Loading...
HomeMy WebLinkAboutR2023-184 2023-08-14DocuSign Envelope ID: 400032D9-2DAD-4015-895C-9F8133C766A2 RESOLUTION NO. R2023-184 A Resolution of the City Council of the City of Pearland, Texas, awarding a 3 - year (1 -year term with 2 renewals) contract for Preventative Maintenance and Repairs associated to HVAC Systems and Ice Machines to TD Industries, in the annual estimated amount of $482,157.00, for the period beginning August 15, 2023 and ending August 14, 2024. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That competitive bids for a unit supply contract for HVAC Systems and Ice Machines repair and maintenance services, have been reviewed. Section 2. That the City Council hereby awards a contract to TD Industries, in the unit supply amounts reflected in Exhibit "A" attached hereto. Section 3. The City Manager or his designee is hereby authorized to execute a contract for HVAC Systems and Ice Machines repair and maintenance services. PASSED, APPROVED and ADOPTED this the 14th day of August, A.D., 2023. (—DocuSigned by: --tAititA, Cott. 2FgnB"2A^7s.. J. KEVIN COLE MAYOR ATTEST: rDocuSigned by: rsp4EC22G31FFF4a5 FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: ,-DocuSigned by: -E-13CA008&B4F466... DARRIN COKER CITY ATTORNEY DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445 PE,[LAC City of Pearland 3519 Liberty Drive Pearland, TX 77581 SERVICE CONTRACT NO. # RFP0423-09 For HVAC Refrigeration Repairs and Quarterly Preventative Maintenance of HVAC Systems and Ice Machines THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home - rule municipal corporation ("City") and TDlndustries, Inc, ("Contractor), and consisting of the following parts: I. Summary of Contract Terms ll. Signatures Ill. Standard Contractual Provisions IV. Special Terms and Conditions V. Additional Contract Attachments I. Summary of Contract Terms, Contractor: Description of Services: Contract Amount: Effective Date: End Date: Renewals: Resolution No/Bid No: II. Signatures � ERR p �y ' JheRgAN D TDI Industries, Inc. 9525 Derrington Road Houston, TX 77064 Contractor will provide City of Pearland HVAC refrigeration repairs and quarterly preventative maintenance of HVAC systems and ice machines, in accordance with specifications of Bid/Quote/Coop Contract #0423-09, 5482,157.00 August 15, 2023 August 14, 2024 (2) renewal options available, upon mutual agreement of both parties. 82023- , RFP#0423-09 CONT ` TOR 8/17/2023 I 11:45 AM CD Purchasing Officer DocuSigned by: F888B12DC740428... James Venegas Date Title: Senior Vice President 8/17/2023112:29 OT _ *Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager 08/01/2023 *City Contract Signature Authority, SuperintendentlManager — up to $10,000 Director - $10,001 - $30,000 City ManagenfDeputyiAssistant City Manager - $30,001 + City Council Resolution over $50,000 Service Contract Standard Form Page 1 of 7 Approved as to Legal Form 6,28.2021 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 III. Standard Contract Provisions WHEREAS, Contractor has bid to provide Services ("Services„) in response to Request for Bid/Proposal or Quote No. RFP#O423-09 ("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 I 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 (1) one year, with performance commencing upon the effective date or the date of issuance of the notice to proceed issued by the Contract Administrator or the Purchasing Division, or upon the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the Term of this Contract for up to (2) two 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 $482,157.00, 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{c 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: Francesca Beltran Department: Engineering & Public Works Phone: 281,652,19461 Email: fbeltrani pearlandtx_gov 5. Insurance; Bonds. (A) Before performance can begin under this Contract, the Contractor must deliver a Certificate of Insurance ("COI''), as proof of the required insurance coverages, to the 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 Farm Page 2 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within ten (10) days of the City Manager or his designee's written request. Insurance requirements are as stated in Attachment C, the entirety of which is incorporated by reference into this Contract. (B) Contractor shall provide any required payment bond, performance bond, or both, prior to commencement of performance under this Contract. The terms, conditions, and amounts of the bonds and appropriate surety information shall be included in the RFB/RFP or as may be added to Attachment C. and such content, the entirety of which, shall be incorporated into this Contract. 6. Purchase Release Order. For multiple -release purchases of Services provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: the authorized City department or division shall send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order shall refer to this Contract, and Services shall not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re -worked immediately at no charge to the City_ If immediate correction or re- working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, shall be paid by the Contractor within thirty (30) days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Contract are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship_ The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Contract shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated therein. Attachment D, the entirety of which, is attached to this is incorporated into this Contract. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services_ 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Contract including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non -Appropriation. The continuation of this Contract after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and 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 Page 3 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 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: Jack Enochs Title: Facilities Services Manager Address: 2016 Old Alvin Road, Pearland, TX 77581 Phone: 281.652.1914 IF TO CONTRACTOR: TDlndustries, Inc. Attn: Vasile Simintchi Title; Account Manager Address: 9525 Derrington Road, Houston TX 77064 Phone: 346.260.9455 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 FR ACTUAL OR COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE PERFORMANCE OF THIS CONTACT OR THAT PROVIDES FOR CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT, EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY 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: E006FD45-0E43-4BE3-90B7-A49EFACF0445 THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS ONTRA CT 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 Fom Page 5 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 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 D. Warranty Requirements Service Contract Standard Form Page 6 of 7 Approved as to Legal Form 6,28.2021 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 Incorporated by Reference Only: Exhibit 1: RFBIRFP/Quote No, RFP#0423-09 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: E006FD45-0E43-4BE3-90B7-A49EFACF0445 ATTACHMENT A — SCOPE OF WORK Scope of services provided shall consist of routine HVAC refrigeration repairs and quarterly preventative maintenance of HVAC system and ice machines for the City of Pearland, in accordance with the specifications of Bid/quote/coop contract RFP#0423-09. DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 ATTACHMENT B - BID/PRICING SCHEDULE 61231:6 MOM Sid KPtar Brat ll2Ma'am o9IV,iC je.lerns awl IceMa lnee L►W Ur* Oaeaiptan L3€Yd 42rr Mt Ect blell L QUARTERLY PEOMITATIla 31,013:Dava OF H. ': VS -Min IPEG L : QUAR1c�Li iT PRF.E. Ai:4E5L4LwLEtiiNCF� FOR P4'itrQ« = AI =EMU_ PAM QTR5 # SYSA4 3 1,300.01 L * QTYLS 4 # ib4LL0e I 'Rea8.0e QUAS TJIT YRBL' ATRE}Lal`rrL45NCE FCEL HV.4 EI;Ll IEcTAI.tNIM4L =MIL CM I A LS QUART}1T PRND.TATLVE}L4L(tE45Na FOR HCACPIZR.431w7AlDF'J T TEMCRNATL E MAIM Q7S. ; I 61D 3 1.040.00 L.# QLLilt nav 1.1.71 7ASR'L5L4ERL4iNZR FOR YIL1uC8RL 17A.T1Ah34`.51d5L'oTE.5o4'4C: . S 416.00 I 1_C6O.90 L 5 QLC LYPRINDUAIAE5L4=iN€EF]R NVAC l.Q[. 7 A7lin7 tan QTRE ; $ 335.40 , $ 1.347.03 L 4 ciTJARIUVEPREVEzIATIVE bL4LwCE43N'.E FOR MAC *QLSRinT A7 ?MIX 1.701M Al A I 06544 I 274794 L r QUIRT 1'L FRE4,TAI14E NI_ADIID ANYE FOR K`.it LQi7PF ? A7 KWIC SULKS .41=5!.: 70 ,57t.9:aISTRiT➢ C .9795 Q7]L5 $ IiRW _ I 1 iD as LS ; a10�80 3 1 W}A4 QL:+a1T*"1' PLEcsrwrZE s1Lh t IJ E FOIL WA EQ1.7FS1ET A7 PUBLIC VOWAITIEK HMG. L9 Q31AAT.T YREL'Y3iiATT4E>•Ld7.`;CE45NGE FOR HL AC EQ?�SiE{i'ATtIFL4 1LNAPPS£ Q31'` ; S 994.60 I 3_540.40 tram L.IO QU+T 1Y PPINLNTATP E &LiMM.Y4NL FOR PL4AC aSa. Le. r Al PAY 5t 1YYV .3 Q115 ; t 3.134 -Sill S 1219043 L 1: QRf.+IL LFPH.E4'EgLIITIESLIVIEYAN€EFOR lR _ij!L9%iL^1T A7 FLIP 5LiTMN P Q1l 4 $ 211004 3 11.27090 L I: QU. 0J .Y RREMNIATLYEILi1 TE45NCE FOR L{CACE.Z. ^6i1 IT AT PM Sii77DN r I.07.5 4 I ZAR5.04 I Li I¢O 'NI 113 Q.;AELT LL ii4i4R3LAncrna •!Fok !LVAC'_cr Ar FM 5TAIM 1 w5 037# 4 I 1010.011 # lc am I ee LH Q:ARTULY FR¢ 'EVIATI E3 IANTE`L3NCE FOR EiLW EQL721l iENI AL ABM S ATFO 1 *3 pills i` 1 1.604.00 $ 44002N 1 II WARMLY IFTILMTVLFI4'E3L.4riT!N..2e TOIL 'liAC E'r3aIENT ASF]L* ME _.E4lt4 QTRi 4 3 1.5 504 I £3e4u4 1.'a QCAUrT3 Y PIr<R'LV uivEM4LV7EGNCE FOR HLTP SAC LQ7IER PUBLIC 6II€ SAFESY BL97.LLYG PITS *` $aoo allaao 1 Cl QUABISLYFI;e4E*1'LATI E]LALN EVhN€EFOR I-LVACEQL YT AT RECREAllatf CU= API} NATA7ORLL.7i QT15 41 3 £yi094 # 27_FKL04 1._a QC3P11L ILYPRRLV'L#1TLE5LANTEVhNLE FOR. I-V'AC A AELQT .T RPCYZ1 MITER was i $ maim $ imam I :a Q."AR3O2Lt"14REVW4TAA'•'E3d+LLv3't(✓'J+I yea ?!.AC E QUJENER7AT arc FLU_ Q7Rs ; I 261009 I 1O 1OA0 1 al QC iBMLYPlRLVL^1Li1T4Z5LiLVJZ*A FOR N4i5C 11QUIMiEff #i CTT1f HALL NII9'_1 QM * 3 2,aao.MO I e.aaaOO 3t1 7:311.SERLYPlZIMPLATIVESLADIEC AMIMR MAC 15QUMSMIT_A7 7aLtmc • 4T1 . - QTRS 4 $ 1.764.49 I 7.000.W 3 'n± QILLilLIMETPREMFLA.111T5LAZFM1A.T42rot JACEQtEMMI7 i7S'[s5EI=LinRi1L4' Q31S i I 2,21D.0O I ma'am 123 Q:ARTY PMM4TA110E7.44Lw7EgA14 E FOR FR'AC TATWM=LIBRARY Q71fi_ a € 623Q9D i 24.7d4ild 1_4 QL-AR1UU.Y12MV'E'n ,4I VENL4L *LWCEFOR BL AC Eccue.Cti` - ATE37FF,GE* 6-7 COMICLIMC.5IICNS BLDG was 4 I 1,51&DU I 4,11141.011 123 QUA K1FRLYPI:EIT :. TAi14EIL41VJE7 WC€ FOR FINAL EQUlAN.ETI A 1tY1SR{ AT 4 i #704.96 S ii_004W .e IMELX4T SCARTWP FQ . Wi4TLEILaVWEVUESPARTS WARTMILYWEIMITATIVE}LAD17EII mR -AC' FgG'Y.—r"*T .t7i t -• Waft # 1 -ill t{L".itTL71=Y 1 , 73SS? mit,TLNItNTL'v0 =CL I DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 21 qLZAZIELLY 4TAfl ! SLATE Ah10E FORK! NVyFFIVFC {1$ MATED REFRIGELAIICK BINIMEhrt. AT C Es7 L PAD& a # SIO CO # 216.00 -' QUUTOLY P3S°7 DITAI1VZ 34.42415W Mitt MAME AT ars-&i1L MTh. Q183 # $ X00.0} $ 1,600[0 13 1 IAI EILY PRPVE4TAT11E MAINMAIK€ FOR= MMEAiF1ieSLiilffVil,LL MIT A. OM 4 $ 210.[0 $ 1"064.{0 :._4 QUARTERLY PDYFL^ll'Arpre 3CiII+i11'A1+U a ECRU'-' IdACE IEATMESTMt'NIL. =TAO QTRS 4 $ P1a34) $ 1.000(0 1# QlLi]r]TJl3.Y ParliMT AIIIE SIATIMMAM FOLIC L4": IE AT AXE S14St6Y a LITTr] QTFS i $ 21$C0 $ 1,09480 QUART= PF-rSEYIATIVE ILCNIIMANCE FR ICE 1<:4 J! At ?3! T/.ItON.S1:C'T4id L 1# 1a34a $ ]"oe1.D64.04 Z7 WARMLY PR'4Z`lTAT10E} Z1TraWr FORD ILAMILNE AT FLT STATION E.3, MET41 QIRS 4 I 710.0} I 1,000.0 1# QUIO=P"PRE4ENI4LiE3L41YTENAl CEE!RICE QM JS VMS 1"464.04 3ti'J4`IE AL FM 1Ti1IQN . S34T SiACHNE A7mESTAII 114 Qin 4 $ 4WD) $ 1,NOM 110 QUARMELY PREGEVTATIS€3L41X1if14ANTFc&ICE St C'rICIE AT ME STATI€S.] YS IOU 4 # 41S.CO # 1.64404 rl? QIE TEE{' PRE4EYIAIR€5L.'.Th NA FCRICE }.aa:ZS AND MUM RIIR[C$A'vtl %LM:SiEw7. AI Ri_UP CB= QIRS 4 # 66500 $ 2340.00 212 QUAY= YPIEiEJL%Li=L41NTAANaFCa=CP Q1RS q I 4f0A0 $ 1.64DA4 \'-t 7r= AND FL. IIMSPFBIC IJLON *fi�CM7. AT ME aUh2`I.1 ':3 WARMLY PRI MITAI7I2 SLAINTE W1C! FOR Ea 2.a.:1-= A'I' MATED I2fRIC RIIIION Egt.ume7,ATPL'1SLicS4 UT11LM. Q7 a $ 13540 1 294400 114 PEI= St ASEJPFOR]LUEii=5 SIT= P1HI5 QUAD,TE Y P1 MMITA17! 3 CAL* ' 0.$340 TOR E' MAC i3 5 QTR. 4 3349E $ 120 um rt Lir. L: oy 4.4n 11006 0 r 'Nat €44.n.40 1A QUARTUxx AnY1miTATI.R svirsrrelvace 4F FC.'AC M TbZ I Mg 1. Li. r kFXJ Y YAES 4-L T_l? SLiniT C. FMS Ei4'AC EQL^ISIE'rr AI .F7 i r.k1-^ r WAS 4- 1 4i rS ° 2 17.090-04 l.t# _ # coat* # ta#OA4 QULiKTL]ILY FRZSY14I flV ' 01A.M1I=1LNECL TO1. EirAC r sm FAlA_ CC12r 4TCISSe, 1.3A Q - t 97340 # 1,904.40 Q AU T LY ARE .'@+tAT7'L Flhlrill2VOCZ POP SAO Al 6,i]SRr 74441 RSIrT FL.-tyr 1{i gUAR EBT3" PEEVIEITIATIVEMAMTMVINCE FOIL Iii:AC EQUERNEE 7T AT CT1LEZ UT R'.ANT 0171L.5 - 0 250.00 1 # 1.490-04, kft0.04 1. 'A cITIA1QCD1,Y P'IRS'CNTATIVE 0w CQi•LYh.#GC 1'OI. KVAC 6g(. N1 AT 11.7-C W127 PLi.T * I y # #20.0) 1,6A 63.4J TEPZY PRE4'1D+FA171. 1 PithlrirMiVoCe FOR 144-.{C L'QS.i AI Emu' "E" AT P..A',T Q _ * 91{40 # 1,31R4i 1.7A !] TanTEBLY PEETOZTLATIVEMAATIMLENCE FOR PR'AC 9gUIDSLE.JT AT MA.CO1 LTA TEAL -ER 13 PLANT - t 925-00 1,800.0. 1.Lt _ # ',Auld* # 1-Of14i04 QLL4AICILRS Y PIT24LAI141' hdh1NTL`ZiNGE POLL HYAEC LD S= ATRPFL>=TIO1 SA3-ATFLCT 1.4A Qi78S = # 97340 2 1,904.40 Q , TERLY PRZ4'C+TATA'L P441211121.0= lICR 1h,.itFIQUIPMENT AT SLL'IC9W LaSmc uT FL.i' 1.10A WARMLY PILEVERIATIVEMAA1IE1(IN FOIL I-NAC EQUIR6CELITA74CT1'}S:;4 1IIT IRAN= QTRS. 4 1 22500 $ mecum 1.1 IA Ems. = # l45 O4 # 3_ W 94 QL EVEICPLY PlEn7EISITAITEMBIALITI1EFULNGE P0! ER'AC !Q1 TT AI HELL FEED PRESS 6C'F_DCti G 1.12 Q.1.1A- iv P E'.'@+TATA'L PLIAINTIWANCE IICR livACEQI-Ii1. 'PT.iS .k.r 1a:'L.J7Cr QT93 = # 17'5.40 ; ;9114.40 1.13.- QUARTERLY 3P3.ESMCLATTLYEMA131TMLINCE FOOL @L'AC EQL'3=.fNT AT EMPS S AND .iv!.� I ELZ'= 2.,11. QTI7 I 4 # i-98O.0 I 7-7d0-01] DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 1.]M EVAC EQUEMEBITY Al MAD{ FL.CERI AL 331-1E/120:3 QTF.5 4 $ 7110.04 I 21140.04 1.15A QUARTERLY rik.nr VTAmm MA 1ra`elk#C E lc HVAC EQL w'T Al e.LL'a-'E .L4Os &L2L}Jv QTRS 4 S SIG AND 1 2320.00 1. L+•1. QUARTERLY F it.EvoJT'A734Y 1. ALVTE4ANCY FOR EgrAFT Z- T AT OrR.J1.A17. "w 7S --..7.Z NG OHM C»RS t f S7D7 04 IE.NU_M 1.17A Ce.tAR7LIttY FireirVTATIVE P4,{ffrIlDroNCE Ii * rrvAC . 4T At 7E,Aw a'ATEA �7L:TF.i6 ]C*C70Pi Q19Lg 4 # App_Op lR 1, 70.00 L Iii WARTERLTFTErsmiTAnler M.norn F:AIP PC. 11VAC 'L 47t4T ;T aL{DOR" alt.= E. Sb ti rI.1Nik QM& + $ 1. SiSANS $ C.21:810 3A, QLIARTEU-Y PLEV]'*R#71VESLI PTIDUL CE Cr ICE vsCEIDES, R.MSIG.EDATICNAND '•• CHM rQUGPf"IT PM 2.]A "..,f, =VI PR.n.LZAT. T WILkr il4c MKIR 5.1r14.7= .7.5 r0'.1, ROM x S12.5mmt_ AT rasa =T.AT1 =F QTA5 4 f FS.00 $ 2,70.00 :._i JIR EEL Yw.E5'EYI'ATR'E xrA!NT A54 �*F€8L i[R-1fa-CO4� AS isL U : 3L"Aa.N A_ .Li1. Lln 1ot alms 4 1 ro.04 I 1.4110.00 }3.{ QUARTERLY PRE4'EiTA7141P LUILYT50U.5JC E FOR. REFRICJERATeit AT ML11z4.1'GOS 1. FrITATC7E14,74 QTILS 4 It 425.00 $ 1.X70.00 } 4A QcJAITIMLY IMEM,TATAV HATNTIETWJR 1.O1 ]2TNlaIERATcR AT sY..t {71.04 LPC74T3 {L'PPL�\ QTRJ 4 i 1515.1145 1.Ra0.00 s LIS FEYCP_YI Ld_IL3GaIP FOR rri21EDIA SgCm9R>°Q9ASITS 4ILZARIIELLY a6E4'F3.'IA374E L!A124Mra`iC E P50.3CE Q3 & 4 $ 3 IKIII7TarlSATE FOIL =A 5 TO LAN. CIIMI ., MID R.=-IXED 3ERA.37 MT e3q .711.5 s""1T HOUR Y $ 4 =MOR:. HVAC Astiws143 S. -Ls .. li.to. ma. rP• -+ti ]S r.das. FM 1 - I - +. L TrAo::•--.vim= HI:r -a., LA 304 $ - +.= Holism. - is —d Y rr R.ra LA 510 $ - $ - 13 Grraa_Fn, }mad m an a®L 9Fmod of app-osaossEf t` Md. FA SO $ - 4.4 TerbmoY= Emetgenw Papaw Rile (Laze ahith will be chars* a $er'tardud by fue s. hours). EA 75 1 4.5 Hrlprr Eerrn .:r Repair Rats (Rats libor6 irdl b. rhu1ed arm ftaedaed humus km3}. EA 50. $ - $ 4.fi 71{iums� ;bore per ea Gig fa' emPTgeugy Main [alter Erna I ca'I l $ Total s TT,isa.a4 DocuSign Envelope ID: E006FD45-0E43-46EAl IP flYI ICP4 I L — INSURANCE REQUIREMENTS City of Pearland 3519 Liberty Drive Pearland, TX 77581 Purchasing Department 281.652.1775 ebids@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. C, CGL and BAL, City shall be provided 30 -day notice of cancellation or material change ir• coverage. CGL will include a non-contributory addendum. 2. Commercial General (Public) Liability (CGL) to include coverage for: a) PremisesIOperations b) ProductsiCompleted 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 - S2,000,000 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 ebidsDearlandtx.Qov. Questions regarding required insurance should be directed to City of Pearland Purchasing Department, at ebids@pearlandtx,gov. This form must be signed and returned with your bidlquotation_ You are stating that you do have the required insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of insurance policy with the above requirements to the City. A purchase order will not be issued without evidence of required insurance. Agreement I agree to provide the above described insurance coverages within 10 working days If selected to perform work for the City of Pearland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors performing work on the project. Project/Bid # RFP0423-09 Company: TDlndustries, Inc. Signature and Printed Name; I�I James Venegas DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445 C.C)PI] CERTIFICATE ATE OF LIABILITY INSURANCE GATE (IMX,'DDlYYYYI THIS CERTIFICATE IS ISSUED AS A HATTER 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 pallcylles) trust have ADDITIONAL INSURED previsions 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 •ndorsame I s . PRODUCER MRS H (SA LLC. 4.400 L irraBulk k Tuwer L717 hibn Stied [Alias, 7X7520I-135? Mtn; thbs,oemcf rshonon CNI.Ol L7F 1DCJA►.k23'.2+1 , r hkb sa Car NAME. PRONE . r''21 213-]49 I INC. Mot, #RAIL Mbbsselicn s narsh.carn ADDRESS. DISURER[SIAFFORDING COVERAGE NAIC■ INSURER A:NationalUnion Fire ErstuanceCo 1944.5 INSURED 1Ebrl reeks, Inc. 13850 Dtkin3I Urriee [bias, 7X75234 INSURER B : f' tbinal Fire r&Netlike insurance Ce 20079 INSURER C : N:wllstroc'lli'e insurance Comm 23841 INSURER D : Starr rrdermYY &Labray CaniranY 3$318 INSURER E ; INSURER F : COVERAGES CERTIFICATE NUMBER; 1-IOU-143-43SS2o-22 REVISION NUMBER: 4 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 LTRDOD TYPE OFINSURAHCE ADDLSUBR WVD POLICY NUMBER POLICY EFF IIIWDEP YYYYI POLICY EXP II�MD JYYYYI LINrTS A X COMMERCIAL GENERAL LIABILITY CrLL180110 O3O1. 3 0301.2024 EACH OCCURRENCE S 2,0OO,Ikttl INTZD CLAIMS.MADE X QUUUR PREM�ISEB EeGE TO ececurrerMoa $ L,UX).ONJ X CI:oral:MalLi:tha .+'Jt1~3ll LfoErPOnynnepereonl $ 25.040 PERSONAL S.sDV INJURY S 1,DCb,CO3 cart AGGREGATE X LIMIT APPLIES PER: T.CPi 1 X I LOC GENERAL AGGREGATE S 4,044.0114 PRCOUCTS-COMPFOPAIMS 4,000,Ol14 $ A AUTVMOBILELIABM.ITY X — ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY — SCHEDULED AUTOS NON-OwNE(} AUTOS -ONLY CA296]5411 a3,v1..2O23 U31UL'2024 COMBINED SNGLEUIIUT Ea ecudentl S iDIJIIall:1 BODILY INJURY (Per perinn) $ BODILY INJURY (Per Readert) $ PROPERTY DAMAGE Per aocluergl $ S B D X U IORD.LALUB EXCESS LIAR X QUDUR CLAIMS.MADE 42 -.NSF -307220-05 I0805g8.24523 3I c Siel0i -Sb. htknis ureicdyirg U3,V1f2tr23 41191 12023 O3JO]f2D24 014+0112024 EACH OCCURRENCE S 5,40D,Oil4 AGGREGATE OED I I RETENTICHS $ C WORKERS COMPENSATION ANa EMPLOYERS' LAiBR.IT'r ANY PROPRIETOfWARTNEIVEXECUTIVE: OFFICER,MEMBEREXCLUDED? (Mandaimy In MillE.L. It e, tleersme uiae, OF OPERATIONS below Y M N NIA VkCX1E9l)7S6L56 1 yL; TX 413 111 23 U3r4LI (12+# XI PER I I QTH- STATUTE ER E.L. EACH ACCIDENT $ I, . DISEASE- EA ELFLOYEE $ 1.9ROXI E.L. DISEASE - POLICY LIMIT 1,0O4O0DESCRIPTION S DESCRIPTION OF OPERATIONS,' LOCATIONS i>,'EHIGLES (ACORD 101. AddIIIonal Aamarhs Schedule, mayua att chad limos space Is r4quhvd} RE 11:krbustrim Sc nice - Any and AU Mt -k. Ptrlmrrrsd by TlIndustries, hra ClyofFcar redA:Wiliam]In6uredliv{;rne RILEWuyandAOLbbUIy,butonlyLathecxticnloLfiebiuiesspec f}assurmiundorcan1]d ienm (excludes %baize's Carrpensalrn and arpbyefs LiLbiry4. and unly as Tegrned by wader corn ac, VAiver of submga tian .e pnuvkkd ii fear orC9ty of Peurbnd Rr Cxnrral l nbiny. Ave lability, linbrelh lability and % Leds CumFerisatim, ba only as requied lay ..rinen ceronici, f xss iahn+s faun CERTIFICATE HOLDER CANCELLATION CI). ofrearhrrrt 35L9LirrrtyDisc. Fcnrh,ncl, TX77581 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AU 1 HOALZ D REPRESENTATIVE of Mash USA LLC ?DIV#ssd, Ir X .-e. ACORD 25 (2111003) 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 AGENCY CUSTOMER ID: CN101817864 Lac #: Dallas ACCARDIT ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY WREN USA LLC- NAMED INSURED. PouCY NUMBER CARRIER RAC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 255 FORM TITLE: ertifiCale Of Liability Irtsuronee ACORD 101 (2009101) 12000 ACORD CORPORATION. All rights reserved, The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 ATTACHMENT 0 — WARRANTY Services shall conform to the proposed specifications and all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 0423-09 HVAC Repairs and Quarterly Preventative Bid # Maintenance of HVAC Systems and Ice Machines Line Items Line Description UM QTY Unit Extended 1 QUARTERLY PREVENTATIVE MAINTENANCE OF HVAC SYSTEMS PEW I 1.1 QUARTERLY PREVENTATIVE MA1NTENA.NCE FOR IlVAC EQUIPMENT AT CENTENNIAL PARK QIRS 4 $ 325.00 $ 1,300.00 12 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT ANIMAL CONTROL CENTER QTRS 4 $ 1,520.00 $ 6►,080.00 1.3 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT DELORES FEN WICK NATURE CENTER QTI15 4 $ 610,00 $ 2,440.00 L4 QUARTERLY PREVENTATIVE MAINTENANCE FOR IlVAC EQUIPMENT AT PARKS MAINTENANCE BLDG. QIRS 1 $ 415.00 $ 1,660.00 1.5 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT FLEET DEPT. QTRS 4 $ 335.00 $ 1.340.00 1.6 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT PUBLIC WORKS ADMIN. QTRS 4 $ 685,00 $ 2,740.00 17 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT PUBLIC WORKS ADDITION TO ADMINISTRATION QIRS 4 $ 410.00 $ 1,640.00 I.8 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT PUBLIC WORKS ANNEX BLDG. QTRS 4 $ 410.00 $ 1,840.00 1.9 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT MELVIN KNAPP SENIOR CENTER QTRS 4 $ 890,00 $ 3,560.00 Lt0 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT FIRE STATION -#1 QTRS 4 $ 3,045.00 $ 12,180.00 l_II QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT FIRE STATION #2 QTRS 4 $ 2,810.00 $ 11,240.00 1.12 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT FIRE STATION #3 QTRS 4 $ 2,865,00 $ 11,460.00 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 1.13 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT FIRE STATION #4 QTRS 4 $ 4,010.00 $ 16,040.00 1.14 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT FIRE STATION #5 QTRS 4 $ 1,600.00 $ 6,400.00 1.15 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT FIRE/EMS ADMIN. QTRS 4 $ 1,545,00 $ 6,180.00 1.16 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT PUBLIC SAFETY BUILDING QTRS 4 $ 2,295.00 $ 9,180.00 1.17 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT RECREATION CENTER AND NATATORIUM QTRS 4 $ 6,910.00 $ 27,640.00 1.18 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT RECYCLING CENTER QTRS 4 $ 410,00 $ 1,640.00 1.19 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT CITY HALL QTRS 4 $ 2,610.00 $ 10,440.00 L20 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT CITY HALL ANNEX QTRS 4 $ 2,080.00 $ 8,320.00 1.21 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT TRAFFIC OPERATIONS - HILLHOUSE QTRS 4 $ 1,760.00 $ 7,040.00 1.22 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT TOM REID LIBRARY QTRS 4 $ 2,210,00 $ 8,840.00 L23 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT WESTSIDE LIBRARY QTRS 4 $ 6,230.00 $ 24,920.00 1.24 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT EMERGENCY COMMUNICATIONS BLDG_ QTRS 4 $ 1,545.00 $ 6,180.00 1.25 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT NATATORIUM QTRS 4 $ 4,500.00 $ 18,000.00 1.26 PERCENT MARKUP FOR MATERIALS/SUPPLIES/PARTS QUARTERLY PREVENTATIVE MAINTENANCE FOR 1IV�1C' LOLFIP 1ENT QTRS 4 30.00% $ 1.20 2 QUARTERLY PREVENTATIVE MAINTENANCE OF ICE MACHINES PKG DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 2 I QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINES AND RELATED REFRIGERATION EQUIPMENT, AT CENTENNIAL PARK QTRS 4 $ 540.00 $ 2,160.00 2.2 QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINE AT CITY HALL ANNEX QTRS 4 $ 400,00 $ 1,600.00 2.3 QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINE AT FIRE STATION #1,UNIT #1 QT 12 S 4 $ 270.00 $ 1,080.00 14 QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINE AT FIRE STATION #1, UNIT #2 QTRS 4 $ 270.00 $ 1,080.00 2.5 QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINE AT FIRE STATION #2, UNIT #1 QTRS 4 $ 270,00 $ 1,080.00 2.6 QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINE AT FIRE STATION #2. UNIT #2 Q CIS 4 $ 270,00 $ 1,080.00 23 QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINE AT FIRE STATION #3, UNIT #1 QTRS 4 $ 270.00 $ 1,080.00 2.8 QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINE AT FIRE STATION #3, UNIT #2 QTRS 4 $ 270.00 $ 1,080.00 2.9 QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINE AT FIRE STATION #4 Q CIS 4 $ 400,00 $ 1,600.00 2.10 QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINE AT FIRE STATION #5 QTRS 4 $ 415.00 $ 1,660.00 2.I I QUARTERLY PREVENTATIVE MAINTENANCL 1.0K 11 E MACHINES AND RELATED REFRIGERATION EQUIPMENT, AT KNAPP CENTER QE 1 $ 685.00 $ 2,740.00 2.12 QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINES AND RELATED REFRIGERATION EQUIPMENT, AT FIRE ADMIN. BLDG. QTRS 4 $ 414,00 1,640.00 113 QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINES AND RELATED REFRIGERATION EQUIPMENT, AT PUBLIC SAFETY BLDG. QTRS 4 725.00 2,900.00 2.16 PERCENT MARKUP FOR MATERIAL/SUPPLIES/PARTS UARTLRLY PREVENTATIVE MAINTENANCE FOR ICE MACHINES Q FRS 4 30% $ 1.20 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 : HOURLY RATE FOR REPAIRS TO ICE MACHINES AND RELATED REFRIGERATION EQUIPMENT 1IOUR 1 $ 110.00 $ 110.00 4 REPAIRS: HVAC As Needed Scrvic[ _ Notc: any quantitics listed are estimates. PKG I $ - $ - 4.1 Technician - Standard Hourly Rate EA 300 $ 110,00 $ 33,000.00 4.2 Helper - Standard I burly Rate EA 50 $ - $ - 4.3 Pcrccnt mark-up for matcrialxlsupplicsiparts, based on an annual spend of approximately $50,000_ EA 50 30% $ 15.00 4.4 Technician Emergency Repair Rate (Rate which will be charged afcr standard business hours)_ EA 75 $ 165,00 $ 12,375.00 1.5 Helper Emergency Repair Rate (Rate which will be charged after standard business hours). EA 50 $ - $ - 4.6 Minimum charge per call out for emergency repairs (aftcr hours only). EA I $ 195.00 $ 195.00 Line Items Line Description UOM QTY Unit Extended 1 A QUARTERLY PREVENTATIVE MAINTENANCE OF HVAC SYSTEMS FKG l_IA QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT F1R]=. STATION f i QTRS 4 $ 4,465.00 $ 17,860.00 L.2A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT ALICE WI PLANT QTRS 4 $ 680,00 $ 2,720.00 1.3A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT BARRY ROSE WWT PLANT QTRS 4 $ 325.00 $ 1,300.00 1.4A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT C(] .T.EN WT PI.:A NT QTRS 4 $ 350.00 $ 1,400.00 L.5A QUARTERLY PREVENTATIVE MAINTENANCE FOR I IVAC EQUIPMENT AT JIIEC: WWT PLANT QTRS 4 $ 520,00 $ 2,080.00 1.6A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT KIRBY WT PLANT QTRS 4 $ 325.00 $ 1,300.00 1.7A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT MAGNOLIA TRAILER WT PLANT QTRS 4 $ 325.00 $ 1,300.00 1. A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT REFLECTION BAY WT PLANT QTRS 4 $ 1,465.00 $ 5,860.00 1.9A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT SHADOW CREEK WT PLANT QTRS 4 $ 325.00 $ 1,300.00 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 1.I0A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT SOUTHDOWN WT PLANT QTRS 4 $ 325.00 $ 1,300.00 1.i IA QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT BELT FEED PRESS BUILDING QTRS 4 $ 835.00 $ 3,340 00 1i2 QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT CHI.ORTNF RUTI.T)TNCi QTRS 4 $ 725.00 $ 2,900.00 l_13A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT 1151'S .• ND .•\C)M]N BCUILC)INO QTRS 4 $ 1,930.00 $ 7,720.00 1.I 4A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT MAIN ELECTRICAL BUILDING, QTRS 4 710.00 $ 2,840.00 l.I5A QUARTERLY PREVENTATIVE MAINTENANCE FUR HVAC EQUIPMENT AT MAINTENANCE BUILDING QTRS 4 $ 580,00 $ 2,320.00 1.IbA QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC. EQUIPMENT AT OPERATION BUILDING Q.1.RS 4 $ 3,920.00 $ 12,480.00 1.17A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT RAW WATER ELECTRICAL ROOM QTRS 4 $ 400.00 $ 1,600.00 l_]8A QUARTERLY PREVENTATIVE MAINTENANCE FOR HVAC EQUIPMENT AT SHADOW CREEK SPORTS COMPLEX QTRS 4 $ 1,515.00 $ 6,060.00 2A QUARTERLY PREVENTATIVE MAINTENANCE OF ICE MACHINES, REFRIGERATION AND KITCHEN EQUIPMENT PKC 2.IA QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINES AND KITCHEN EQUIPMENT, AT FIRE STATION 48 QTRS 4 $ 575.00 $ 2,300.00 2.2A QUARTERLY PREVENTATIVE MAINTENANCE FOR WALK -IN -COOLER AT SHARI COLEMAN ANIMAL SHELTER QTRS 4 $ 370.00 $ 1,480.00 2.3A QUARTERLY PREVENTATIVE MAINTENANCE FOR REFRIGERATOR AT RECREATION CENTER AND NATATORILFM QTRS 4 $ 325.00 $ 1,300.00 2.4A QUARTERLY PREVENTATIVE MAINTENANCE FOR REFRIGERATOR AT SHADOW CREEK SPORTS COMPLEX QTRS 4 $ 455.00 $ 1,820.00 2.16 PERCENT MARKUP FOR MATERIALS/SUPPLIES/PARTS QUARTERLY PREVENTATIVE MAINTENANCE FOR ICE MACHINES QTT S 4 $ - 3 HOURLY RATE FOR REPAIRS TO ICE MACHINES AND RELATED REFRIGERATION EQUIPMENT 1IOUR I $ - 4 REPAIRS: IIVAC As Needed Services. Note any quantities listed are estimates_ PKCi I - $ 4.1 Technician - Standard Hourly Rat. LA 300 $ - 4. 2 I lelper - Standard I burly Rate EA 50 $ - $ - 4.3 Peroent mark-up for materials. suppliesfparts, based on an annual send ofapproximately $50,000_ LA 50 $ - 4.4 Technician Emergency Repair Rate (Rate which will be charged after standard business hours}. F -A 75 $ - DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 43 Helper Emergency Repair Rate (Rate which will be charged alter standard business hours)- LA 50 $ - $ - 4-(6 Minimum charge per call out for emergency repairs (after hours only)- F.A I I - Total $357,157.00 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 STATE OF TEXAS - SENATE Bill 13 VERIFICATION F. James Venegas . t i e w i i .aer ,;teed re presantatilwo( V EIM Mint! TDmndustnos, Inc, L*Pwr+, m 4%so.='win hereafter referred to as company, with at least 10 fulhtlrne empfoyem and if enterirg Into a contract for rngre than 5100,000 paid parteily or lilty wittn public funds, do herebyce rtify the above -named earnperry, under the provisions of Subtitle A, Title 8, Government Code Chapter 809: ], Does not boycott energy, corn a nits currntor, an d 2. Will not boyc oa a me r gy companies d ur i r rit h e tern of the contract for goa ds or se wi re s with the above.named Company, business. or individual with City oIP'earland, Purs++an t #a Section 22 !r.10[t5. re es Gov -eminent Cod. i "Scycott Energy Can pony' meam, tol M ut on Ordh+ory business purpc1 e. refusing to deal with, terminal:frog business act 'es with or otherwisz taking any action that is intended to penaiare, Inflict economic Orrin on,. arlimit can mercid rriatrcns wrt?t a con any became the con onyf, IA) erwpges ft Ihr rxpkrctiorr ixodurtiork, utifiiotim traraportuban. sale, or manufacturing of fossIf iveti' based energy crud dam not commit at p'edge to meat environmental" standard bekarnd erplitabfe federal and crate fay,, ce 19) does Manus% with a company descnbad by Paragraph (A) 4. 'refxripone means afar -profit soie prtorietnrship.,ono, ation association, t0rpOration. partnership, }ourtv+eltue. iirrIlLECO parrners#yip.J.im'tenability partnerssip, crony Omitted i Iitycampony hid rig a rally aimed subsidiay, ahilia 7ty a M►nrd subliciparx, parent company or fdic a of those e n rimes or b4I, rwas osaoc+ut+wrs that exut to make cr profit, 05/3 I ,7'023 rIA!r Swim Vice Prosidofll DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 STATE OF TEXAS - HOUSE BILL 09 VER IFICATION Jana Veniegas the undersigned repro sa rttativerst FE Ind usir Imo.. Iri_ ramm pm mai Koreans o'iulm#tnai,tl hereafter reterrrd to as tornpantr, bring an adult overthe ameof ei'lleen(]8] ors d age, do hereby certifytheabolrt naffed company, under the prolrlsionsofSubtitle F, Ptle ]0, Govern rnent Code Chapter ≥270: 1. Does not boycott braeb cut reratly; sod WatIsiotboycott Israel during the krill ofthe contract fw. good sorlerviceiwith the above named Company, busine-s vs individual with City of Peariand. Yurs:iant to Seetiaa 227004 Texas Go5kerr,menr Cade • 1. 'Boycott ismer means rf{vOng to creo, with, tern* neng btrsirress artn ibes with, ar otherwise rwice taking any octian Ma fs intrriled to penalise, inflict tranartrrr Aare» on, at J,rart conin e mkt) rein -boas IFecrfrcedty with brad or kidr.ha person ar May data', busioras fn is oe or in an 'safe -c rratrafiiedrer nary, but does not irrdudr as rrti n mode for ordinary tustncss p rpoes; and 2.'.ampany'meurrsafar.praftsale pr arietairshfp, ovganizsitfon,os*ocrarroi ragoraotaan, part, rs/ip.;santyen tom J4rw edpartnershi*, limited lrrkiJftypertnt►sii p., a any iimrtrdJirit htp company, lr?ckdirtpawhabyawned srbcidrry,mataffr-owned subs:diary parent cornaanyar affiffatt of those entitle% yr b usrness amsaeiariorn that twist to mar ',profit. 05/31121)23 Senior Vice Ptesir nt *Jet FOS 91141.110.111. CK val.! ILL.W5 U.1 f►I