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