelly J. Brooks, Kenneth L. Meyer, Michelle Ulery Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars ($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 151h day of November , 2022 . SureTec Insurance Company By: Michael C. Keimig, Preside State of Texas County of Harris: 4'A 06.44 "ViSEAL ;a_ I r Re,it...N By Markel; surance C. pony indey Jen ifrgs Vice resident On this 15th day of November , 2022 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, tome personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. XENIA RIVAS `, Notary Public State of Texas Commission # 129117659 Commission Expires 9/10/24 By: Xe i ' as, Not ry Public My co mission expires 9/10/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER. OF ATTORNEY of which the foregoing is a foil, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the _day of S reTec Insu nce Compel Y May el in ance Company By: f! By: ' M. Brit Beaty, As stant Secre: ry A drew arqufs, Assistaniecretar Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this Power you may call (713)812-08000nanybusiness day between 8:30AM and 5:00 PM CST. DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 Section 00611 -- ATTACHMENT C2 Bond No. 4460694 PAYMENT BOND STATE OF TEXAS § COUNTY OF BRAZORIA § KNOW ALL MEN BY THESE PRESENTS: That Generocity Services, Inc. of the City of Friendswood , County of Galveston and State of Texas, as principal, and SureTec Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Pearland as Obligee (Owner), in the penal sum of $ Three TIundred Sixty -Nine Thousand One Hundred Thirty -Four and 10/100 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, effective as of the c day of i ' .l / , 20V, (the "Contract") to commence and complete the construction of certairf improvements described as follows: PSB Detainment Area Plumbing Replacement 2555 Cullen Blvd City of Pearland, Texas COP PN: FA2304 which Contract, including the Contract Documents as defined therein, is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor or material to him or a subcontractor in the prosecution of the Work provided for in said Contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Statute to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the Work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this of ,202. Principal: Surety: Generocity Services, Inc. SureTec Insurance Company By: Title: Kcets 114-14'1/4.)* e? Title: -/ t By: Address: 1212 Winding Way Kelly J. Brooks i Attorney in Fact Address: 2103 CityWest Blvd. Suite 1300 day Friendswood, Texas 77546 Houston, Texas 77042 Telephone: 281-482-8881 Telephone: 713-812-0800 Fax: Fax: NOTICE: THE ADDRESS OF THE SURETY COMPANY TO WHICH ANY NOTICE OF CLAIM SHOULD BE SENT MAY BE OBTAINED FROM THE TEXAS DEPARTMENT OF INSURANCE BY CALLING ITS TOLL - FREE TELEPHONE NUMBER; 1-800-252-3439. END OF SECTION DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 POA# 4221062 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS; That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint. C. A. McClure, Kelly J. Brooks, Kenneth L. Meyer, Michelle Ulery Their true and lawful agent{sl and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their awn behalf, Individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars ($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can he executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 15th day of November , 2022 . By: SureTecInsurance Company Michael C. Keimig, Preside State of Texas County of Harris: By Markel; suranceC• pany resident On this 15th day of November , 2022 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, tome personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. r „y,P•.-• XENIA RIVAS Notary Public State of Texas Commission # 129117659 `•" Commission Expires 9/10/24 I• By: X as, No : ry Public My co mission expires 9/10/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 5 reTec Ina,' nee Comp By: Y M. Br- t Beaty, As stant 5ecre'e ry By: day of el in rance Company 1 Apdrew , t.srquis, Assistan ecretar Any Instrument Issued in excessof the penalty stated above is totally void and without anyvatidity. For verification of the authority of this Power you may call )713)812-0800on any business day between 8:30 AM and 5.00 PM CST. DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 Section 00612 - ATTACHMENT C3 Bond No. 4460694 ONE-YEAR MAINTENANCE BOND STATE OF TEXAS § COUNTY OF BRAZORIA § KNOW ALL MEN BY THESE PRESENTS: That Generocity Services, Inc. of the City of Friendswood , County of Galveston and State of Texas, as principal, and SureTec Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Pearland as Obligee (Owner), in the penal sum of $ Three Hundred Sixty -Nine Thousand One Hundred Thirty -Four and 101100 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, effective as of the •-f day of /)1 ,s7 , 20 0, (the "Contract") to commence and complete the construction of certain improvements described as follows: PSB Detainment Area Plumbing Replacement 2555 Cullen Blvd City of Pearland, Texas COP PN: FA2304 which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully correct all such work not in accordance with the Contract Documents discovered within the one-year period from the date of substantial completion, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Statute to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of n , 20 . Principal: By: Surety: Generocity Services, Inc. SureTec Insurance Company Title: Address: mt1 j`t/I' 1212 Winding Way Friendswood, Texas 77546 By: Kelly J. Broo s Title: Attorney in Fact Address: 2103 CityWest Blvd. Suite 1300 Houston, Texas 77042 Telephone: 281-482-8881 Telephone: 713-812-0800 Fax: Fax: NOTICE: THE ADDRESS OF THE SURETY COMPANY TO WHICH ANY NOTICE OF CLAIM SHOULD BE SENT MAY BE OBTAINED FROM THE TEXAS DEPARTMENT OF INSURANCE BY CALLING ITS TOLL - FREE TELEPHONE NUMBER; 1-800-252-3439. END OF SECTION DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 POA# 4221062 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company {the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: C. A. McClure, Kelly J. Brooks, Kenneth L. Meyer, Michelle Ulery Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity €f more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars ($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 15th day of November , 2022 . SureTec Insurance Company By: Michael C. Keimig, Preside State of Texas County of Harris: still tic, 'ff SEAL -5. 4.9110 By Markel surance C pony tindey fen !Ns', Vice President On this 55th day of November , 2022 A, D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, tome personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said Instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. ;..�RY�P��,,, XENIA RIVAS `; Notary Public State of Texas Commission # 129117659 Commission Expires 9/10/24 By: 1/14/ 444- X as, Notary Public My co mission expires 9/10/2024 `U a9 a+ We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the day of reTeclnsu nceComp By: y M. Br t Beaty, As stant Secre ry By: . May4Cel ltlfrance Company l n - -j A drew arquls, AssistantSecretar Any instrument Issued in excess of the penalty stated above is totally vold and without anyvalidity. For verification of the authority of this Power you may call (713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 ATTACHMENT D — WARRANTY ervices shall conform to the proposed specifications and all warranties as stated in the Uniform Commercial Code nd be free from all defects in material, workmanship and title. DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 4/17/23, 5:03 PM Proposal Print u llllll� d y dlmi I Li M. OH 6ENEROCITY SERVICES INC Generocity Services, Inc. 1212 Winding Way Drive • Friendswood, TX 77546 • Phone: (281) 482-8881 City of Pearland -Jack Enochs Job Address: 2555 Cullen Blvd Pearland, Tx 77581 Print Date: 4-17-2023 Proposal for City of Pearland City Jail Plumbing Renovations Dear Mr, Epochs, Generocity Services Inc. is pleased to present our preliminary proposal for the above referenced project. This project is priced in accordance with our CHOICE PARTNERS Contract f123/016MR and excludes proprietary vendor and owner's separate contractor pricing. PRELIMINARY DESIGN SPECIFICATION WAIVER All designs and specifications presented herewith are preliminary and are subject to change after review of changes due to customer requests. Any costs associated with preliminary design and scope changes will be added to the final cost of the project. SCOPE OF WORK Provide materials, labor, equipment, and supervision to complete the following: Proposed work: * Install (54) new ball valves in small chases for isolation to fixtures. • Remove and replace (25) wall hung water closet/sink combos, (4) ADA water closet/sink combos, (5) small shower panels, (2) long shower control panels. * Remove (14) existing wall panels, enlarge opening in CMU to approximately 24"x36" and replace with (14) new locking wall panels. Note: New panels are not fire -proof or high security * Remove and replace approx. 2' cast iron of waste line on water closet/sink combos, * Replace (1) mixing valve with box in laundry area. Note: New fixtures shall fit into existing framing system. Due to rapidly increasing prices on materials quote is good for 45 days. Exclusions: X-rays. Locating, closing, or opening of existing systems. Electrical work. Heat trace. Work outside description above. Further repairs to system beyond description above. Weekend or overtime hours. Coring or boring. Sand or gravel removal or Scale wages. Repairs to existing systems. Tile work, Waterproof membrane, Roof penetrations. Haul off of spoils. Dumpster or trash shoots. Frames for fixtures. https://buildertrend.net/app/LeadProposal/PrinI/7353956 114 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 4/17/23, 5:03 PM 01-211 Bond - Insurance items Proposal Print Description Price Bond $6,460.00 Unassigned ...................................... Items ................................................._ RS Means Houston CC1 .898 Choice Partners .89 Description PRECEDENCE Price $453,785.06 -$46,286.07 -$44,824.89 Total Price: $369,134.10 We have established a project -specific order of precedence for the inquiry documents -- not only to help establish a baseline for our pricing, but also to maintain technical continuity, to confirm the intent and priorities for the project, and to provide the basis for solving discrepancies within the inquiry and construction documents. Our order of precedence is as follows: a. Generocity Services Proposal. b. Addenda issued by Client. c. Scope of Work issued by Client within the Invitation to Bid, d, Directives and work scope specifically and graphically issued within the Construction Drawings prepared by Client. e. Manufacturer's recommendations and installation instructions. f. Directives, regarding project work scope, specifically within the Project Specifications prepared by the Client. g, All Project Specifications prepared by Client that are specifically applicable to th e project scope of work and project drawings. h. Owner's Engineering Facility Standards that are specifically referred to within this inquiry, and that hae been issued as part of the inquiry. i. Balance of applicable project bid documents. SERVICES & MATERIALS PROVIDED BY CLIENT/OWNER 1. Testing and abatement of asbestos and other potentially hazardous materials. 2. Pre -design testing, investigation of soils and other existing structures for engineering purposes. 3. Probing of existing grade in effort to detect subsurface obstructions, obstacles, or hazardous material. 4. Material strength and performance testing and other quality control testing. 5. Document preparation for permit; coordinating or making application for permit; procuring any building permits or any other permits or fees that may be applicable to this project unless otherwise noted. 6. Provisions of temporary toilet facilities for construction work force. 7. Provisions of temporary electrical power supply for construction purposes. 8. Provisions of temporary water supply for construction purposes. 9. Move, relocate, modify, repair, demolish, or otherwise alter existing facilities, material equipment, appliances, furnishings, installations, utilities, and/or structures that are not specifically noted within this scope of work. This includes hidden or latent conditions, undocumented structures, inconsistent soil condition, asbestos, and other hazardous materials in order for Generocity Services to perform the required scope of work. TECHNICAL CLARIFICATIONS https:/lbuildodrend.net/app/LeadProposal/Print17353956 2/4 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 4/17/23, 5:03 PM Proposal Print 1. Components and activities specifically exclude from this proposal: a. Design and/or constructions of permanent site storm water detention or drainage structures. b. Testing of existing concrete slabs for moisture, alkali, and other contamination. Generocity Services will not be responsible for poor performance of adhered floor coverings on moisture -laden or contaminated floor slabs. c. Subsurface de -watering, of the pumping of facility leaks and spills. 2. Our proposal includes the cost of providing materials and equipment called out by model numbers within the inquiry documents. When final engineering, calculation, shop drawings, or other documentation do not support the item physical characteristics, size, shape, operational requirements, etc. required by the Client, then changes may require additional costs. 3. If any code interpretation, that may be issued by the Client, his agents, the Municipals Plan Checking Department, Code Enforcement, or Inspections Department, or Inspection Department results in additional more stringent project requirements than those shown graphically on th inquire drawings, o that is specifically named of directed within the inquiry specifications (as they relate to the drawings), the additional cost shall be assessed and passed on to the Client. EXCLUSIONS 1. Plans, architectural, engineering, geotechnical reports, materials testing laboratories. 2. On/off-site detention are not included. 3. SWPPP of containment of storm water, storm water pollution prevention planning, permitting, installations or observation. 4. Generocity Services, Inc. has not included cost for landscaping, traffic control, traffic barricades or signage, overtime o holiday work, trench drains, containments, equipment/foundations, house -keeping pads/foundations, vibrating equipment, unforeseen underground obstructions, sumps of pits. COMMERCIAL TERMS & CONDITIONS 1. Validation Period: This proposal is valid for a period of 30 calendar days after the "DATE" indicated above. 2. Material Cost Escalation: Due to the volatile and unpredictable global material marketing pricing, Generocity Services, Inc. can not guarantee project -specific pricing for the validation period stated above. If material orders and requite shipments are made at currant pricing, we will honor the material cost. If the cost of the materials increases before shipment, then the change in price will be passed on to the Client/Owner. 3. Generocity Services, Inc. will not perform work changes unless authorized in writing by the Client before the work begins. All cost assessments will include the cost of tangible items and the additional cost associated with schedule delays and extensions. 4. When materials and permanent equipment that are purchased for this project are stored either on or off site as a result of delays by Client (or Owner), or the contractors, or agents of the same, progress pay requests will include these materials and equipment items for Client approval and payment within the contract pay period. 5. Generocity Services, inc. will not be held responsible for damages to any concealed, hidden or buried equipment, structures, pipelines, electrical lines, cable, grounding, underground utilities and other obstacles. 6. Generocity Services, Inc, will not be held responsible for personal injury from accidents resulting from encounters with any concealed, hidden or buried equipment, structures, pipelines, electrical lines, cables, grounding, and other obstacles. 7. Downtime or delays caused by Owner and/or Client during the field construction, operations shall be assessed by Generocity Services, Inc. and reimbursements by Owner and/or Client. 8. Repair cost and touch-up costs made necessary by damage caused by Owner's and /or Client's personnel will be assessed by Generocity Services, Inc. and passed on to the Client. 9. Our pricing is based on a 40 -hour workweek. We have not included the cost of holiday or overtime work hours. We appreciate the opportunity to present this proposal and look forward to your review and approval. Sincerely, Joel Mueller Director of Business Development Generocity Services, Inc. https://bu Ildertrend. netlapp1LeadPropnsa I1P rint/7353956 3/4 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 4/17/23, 5:03 PM Proposal Print I confirm that my action here represents my electronic signature and is binding. Signature: Date: Print Name: littps://builderlrend.netlapp/LeaciProposal/Print/7353956 4/4 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 Costs based WI RSMeans data Estimate Name: 023-04-12.2023 City of Pearland Jail ESTIMATE INFORMATION Client Name: Estimate Address: City of Poadand TEXAS Notes: Quantity LinoNumber Description Unit Ext. Mal. O&P Ex oLabor Ex&a&ptal Notes 4 013413200200 Field personnel, project manager, average Week S - $ 16,000.00 5 16,000.00 6 013113200260 Field personnel. superintendent. average Week 5 - $ 22,35000 5 22,350,00 8 024119190950 Selective demolition, rubbish handling, dumpster, alternate pricing method, disposal fee per ton, average for all sizes, cost to be added to demolition cost Ton $ 776.00. S - $ 776.00 33 024119192045 Selective demolition, nibbish handling, 0'- 100' haul, lead, haul, dump and return, wheeled, cost to he added to demolition cost C,Y, 9 - 5 1,584.00 0 1584.00 024118192085 Cost adjustment factors, additional costs due to security requirements, daily search of personnel, supplies, equipment end vehicles, daily, physical search, inventory, and documentation of assets, entry and exit Costs $ - 5 363.00 $ 363.00 (Adjusted by 012153606130] 33 024114192085 Selective demolition, rubbish handling, haul and return, add per each extra 100' haul, wheeled, cost to be added to demolition cost C.Y. $ - 5 726,00 $ 726.00 336 038116500820 Concrete sawing, concrete walls, rod reinforcing, per inch of depth L.F. S 16.50 $ 3,175.20 $ 6,064.80 Used for saw culling block for bigger access doors 1 040505109000 Selective demolition, masonry, minimum Labor/equipment charge Job $ $ 300.00 $ 300.00 Used to demo block 1 083113356020 Cost adjustment factors, additional costs due to security requirements, daily search of personnel, supplies, equipment and vehicles, dally, physical search, Inventory, and documentation of assets, entry and exit Costs $ S 969.50 S 1,939.00 [Adjusted by 012163600130] 1 083113350020 Labor adjustment factor (mechanical), general, add to labor for cramped shell, for Division 21, 22 and 23 only 9 5 678.85 5 1,357.30 [Adjusted by 2201022051001 1 083113350020 Labor adjustment factor (mechanical), general, 48839; high, add to labor for crawl space, for Division 21, 22 and 23 only $ 5 561.70 $ 1,163.40 (Adjusted by 2201022021401 14 083113350020 Doors, specialty, access, Boor, industrial, sisal, 300 per L.L., single loaf, 2' x 2', 175 lb Opng. 5 $ 1,939.00 S 1,939.00 1 083113350050 Cost adjustment factors, additional costs due to security requirements, deity searclt of personnel, supplies, equipment and vehicles, daily, physical search, inventory, and documentation of assets, entry and exit Costs $ - 5 2,100.00 5 2,100.00 (Adjusted by 0121536001301 1 083113356050 Labor adjustment factor (mechanloal), general, add to labor farcramped shaft, for Division 21, 22 and 23 only $ - $ 1,470,00 $ 1,470.00 [Adjusted by 2201022051001 1 083113350050 Labor adjustment factor(mecheolcaf), general, 4&1139; high, add to labor for crawl space, for Division 21, 22 and 23 only $ - 5 1,260.00 Si 1,260.00 (Adjusted by 2201022021401 14 083113350050 Doors, specialty, access, floor, industrial, steel, 300 psf L.L., single leaf, 3' x 3', 300 its Opng. $ 49,350.00 $ 4,200.00 $ 53,550.00 1 220523201366 Cost adjustment factors, additional costs due 1a security requirements, deify search of personnel, supplies, equipment and vehicles, daily, physical search, Inventory, and documentation of assets, entry and exit Costs 5 - S 1,417.50 5 1,417.50 (Adjusted by 0121536001304 1 220523201306 Labor adjustment factor (mechanical), general, add to labor for cramped shall, for Division 21, 22 and 23 only $ $ 99225 $ 992.52 (Adjusted by 220102265100[ 1 220523201386 Labor adjustment factor (mechanical), general, 48839; high, add to labor for crawl space, fort)ivision 21, 22 and 23 only $ - $ 650.50 $ 850.50 (Adjusted by 220102202140) DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 54 Valves, bronze, ball, 150 lb., 3/4'. 220523201366 soldered, single union end Ea, 5 4,239.00 $ 2,835.00 S 7,074.00 Shower, moving valve, exposed, 224123405503 tub/shower Ea. S 980.00 5 148.00 5 1,128.00 Cost adjustment lactces, additional costs due to security requirements, daily search of personnel, supplies. equipment and vehicles, daily, physical search, inventory, and documentation of 224123405900 assets, entry and exit Costs [Adjusted by 74.00 $ 74.00 012153600130] Labor adjustment factor [mechanical), general, add to labor for oral-I/Ad shall. [Adjusted by 224123405900 forDivislon 21, 22 and 23 only 5 - S 51.60 $ Labor adjustment factor (mechanical). general, 48,939; high, add to labor for crawl space, for Division 21, 22 and 23 224123405900 only Cost adjustment factors, additional costs due to security requirements, daily search at personnel, supplies, equipment and vehicles, daily, physical search, Inventory, and documentation of 224 61 31 05400 assets, entry and exit Costs Labor adjustment factor (mechanical), general, add to tabor for cramped shalt, 224613105400 for Division 21, 22 and 23 only €.abor adjustment factor (mechanical), general, 4&ll39; high, add €e labor for crawl space, for Division 21.22 and 23 224613105400 only Cost adjustment factors, additional cools due to security requirements, daily search of personnel, suppties, equipment and vehicles, daily, physical search, Inventory, and documentation of 224613105400 assets, entry and exit Costs Labor adjustment factor (mechanical), general, add la labor for cramped shalt, 224613105400 for Division 21, 22 and 23 only Laborad]ushnenl factor (mechanical), general, 481139; high, add to labor far crawl space, for Division 21.22 and 23 224613105400 only Prison/institution fixtures, water closet and lavatory units, stainless steel, push button fiiltervnlves, soap and paper 29 224613105400 holders, fear mount Ea. PrisorUnstitullon fixtures, water closet and lavatory units, stainless steel. push button filler valves, soap and paper 29 224613105400 holders, floor mount Ea. Cost adjustment factors, additional costs due to security requirements. daily search of personnel, supplies, equipment and vehicles, daily, physical search, inventory, and documentation of 224013106390 assets, entry and exit Costs Labor adjustment factor f inechanical), general, add to labor for cramped shaft, for Division 21, 22 and 23 only 224613106300 Labor adjustment -factor (mechan;cat), general, 401139; high, add 10 labor for crawl space, for Division 21, 22 and 23 224613106300 only 224613106300 551.80 220102205100] [Adjusted by 44.40 5 44.40 220102202140] (Adjusted by 5 4,640,00 5 4,640.00 012153604130) (Adjusted by 3,240.00 5 3,248.00 220102205100] [Adjusted by $ 2,784.00 5 2,784.00 2201022021401 [Adjusted by $ 2,32.0.60 5 2,320,00 012153600130] (Adjusted by $ 1,624.00 $ 1,824.00 2201022.051001 5 1,392.00 [Adjusted by 5 1,392.00 220162202140] 5 68,150.00 5 9,280.00 5 77,430.00 5 4,640.00 $ 46{0.00 (Adjusted by $ 23,200.00 S 2.3,20000 0121536001301 Cost adjustment factors, additional costs due to security requirements, daily search of personnel, supplies. aqulpmont and vehicles, daily, physical search, Inventory, and documentation of assets, entry and exit ( aber adjustment factor {mechanical), general, add to labor for cramped shalt, 224613106300 ter Division 21, 22 and 23 only Labor adjustment factor(mechan€cat), general, 4&1139; high, add to labor for crawl space, for Division 21, 22 and 23 224613106300 only ]Adjusted by $ 16,2.40.00 $ 16,240.00 2201022051001 [Adjusted by $ 13,920.00 $ 13,920,00 2201022021401 [Adjusted by Costs 5 - $ 11,600.00 $ 11,600,00 012153800130] 25 [Adjusted by $ 0,120.00 $ 6,520.00 220102205100] Prisorrfinslilufon fetrorns, water closet and lavatory salts, stainless steel, push button rillervalves, soap and paper 224013106305 holders, rough -is, supply, 100016 and vent Ea, 29 $ 6,950.00 $ [Adjusted by 6,960.00 220102202140] S 21,025,00 $ 46,400.00 $ 67,425.00 Prison/institution fixtures, water closet and lavatory units, stainless steel, push button fitervahres, soap and paper 224613106300 holders, reughln, supply, waste and vent Ea. - 5 23,2.00.00 $ 23,200.00 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 1 224673101640 224873101840 224673101840 1 224673101840 Cost adjustment factors, additional costs due to security requirements, deity search of personnel, supplies, equipment and vehicles, daily, physical search, inventory, and documentation of assets, enay and ea. Labor adjustment factor (mechanical). general, add to labor tar cramped shaft, for ❑ivislon 21, 22 and 23 only Labor adjustment factor (rnechanicai), general, 481139; high, add to labor for crawl space, for Division 21, 22 and 23 only Costs $ 2,537.50 5 2,537.50 Cost adjustment factors, additional costs due to security requirements, daily search of personnel, suppitos, equipment and vehicles, daily, physical search, inventory, and documentation of assets, entry and exit Labor adjustment factor (mechanical), general, add to labor far cramped shaft. for Division 21, 22 and 23 only Labor adjustment factor (mechanical), general, 451939; high, add to labor for crawl space, for Division 21, 22 and 23 only F'risonlinstiluiian fixtures, shower cabinet, stainless stool, unitzed, 38" x 38"x&6" Pr15on0nstildti0n fixtures, shower cab€net, stainless steel, unitized, 36" x 36"x118' 224673101840 224673101840 224673101840 7 224673101840 Costs $ 1,776.25 $ 1,776.25 $ - $ 1,522.50 5 1,522.50 E 5 1,268.75 $ 888.13 5 761.25 $ 1,268.75 $ (Adjusted by ❑12153600130 (Adjusted by 220102205100) (Adjusted by 220102202140) (Adjusted by 012153600130] 088.09 $ 781.25 $ 44,10000 $ 5,075.00 R S Means Estimate Houston GC] .898 Choice Partners .89 Sub Total Band Grand Total E $ 2,537.50 S 40,175,00 5 2,527.50 (Adjusted by 220102205100) (Adjusted by 220102202140] 5 453,785.06 $ (46,286,08) $ (44,824.80) $ 362,074.10 $ 6,460.00 $ 309,134.10 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 A.Wa9RL® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DO/YYYY) 4/3/2023 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 CONSTITUTEA 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 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 Highpoint Insurance Group, LLC. 4300 FM 2351 Friendswood TX 77546 CONTACT NAME: Nikki Chapman PHONE No, Est): (281)204-8770 INC. E-MAIL hpcerts@hpigrp.com ADDRESS: IFAX (2011205-0010 (A/C, No): INSURER(SI AFFORDING COVERAGE INSURERA: Texas Mutual Insurance Company NAIC S 22945 INSURED Generocity Services Inc. 1212 Winding Way Rd Friendswood TX 77546 INSURER B INSURER C : INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 2022 Master Cert 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, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY RE 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. INSR LTR TYPE OF INSURANCE ADDL INSO SUER WVO POLICY NUMBER POLICY EFF IMM/DD/YYYYI POLICY EXP (MMiDD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Es occurrence) $ CLAIMS -MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'LAGGREGATE P POLICY OTHER: LIMITAPPLIES PRO- JECT PER: LOC PRODUCTS - COMP/OPAGG $ $ AUTOMOBILE LIABILITY ANYAUTO ALL OWNED SCHEDULED COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS -MADE - EACH OCCURRENCE $ AGGREGATE $ . $ DED I I RETENTION $ A WORKERS COMPENSATION ANDEMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER NH) EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN - N!A OOO12414O9 ©/10/2O22 0/10/2022 X I STATUTE J 10TH- EL. EACH ACCIDENT $ 1,000,000 E.L DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The Workers' Comp policy include blanket automatic waiver of subrogation coverage per WC420304B. All such coverages are provided to the certificate holder only when there is a written contract or agreement between the named insured and the certificate holder that requires such status and/or coverage. CERTIFICATE HOLDER CANCELLATION City of Pearland 3519 Liberty Dr- Pearind, 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 Brandon Smyrl/MONMOS © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 (201401) DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 AMRD CERTIFICATE OF LIABILITY INSURANCE DATE (MM1DD/YYYY) 4/25/2023 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 Hotchkiss Insurance Agency, LLC 13430 Northwest Freeway Suite 600 Houston TX 77040 INSURED Generocity Services Inc 1212 Winding Way Friendswood TX 77546 GENESER-01 CONTACT NAME: PHONE Ext): 800-899-9810 (AIC. Ny ADDRESS: certs@hiaflc.com INSURER(S) AFFORDING COVERAGE INSURER A: Mid -Continent Casualty Company 23418 INSURER B INSURER C INSURER D : I INC, No): 713-956-0331 NAIL B INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1152591781 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. 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. INSR LIR A X TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR GE 'L AGGREGATE LIMIT APPLIES PER: PRO- JECT X POLICY OTHER: LOC ADDL. SUER ]N50 WVD Y POLICY NUMBER 04GLOO 1100736 JMMLICY EFF POLICY EXP !DD/YYYYLJMMfDD/YYYYL 3/1/2023 3/1/2024 EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) LIMITS $1,000,000 MED EXP (Any one person) $ 300,000 $10, 000 PERSONAL & ADV INJURY A AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOS ONLY _ HIRED AUTOS ONLY _ X X SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y 04CA002854816 3/1/2023 3/1/2024 $1,000,000 GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) $ 2,000,000 $ 2,000,000 $ $1,000,000 $ BODILY INJURY (Per accident) PROPERTY DAMAGE Per accident $ $ X UMBRELLA LIAB EXCESS LIAB A DEO X OCCUR CLAIMS -MADE RETENTION S 04X500229510 3/1/2023 3/1/2024 EACH OCCURRENCE AGGREGATE WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNERJEXECUTIVE OFFICERIMEMBEREXCLUDEO? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Inland Marine Y NIA PER STATUTE $1,000,000 $1,000,000 OTH ER $ E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ 0401M000035148 3/1/2023 3/1/2024 Equipment Personal Property 126,460 40,000 DESCRIPTION OF OPERATIONS! LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required! The General Liability policy includes a Blanket Additional Insured status with form CG 20 37 12 19 whereas required by written contract. The General Liability includes a Blanket Waiver of Subrogation with form CG 24 04 12 19 whereas required by written contract. The General Liability has Primary and NonContributory wording with form CG 20 01 12 19 whereas required by written contract. The General Liability policy includes a 10 day Notice of Cancellation for nonpayment or 30 day Notice of Cancellation for any other reason. 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. AUTHOR€ZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Any person or organization for whom the named insured is operating under a written "insured contract" when such contract requires an additional insured endorsement. All locations and completed operations. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. © Insurance Services Office, Inc., 2018 Page 1 of 1 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person Or Organization: Any person or organization for whom the named insured is operating under a written "insured contract" when such contract requires a waiver of transfer of rights of recovery against others. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right to recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CO 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. © Insurance Services Office, Inc., 2018 Page 1 of 1 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 IL00171198 COMMON POLICY CONDITIONS All Coverage Parts included in this policy are subject to the following conditions. A. Cancellation 1. The first Named Insured shown in the Declara- tions may cancel this policy by mailing or de- livering to us advance written notice of cancel- lation. 2. We may cancel this policy by mailing or deliv- ering to the first Named Insured written notice of cancellation at least: a. 10 days before the effective date of cancel- lation if we cancel for nonpayment of pre- mium; or b. 30 days before the effective date of cancel- lation if we cancel for any other reason. 3. We will mail or deliver our notice to the first Named Insured's last mailing address known to us. 4. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date. 5. If this policy is cancelled, we will send the first Named Insured any premium refund due. If we cancel, the refund will be pro rata. If the first Named Insured cancels, the refund may be less than pro rata. The cancellation will be ef- fective even if we have not made or offered a refund. 6. If notice is mailed, proof of mailing will be suf- ficient proof of notice. B. Changes This policy contains all the agreements between you and us concerning the insurance afforded. The first Named Insured shown in the Declarations is authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. C. Examination Of Your Books And Records We may examine and audit your books and rec- ords as they relate to this policy at any time during the policy period and up to three years afterward. D. Inspections And Surveys 1. We have the right to: a. Make inspections and surveys at any time; b. Give you reports on the conditions we find; and c. Recommend changes, 2. We are not obligated to make any inspections, surveys, reports or recommendations and any such actions we do undertake relate only to in- surability and the premiums to be charged. We do not make safety inspections. We do not un- dertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. And we do not warrant that conditions: a. Are safe or healthful; or b. Comply with laws, regulations, codes or standards. 3. Paragraphs 1. and 2. of this condition apply not only to us, but also to any rating, advisory, rate service or similar organization which makes insurance inspections, surveys, reports or recommendations. 4. Paragraph 2. of this condition does not apply to any inspections, surveys, reports or recom- mendations we may make relative to certifica- tion, under state or municipal statutes, ordi- nances or regulations, of boilers, pressure ves- sels or elevators. E. Premiums The first Named Insured shown in the Declara- tions: 1. Is responsible for the payment of all premiums; and 2. Will be the payee for any return premiums we pay. F. Transfer Of Your Rights And Duties Under This Policy Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual named insured. If you die, your rights and duties will be trans- ferred to your legal representative but only while acting within the scope of duties as your legal rep- resentative. Until your legal representative is ap- pointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. IL 00 17 11 98 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 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: 2023-1012399 Date Filed: 04/26/2023 Date Acknowledged; 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Generocity Services Inc. Friendswood, TX 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. C0423-07 PSB Detainment area plumbing replacement 4 Name of Interested Party City, State, Country (place of business) Nature of interest check applicable) pp ) Controlling Intermediary Harris, Chad Friendswood, TX United States X Harris, Amanda Friendswood, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Chad Harris , and my date of birth is 7/21/1972 My address is 23 Windsong Lane Fricndswood TX 77546 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Galveston County, State of Texas , on the 26 day of April 2023 • (month) (year) a, _ Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us ersio.o.l. DocuSign Envelope ID: 369F8F1 C-52E0-43C5-A03E-1027952CBC14 House Bill 89 Verification Form Prohibition on Contracts with Companies Boycotting Israel The 85th Texas Legislature approved new legislation, effective September 1, 2017, which amends Texas Local Government Code Section 1. Subtitle F, Title 10, Government Code by adding Chapter 2270 which states that a governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: 1) does not boycott Israel; and 2) will not boycott Israel during the term of the contract Pursuant to Section 2270.001, Texas Government Code: 1. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and 2. "Company" means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. I, (authorized official) 1114-4 4-4 e /l tit. , do hereby verify the truthfulness of the contents of the statements submitted on this certification under the provisions of Subtitle F, Title 10, Government Code Chapter 2270 and that the company named below: 1) does not boycott Israel currently; and 2) will not boycott Israel during the term of the contract; and 3) is not currently listed on the State of Texas Comptroller's Companies that Boycott Israel List located at https ://comptroller.texas.gov/purchasing/pub licationsldivestment.php Company Name Signa e of Authorized Official / hiA:irA___ Title of Authorized Official Date