Loading...
HomeMy WebLinkAboutR2023-190 2023-08-14DocuSign Envelope ID: 400032D9-2DAD-4015-895C-9F8133C766A2 RESOLUTION NO. R2023-190 A Resolution of the City Council of the City of Pearland, Texas, awarding a removal and replacement services contract associated with three (3) traffic signal span wire intersections (Broadway at Woodcreek; SH 35 at Oiler Drive/Bailey Road; and SH 35 at Pearland High School, Broadway at Mykawa; and Broadway at Old Chocolate Bayou), to Creacom, Inc., in the amount of $83,048.24. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That competitive bids for construction services associated with five (5) traffic signal span wire intersections have been reviewed and tabulated. Section 2. That the City Council hereby awards the bid to Creacom. Inc., in the amount of $83,048.24. Section 3. The City Manager or his designee is hereby authorized to execute a contract for construction services associated with five (5) traffic signal span wire intersections. PASSED, APPROVED and ADOPTED this the 14th day of August, A.D., 2023. ,-DocuSigned by: "-2F80B858BC2A475... J. KEVIN COLE MAYOR ATTEST: ,-DocuSigned by: FrouA Ct,S War -94EC22531FFF445 FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: DocuSigned by: a - E.1-3.&A-8.9f±B.B-1-F*B6 DARRIN M. COKER CITY ATTORNEY DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 City of Pearland 3519 Liberty Drive Pear land, TX 77581 SERVICE CONTRACT NO. #ITE.0623-14 For Span Wire Intersection Rebuilds THIS CONTRACT ("Contract") is entered into by and between the City of pear€arid, a Texas home - rule municipal corporation ("City") and Creacorn, Inc. ("Contractor"), and consisting of the following parts: I_ Summary of Contract Terms II. Signatures III, Standard Contractual Provisions IV. Special Terms and Conditions V. Additional Contract Attachments I. Summary of Contract Terms. Contractor_ Creacon, Inc. 21333 Hufsrnith-Kohrville Road Description of Services: Contract Amount: Effective Date: End Date: Renewals: Resolution NofBid No: Tomball, Texas 77375 Contractor will provide City of Pearland span wire intersection rebuilds as needed, in accordance with specifications of Bid # ITI30623-14. $83, 048.24 August 15, 2023 August 14, 2023 0 R2023-190, 1TB0623-14 II. Signatures 4-1'arfaEhREARLAND CONTRACTOR bk1A,1" ikwirLi CI CCOD2C20CL4CE 8/17/2023 I 11:45 AM ITMelendre yny.�.wq k. —m o,a, mxd nu Ed Id... Purchasing Officer Date Title: Vice President ,-DocuSigned y: a# 08/02/2023 8/17/2023112:29 PM -CDT F030 12 74C423.. '`Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority: Service Contract Standard Form Approved as to Legal Form 6.28.2021 Superintendent/Manager— up to $10,000 Director - $10,001 - $30,000 City Manager/Deputy/Assistant City Manager- $30,001 + City Council Resolution over $50,000 Page 1 at 7 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. ITB0623-14 (Sotioitation"), which Solicitation includes the required scope of work and all specifications and which Solicitation and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Contract as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE. City and Contractor agree as follows: 1. Scope. Contractor will provide Services in accordance with the attached Scope of Work, as detailed in Attachment A, the content of which is incorporated by reference into this Contract as if fully set out here in its entirety, and in accordance with Exhibit 2, 2. Term. This Contract is for (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 (0) additional one-year periods ("Option Period(s)"), provided, the parties do so by written amendment prior to the expiration of the original term or the then -current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Contract is for an estimated amount of $83.148.24, 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. Ali pricing must be in accordance with the attached Bid/Pricing Schedule, asshown 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 Of 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: accountspayableapearlandtx qov 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, 662.1946 Email: fbeltranpearlandtx.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 ofthe 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 Farm Page 3 of 7 Approved as to Legal Form 6.28,2021 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 Contract. The City does riot 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 Of 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: Mario Tellez Title: Traffic Superintendent Address: 2016 Old Alvin Road, Pearland TX 77584 Phone: 281.997.5990 IF TO CONTRACTOR: Creacom, Inc. Attn: Kris Melendez Title: Vice President Address: 21333 Hufsmith-Kohville,Tomball, TX 77375 Phone: 281.351.4560 17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT DOCUMENT THAT LIMITS THE CONTRACTOR'S LIABILITY TO THE CITY OR RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE PERFORMANCE OF THIS CONTRACTOR THAT PROVIDES FOR CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF Service Contract Standard Form Page 4 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD - PARTY DEFENDANT AS ALLOWED BY LAW. 18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to resolve any disputes that may arise between them regarding this Contract. If either party disputes any matter relating lo 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. Conti -actor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 22. Limitation of Liability. The City's maximum liability under this Contract is limited to the total amount of compensation listed in this Contract. In no event shall the City be liable for incidental, consequential or special damages. 23. Assignment. No assignment of this Contract by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment, The performance of this Contract by the Contractor is of the essence of this Contract, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 24. Severability. Each provision of this Contract is considered to be severable and, if, for any reason, any provision or part of this Contract is determined to be invalid and contrary to Service Contract Standard Form Page 5 of 7 Approved as to Legal Form 6,28,2D2i 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. 26. 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, ❑. 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: #ITB0623-14 Exhibit 2: Contractor's Bid/Proposal Response Service Contract Standard Form Page ! of l 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 span wire intersection rebuilds for the City of Pearland, as needed, in accordance with specifications of Bid # ITB0623-14. DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 ATTACHMENT B-PRICING/BID SCHEDULE GENERATED BY: DATE: YR 8/2/2023 Intersections UOM Description Unit Price Total Amount Base Bid 1 3 LS Remove and Replace Aerial Cables: Furnish all labor, materials and incidentals required for the Contractor to remove and replace all existing clamps, drip loop, ground, pole attachment, span wire, strapping, brackets, and wraps around pole. Aerial Cable to be provided by the City, $10,902.87 $32,708.61 2 3 LS Remove and Replace Signal Heads: Furnish all labor, materials, and incidentals required for the Contractor to remove and replace all existing signal heads, including alignment, backplates,CGB Connector, fittings, visors/screws/.wingnuts, astro brackets, aluminum tubing fittings. Equipment will be provided by the City. $2,020.24 $6,060.72 3 3 LS Remove and Replace Street signs: Furnish all labor, materials, and incidentals required for the Contractor to remove and replace all existing street signs. Equipment will be provided by the City. $1,822.68 $5,468.04 4 3 LS Remove and Replace Vehicle Detection: Furnish all labor, materials, and incidentals required for the Contractor to remove and to install, program, and implement the contractor -supplied equipment at each intersection. Equipment to be provided by the City. $1,830.99 $5,492.97 PROJECT TOTAL % (+/-) Estimate , r"" ""v''' $49,730.34 In providing Opinions of Probable Construction Cost, the Client understands that the Consultant has no control over the cost or availability of labor, equipment or materials, or over market conditions or the Contractor's method of pricing, and that the Consultant's estimates of probable construction costs are made on the basis of the Consultant's professional judgment and experience. The Consultant makes no warranty, express or implied, that the bids or the negotiated cost of the Work will not vary from the Consultant's estimate of probable construction cost. ALTERNATES Intersections UOM Description Unit Price Total Amount Base Bid 1 2 LS Remove and Replace Aerial Cables: Furnish all labor, materials and incidentals required for the Contractor to remove and replace all existing clamps, drip loop, ground, pole attachment, span wire, strapping, brackets, and wraps around pole. Aerial Cable to be provided by the City, $10,902.87 $21,805.74 2 2 LS Remove and Replace Signal Heads: Furnish all labor, materials and incidentals required for the Contractor to remove and replace all existing signal heads, including alignment, backplates,CGB Connector, fittings, visors/screws/, astro brackets, aluminum tubing fittings. Equipment will be provided by the City. $2,947.27 $5,894.54 3 2 LS Remove and Replace Street signs: Furnish all labor, materials and incidentals required for the Contractor to remove and replace all existing street signs. Equipment will be provided by the city. $1,425.18 $2,850.36 4 2 LS Remove and Replace Vehicle Detection: Furnish all labor, materials and incidentals required for the Contractor to remove and to install, program, and implement the contractor -supplied equipment at each intersection. Equipment to be provided by the City $1,383.63 $2,767.26 PROJECT TOTAL (+/-) Estimate TOTAL BASE BID $33,317.90 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 ATTACHMENT C — INSURANCE REQUIREMENTS City of Pearland 3519 Liberty Drive Pearland, TX 77581 Purchasing Department 281,652,1775 ebidsg pear landtx.gav Contractor Insurance Requirements & Agreement Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor's policy. All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business in the State of Texas and must be acceptable to the City of Pearland. Listed below are the types and amounts of insurances required, The City reserves the right to amend or require additional types and amounts of coverages or provisions depending on the nature of the work. TYPE OF INSURANCE AMOUNT OF INSURANCE PROVISIONS 1. Workers' Compensation Employers' Liability (WC) Statutory Limits $1,000.000 per occurrence For WC, CGL, and BAL, the City is to be provided a WAIVER OF SUBROGATION, CGL and BAL, City to be listed as additional insured and provided 30 - day notice of cancellation or material change in coverage. WC, CGL and BAL, City shall be provided 30 -day notice of cancellation or material change in coverage_ CGL will include a non-contributory addendum. 2. Commercial General (Public) Liability (CGL) to include coverage for: a) Premises/Operations b) Products/Completed Operations c) independent Contractors d) Personal Injury e) Contractual Liability Personal Injury - $1,000,000 per person; Property Damage - $1,000,000 per occurrence; General Aggregate - $2,000,000 3. Business Auto Liability (BAL) to include coverage for: a} Owned/Leased vehicles b) Non -owned vehicles c) Hired vehicles Combined Single Limit - $1,000,000 If the contract involves a professional service, the contractor will also be required to provide the City with professional liability insurance in an amount of at least $1,000,000. Certificate of Insurance forms may be ernailed to. Purchasing Department at ebidsCapearlandtx.gov+. Questions regarding required insurance should be directed to City of Pearland Purchasing Department, at ebidsQpearlandtx.cov- This form must be signed and returned with your bid/quotation, You are stating that you do have the required insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of insurance policy with the above requirements to the City. A purchase order will not be issued without evidence of required insurance. Agreement I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City of Pearland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors performing work on the project. Project/Bid# ITB0623-14 Company: Creacorn Inc. Signature and Printed Name: Irm*Melendre¢ _.__ . . Kris a en rez _........-- DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 ACC)R1® CERTIFICATE OF LIABILITY INSURANCE iii..----' GATE{MIAJDOfYYYYj 07/13/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy{Ins} must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endarsementis). PRODUCER Marek Insurance 6115 FM 2100 #107 Crosby, TX 77532 License #: 1792456 CONTACT Barbara A Nelson NAME- PHONE FAX {hNCNe, Esli: (251)328.3170 1-JRLG, Not. E-MAILDRESS: hnefson@texaninsurence.com INSVRRIS} AFFOAnINo COVERAGE NAIL Y. INSURER A: Texas Mutual Insurance Company 29939 INSURE❑ Creacom, Inc.! KTC Holdings 21333 Hufsmith Kohrville Rd Tomball, TX 77375 INSURER 0 IN5uRERC: INSURER O: r . INSURER E . INSURER F COVERAGES CERTIFICATE NUMBER: 00272464-602565 REVISION NUMBER: 109 T HIS IS TO CERTIFY THAT THE POI,ICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR'! HE 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 AFFORDFI} 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 ] IADDL S118R LTR ! TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY (:!.AIMS-MAHF PJ OCCUR GENE AGGREGATE 1.IA{IT APP! INS PER: POLICY LJ PRC3JT • L_--.-.- LOG ECL OTHER: POLICY EFF POLICY EXP I POLICY NUMBER I rtAticnfYYYY1 fMMIODrYYYY] AUTOMOBILE LIABILITY ANY AUTO __--_ OWNED AUTOS ONLY HIRED AU FOS ONLY GCIIFDIILED A'JTOS NON -OWNED AUTOS ONLY A UMBRELLA LIAB EXCESS LIAB OCCUR C l AI M S -MAD E DID RETENTION5 WORKERS COMPENSATION ANC] EMPLOYERS' LIABILITY Y IN ANY PROPRIFTOR'PARTNFRIFXECUTIVE I 1 Y N I A OFFICERIMEMBER EXCLUDED? 1 IMnndalnry In NHI If yns, descrihn undnr DESCRIP1ION LIP ❑...ERATIONG berm." LIMITS EACII OCCURRENCE S DAMAGE TO RENTED PREMISES UEe ocu•rrenco) MED EXP (Arty one person) PERSONAL & ADV INJURY S GENERAL AGGREGATE S PRODUCTS - COM PLO I' AG G S S COMRINF,O SINGLE LIMIT $ {Fa act:idea) BODILY!NJURY [Per person] S {3ODILY INJURY (Per accident) $ PROPERTY DAMAGE .{Per accideniL__ EACH OCCURRENCE S AGGREGATE S Y 0002064218 07/1212023 0711212024 I X PER STATUTE ? J ERH Blanket E.I. EACH ACCII7E.NT s 1,000,000 El. DISEASE -EA EMPLOYEE $ 1,000,000 E.L- DISEASE - POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS !LOCATIONS 'VEHICLES (ACORD 151, Additional Remarks Schedule, may he attached If morn space la required) Blanket Waiver of Subrogation is included In the Workers Compensation Policy. Thirty days written notice of cancellation will be provided. CERTIFICATE HOLDER CANCELLATION City of Pearland 3519 Liberty Dr Pearland, TX 77581 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) (BAN) Cc) 198B-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Printed by BAN on 07/13/2023 at 07:36AM DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 ATTACHMENT D ^ 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 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1nt7 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos_ 1, 2, 3, 5. anil 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: LO52879 20234052879 Date Filed: 0713112025 Date Acknowledged! J. Name of business entity filing form, and the city, state and country of the business entity's place of business. Creacoln Tomball, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the term is being tiled. city of pearland 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. ITBOfi23-x4 SERVICE CONTRACT NC. BITBO623-14 For Span Mire Intersection Rebuilds Name of Interested Party City. State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check if there is NO Interested Party. only El 6 UNSWORN DECLARATION My name is Kris Melendrez , and my dated birth is , 01/06/1978 21333 Hufsrtlifh Kohrvi Ile Rd Tomball TX My address Is , 77375 USA , (street) (elly) 'icicle) (zip code) (cairriry) I declare under penalty of perjury that the foregoing is true and correct. Executed In Harris County, State of Texas . on the 31 day of July , 20 23 , (month} (year) Kris Melendrez :r °,.a�'.°_�°�.�`. rr.c.: xcuara.aa [�xaa-0sow Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www,ethics.state.tx,us Version V3,5,1,39cbfb20 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 FY23 Span wire Rebuild Program CITY PROJECT NUMBER: BID NUMBER: ITB- GENERATED BY: DATE: YR 8/2/2023 Intersections UOM Description Unit Price Total Amount Base Bid 1 3 LS Remove and Replace Aerial Cables: Furnish all labor, materials and incidentals required for the Contractor to remove and replace all existing clamps, drip loop, ground, pole attachment, span wire, strapping, brackets, and wraps around pole. Aerial Cable to be provided by the City, $10,902.87 $32,708.61 2 3 LS Remove and Replace Signal Heads: Furnish all labor, materials, and incidentals required for the Contractor to remove and replace all existing signal heads, including alignment, backplates,CGB Connector, fittings, visors/screws/.wingnuts, astro brackets, aluminum tubing fittings. Equipment will be provided by the City. $2,020.24 $6,060.72 3 3 LS Remove and Replace Street signs: Furnish all labor, materials, and incidentals required for the Contractor to remove and replace all existing street signs. Equipment will be provided by the City. $1,822.68 $5,468.04 4 3 LS Remove and Replace Vehicle Detection: Furnish all labor, materials, and incidentals required for the Contractor to remove and to install, program, and implement the contractor -supplied equipment at each intersection. Equipment to be provided by the City. $1,830.99 $5,492.97 PROJECT TOTAL % (+/-) Estimate , r"" ""v''' $49,730.34 In providing Opinions of Probable Construction Cost, the Client understands that the Consultant has no control over the cost or availability of labor, equipment or materials, or over market conditions or the Contractor's method of pricing, and that the Consultant's estimates of probable construction costs are made on the basis of the Consultant's professional judgment and experience. The Consultant makes no warranty, express or implied, that the bids or the negotiated cost of the Work will not vary from the Consultant's estimate of probable construction cost. ALTERNATES Intersections UOM Description Unit Price Total Amount Base Bid 1 2 LS Remove and Replace Aerial Cables: Furnish all labor, materials and incidentals required for the Contractor to remove and replace all existing clamps, drip loop, ground, pole attachment, span wire, strapping, brackets, and wraps around pole. Aerial Cable to be provided by the City, $10,902.87 $21,805.74 2 2 LS Remove and Replace Signal Heads: Furnish all labor, materials and incidentals required for the Contractor to remove and replace all existing signal heads, including alignment, backplates,CGB Connector, fittings, visors/screws/, astro brackets, aluminum tubing fittings. Equipment will be provided by the City. $2,947.27 $5,894.54 3 2 LS Remove and Replace Street signs: Furnish all labor, materials and incidentals required for the Contractor to remove and replace all existing street signs. Equipment will be provided by the city. $1,425.18 $2,850.36 4 2 LS Remove and Replace Vehicle Detection: Furnish all labor, materials and incidentals required for the Contractor to remove and to install, program, and implement the contractor -supplied equipment at each intersection. Equipment to be provided by the City $1,383.63 $2,767.26 PROJECT TOTAL (+/-) Estimate TOTAL BASE BID $33,317.90