HomeMy WebLinkAboutR2023-215 2023-09-11DocuSign Envelope ID: 47BE9D2E-7CBC-481 E-9688-CF9D54C2096D
RESOLUTION NO. R2023-215
A Resolution of the City Council of the City of Pearland, Texas, renewing a
contract for overhead door services (maintenance and repairs) associated
with City facilities, with DH Pace, Inc., in the estimated amount of $60,000.00,
for the period of October 1, 2023 to September 30, 2024.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That competitive bids for overhead door services were previously obtained.
Section 2. That the City Council hereby renews a contract with DH Pace, Inc., in the
estimated amount of $60,000.00.
Section 3. The City Manager or his designee is hereby authorized to execute a contract
for overhead door services (maintenance and repairs) associated with City facilities.
PASSED, APPROVED and ADOPTED this the 11th day of September, A.D., 2023.
DocuSigned by:
cot.
D4001Ac15c3r4r2 .
J. KEVIN COLE
MAYOR
ATTEST:
[DocuSigned by:
rws Q itr' 3oCc22G91rrr415
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
DocuSigned by:
C13cdo3UDDlr4oc
DARRIN M. COKER
CITY ATTORNEY
1f S.J'R- Q A
DocuSign Envelope ID: 230380A3-6B32-4F5F-BC12-662198B2F321
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SERVICE CONTRACT NO. #0621-48
For Overhead Door Maintenance and Repair Services
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home -
rule municipal corporation ("City") and DH Pace Company, 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:
Description of Services:
Contract Amount:
Effective Date:
End Date:
Renewals:
Resolution No/Bid No:
II. Signatures
YAM.FAEARLAND
DH Pace Company, Inc.
8618 West Little York Road, Suite 200
Houston, Texas 77040
Contractor will provide City of Pearland overhead door
maintenance and repair services, in accordance with specifications
of Bid/Quote/Coop Contract #0621-48.
$60,000.00
September 12, 2023
September 30, 2024
0
R2023- /Bid #0621-48
ONTRACT • R
kkka (Ut 9/12/2023 I 9:24 AM ti DT
C...
Purchasing Officer
DocuSigned
ro38D12Dc71c123...
Date Title: Ste'+ional VP
9/12/2023 I 3:37 PI'PeT 9/6/2023
*Signed by: Date
Superintendent/Manager
Director
Deputy/Assistant City Manager
City Manager
*City Contract Signature Authority: Superintendent/Manager — up to $10,000
Director - $10,001 - $30,000
City Manager/Deputy/Assistant City Manager - $30,001 +
City Council Resolution over $50,000
Service Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 1 of 7
DocuSign Envelope ID: 230380A3-6B32-4F5F-BC12-662198B2F321
III. Standard Contract Provisions
WHEREAS, Contractor has bid to provide Services ("Services") in response to Request for
Bid/Proposal or Quote No. 0621-48 ("Solicitation"), which Solicitation includes the required scope
of work and all specifications and which Solicitation and the Contractor's bid or proposal response,
as applicable, are incorporated by reference in this Contract as Exhibits 1 and 2, respectively, as
if each were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Services in accordance with the attached Scope of Work, as
detailed in Attachment A, the content of which is incorporated by reference into this Contract
as if fully set out here in its entirety, and in accordance with Exhibit 2.
2. Term. This Contract is for (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 $60,000.00,
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@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: 281.652.1946
Email: fbeltran@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 Form Page 2 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 230380A3-6B32-4F5F-BC12-662198B2F321
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 Form Page 3 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 230380A3-6B32-4F5F-BC12-662198B2F321
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, Texas 77581
Phone: 281-652.1914
IF TO CONTRACTOR:
DH Pace Company, Inc.
Attn: Juan Venegas
Title: Administrative Support Representative
Address: 8618 West Little York Road, Suite 200, Houston, Texas 77040
Phone: 281.765.8355
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: 230380A3-6B32-4F5F-BC12-662198B2F321
THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION
DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO
IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS
CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD -
PARTY DEFENDANT AS ALLOWED BY LAW.
18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to
resolve any disputes that may arise between them regarding this Contract. If either party
disputes any matter relating to this Contract, the parties agree to try in good faith, before
bringing any legal action, to settle the dispute by submitting the matter to mediation before a
third party who will be selected by agreement of the parties. The parties will each pay one-half
of the mediator's fees.
19. Attorney's Fees. Should either party to this Contract bring suit against the other party for
breach of contract or for any other cause relating to this Contract, neither party will seek or be
entitled to an award of attorney's fees or other costs relating to the suit.
20. Termination.
(A) City Termination for Convenience. Under this paragraph, the City may terminate this
Contract during its term at any time for the City's own convenience where the
Contractor is not in default by giving written notice to Contractor. If the City terminates
this Contract under this paragraph, the City will pay the Contractor for all services
rendered in accordance with this Contract to the date of termination.
(B) Termination for Default. Either party to this Contract may terminate this Contract as
provided in this paragraph if the other party fails to comply with its terms. The party
alleging the default shall provide the other party notice of the default in writing citing the
terms of the Contract that have been breached and what action the defaulting party must
take to cure the default. If the party in default fails to cure the default as specified in the
notice, the party giving the notice of default may terminate this Contract by written notice
to the other party, specifying the date of termination. Termination of this Contract
pursuant this paragraph does not affect the right of either party to seek remedies for
breach of the Contract as allowed by law, including any damages or costs suffered by
either party.
21. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the
owner's manual and/or preventative maintenance guidelines or instructions if available for any
equipment purchased by the City pursuant to this Contract. Contractor must provide such
documentation upon delivery of such equipment and prior to receipt of the final payment by
the City.
22. Limitation of Liability. The City's maximum liability under this Contract is limited to the total
amount of compensation listed in this Contract. In no event shall the City be liable for
incidental, consequential or special damages.
23. Assignment. No assignment of this Contract by the Contractor, or of any right or interest
contained herein, is effective unless the City Manager first gives written consent to such
assignment. The performance of this Contract by the Contractor is of the essence of this
Contract, and the City Manager's right to withhold consent to such assignment is within the
sole discretion of the City Manager on any ground whatsoever.
24. Severability. Each provision of this Contract is considered to be severable and, if, for any
reason, any provision or part of this Contract is determined to be invalid and contrary to
Service Contract Standard Form Page 5 of 7
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 230380A3-6B32-4F5F-BC12-662198B2F321
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: 230380A3-6B32-4F5F-BC12-662198B2F321
Incorporated by Reference Only:
Exhibit 1: RFB/RFP/Quote No. 0621-48
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: 230380A3-6B32-4F5F-BC12-662198B2F321
ATTACHMENT A - SCOPE OF WORK
The following requirements and specifications shall be in addition to the other
requirements contained herein and shall supersede the other requirements where
applicable.
1.01 Quarterly preventative maintenance Inspection: Contractor shall provide quarterly
preventative maintenance inspections for each site to include, but not be limited to
the following:
1,01.1 All overhead doors, power systems, drives, springs, electronic eyes and remote
controllers;
1,01.2 Includes greasing of fittings and adjusting limits on door as needed including all
applicable components and routine adjustments to ensure proper operation.
1.01 .3 Includes all labor and materials required to complete the maintenance
inspection.
1.02 Repairs: Compensation for repairs other than the quarterly maintenance inspections
will be based on a time and material basis as follows:
1.02.1 Hourly labor rate: The hourly labor rate shall be for a two -person crew and
include all necessary tools, including scissor lift rental, required for the installation
and repair of overhead doors. In the event a three-personcrew is required, the
rate shall be one and a half times the normal hourly labor rate. The hourly rate
for a one or two -person crew shall be the same and shall be included in the
quarterly inspection cost.
1,02.2 Material cost: Materials pricing shall be based on a percentage markup over
the Contractor's procurement cost. The Contractor must submit itemized
material receipts or invoices with each request for payment.
1.02.3 Response time: Response time far non -emergency repairs during normal
business hours shall be no greater than four hours.
1.02.4 Response repairs INon-emergency/Emergency): Required response repairs
that have been longer than 90 days after last quarterly preventative
maintenance shall be charged as a quarterly preventative maintenance
inspection, and not charged at the hourly labor rate. If repair is needed within
ten calendar days of a completed quarterly inspection labor fees will be
waived.
1.03 Emergency Response: The City will pay a set, per -incident emergency response fee for
two hour[S) or less responses, on -call service 24 hours per day, seven days a week to all
facilities with overhead doors to get the door(s) to a position that will allow for the
continued operation of emergency equipment housed at thatfacility,
1.04 Silence of Specifications: The apparent silence of these specifications as to any detail
or to the apparent omission from it of a detailed description concerning any point,
shall be regarded as meaning that only the best commercial practices are to prevail.
All interpretations of these specifications shall be made on the basis of this statement,
DocuSign Envelope ID: 230380A3-6B32-4F5F-BC12-662198B2F321
1.05 Contractor is expected to perform all work in a competent and professional manner.
Any damage to a City or Citizens building/facility that is not included in the project,
either direct or indirect, resulting from the Contractor, or their employees must be
repaired fully and completely at the cost to the Contractor, including work, materials,
and any litigation fees that may be incurred to recover the cost of such damages not
repaired or not repaired in a workmanlike manner.
1.06 Contractor must communicate and work effectively with City of Pearland staff with
respect to any of the services required.
LOCATION LIST
Station #
Location
4t of Doors
Size
Powered By
Elec-Eyes
1
1571 Old Alvin Rd
12
13' x 14.5'
Lift Master
Yes
2
6050 Fite Rd
12
13' x 14.5'
Overhead Door
Yes
3
3207 Yost
12
13' x 14.51
Overhead Door
Yes
4
8325 Freedom
6
13' x 14.51
LIft Master
Yes
5
3100 Kirby
3
13' x 14.5'
Various
Yes
8
12255 Shadow Creek Pkwy
8
13' x 14.5'
Overhead Door
Yes
Flre Adrnln
2703 Veterans
2
16'x 14.5'
Yes
NB
2555 Cullen
7
13'x 14.5'
Yes
DocuSign Envelope ID: 230380A3-6B32-4F5F-BC12-662198B2F321
ATTACHMENT B - BID/PRICING SCHEDULE
Description
UOM
QTY
Unit
Extended
Quarterly Maintenance
FS #1 - 1571 Old Alvin Rd.
EA
4
$ 1,428.00
$ 5,712.00
FS #2 - 6050 Fite Rd.
EA ,
4
5 1,428,00
$ 5,712.00
FS #3 - 3207 Yost Rd,
EA
4
$ 1,428.00
$ 5,712.00
FS #4 - 8325 Freedom Dr.
EA
4
$ 595.00
$ 2,380.00
FS #5 - 3100 Kirby
EA
4
$ 357.00
$ 1,428.00
FS #8 -12255 Shadow Creek Parkway
EA
4
$ 952.00
$ 3,808.00
Fire Admin - 2703 Veterans
EA
4
$ 238.00
$ 952.00
PSB - 2555 Cullen Blvd
EA
4
$ 833.00
$ 3,332.00
Repairs
Hourly Labor Rate per Person
EA
1
$ 142.50
$ 142.50
Emergency Response Calls per Spec 1.03
EA
10
$ 357.00
$ 3,570.00
Materials Cost Plus Percentage (%) Markup per Spec
1.02.2 (estimated materials cost $5,000)
EA
$ 5,000,00
35.0%
$ 1,750.00
DocuSign Envelope ID: 230380A3-6B32-4F5F-BC12-662198B2F321
ATTACHMENT C - INSURANCE REQUIREMENTS
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
Purchasing Department
281.652.1775
ebids anpearlandtx.gov
Contractor Insurance Requirements & Agreement
Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a
certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified
herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same
types and amounts of coverages as required herein or that the subcontractors are included under the contractor's policy.
All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business
in the State of Texas and must be acceptable to the City of Pearland.
Listed below are the types and amounts of insurances required. The City reserves the right to amend or require additional
types and amounts of coverages or provisions depending on the nature of the work.
TYPE OF INSURANCE
AMOUNT OF INSURANCE
PROVISIONS
1
Workers' Compensation
Employers' Liability (WC)
Statutory Limits
$1,000,000 per occurrence
For WC, CGL, and BAL, the City is
to be provided a WAIVER OF
SUBROGATION.
CGL and BAL, City to be listed as
additional insured and provided 30 -
day notice of cancellation or material
change in coverage.
WC, CGL and BAL, City shall be
provided 30 -day notice of
cancellation or material change in
coverage.
CGL will include a non-contributory
addendum.
2.
Commercial General (Public)
Liability (CGL) to include coverage
for:
a) Premises/Operations
b) Products/Completed
Operations
c) Independent Contractors
d) Personal Injury
e) Contractual Liability
Personal Injury - $1,000,000 per
person; Property Damage -
$1,000,000 per occurrence;
General Aggregate - $2,000,000
3.
Business Auto Liability (BAL) to
include coverage for:
a) Owned/Leased vehicles
b) Non -owned vehicles
c) Hired vehicles
Combined Single Limit -
$1,000,000
If the contract involves a professional service, the contractor will also be required to provide the City with professional liability
insurance in an amount of at least $1,000,000.
Certificate of Insurance forms may be emailed to: Purchasing Department at ebidsApearlandtx.gov. Questions regarding
required insurance should be directed to City of Pearland Purchasing Department, at ebids a�3.pearlandtx.00v.
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 # RFB/RFP/Quote No. 0621-48
Company: D.H. Pace Company, Inc
Signature and Printed Name: Manny Maestas
DocuSign Envelope ID:230380A3-6B32-4F5F-BC12-662198B2F321
Page 1 of 2
ALV JQ4iEINrL9OhYffTl
ERTCF�l.� TE OF LIABILITY INSURANCE N E
L2/30/2D22
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW_ THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S). AUTHORIZED
REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorse -d
If SUBROGATION IS WAIVED, subject to the terms and conditions olf the policy, certain policies may require an endorsement. A statemem o
this certificate does not confer rights to the certificate holder in lieu of such enclorsement(0_
PROCNOER
1111112 Tovenn 11at2an MieLwaat, lee.
e/o 20 i3mtnxy Blvd
P_O. Box 355191
19aahillLA, TN 372365191 U3A
E° T D_H. Pace C.ngsny, Lee.
PHONE
{4 H Ertl: 8BB-613-366^ Ext. 1053 I AC.4},:
E IIAL
ADORES*: Lurrrance2abPace.cai
N3rlt+ER(6) AFFORDING COVERp6E
NAIL!
"LIRE,A: Safety National Ca_snalty Corparr.t_c-
151D5
rlrtLrI7D
D. IL Pa,±A. tams, Inc.
:81m. At+.tx..w liNanie Sruur.d 3cLru.Li}
1561 Bait L15eh he
dltttr, Ili 54051
Na LEER 9 :
NaLFfR0:
NaLRERD:
HKLRE LE:
NtLREFLF:
COVERAGES
CERTIFICATE NUMBER: 127617359
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN RUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWTTFISTAMDINGANY 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.
EIfCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN RE3JCED E ' PAID CLAIMS.
OMMR
LTFL
TYPE OFFI5UFLA4CE
ADEL
INSD
SUER
YAM
POLIOYHUN6ER.
POLICY EFF
4 ilihOOrfcrfl
POLICY ESP
{MIIDWY-CM
LANTZ
.
DYINlmnalALGENERAL LIAR urr
Y
Y
CL, 6575611
01,0152023
01/01/202
EAcH CO0LFRIENGE
0 1,066,000
{L51MI-NIADE
X
CC€LR
E TO FEN=
SEES 'En �Ke
E 1,11410,000
I ED E{P {My cue person..
0 111.. 000
FEER9ONAL ll WV IN.LRY
0 1,000,000
GEM_
Nrlr
BATE-••-i=.__
X
,7:::
X
Zr=
__ _
GENERAL AGGREGATE
0 2,4100,000
PRODUGTB - O+JiF TOP AC::
# 2,114140,000
1'
AUTOYOBLE
—
LIA LJTY
MITA=
_ •"ry==
• --= 1NLY
ri LEE
AUTOS ONLY
_
_
SCkEDULM
AUTOS
NON-O•ANED
AU—OSONLY.Per
F
Y
C4 € 5751 61
U1/0152D23
01/01/2024
.R.1 accident) ILE MIT
�Fa Avxldenq
; 2,11-0-6, 000
HOMY MUM' Ten win)
$.
HOMY MORN' !Pen aod I1
$.
PROPERTY 0.,‘ 3E
acWert i
$
E
U41EIRELL,0LJAB
E{CESS LJAH
OCCUR
CAMAS -MADE
EACH c P:FEE
0
AGGREGATE
0
DIED I I RETENTION i
#
A
YFDRMFFlt UFfNS.4Ti6hl
AND EMPLOYERS' LIABLr1Y
?Awl:DamE IGRPPRlFEFIEfEOLITNE
CF=IGL IMIEN6EREXCLUDED?
Ila1l ors In NH}
lr y . desoix under
CESOFLIPTIOH Of OPER. TIOH5 be6a'
'� r,
Ho
NBA
Y
—:-4'{p6-g-05
01,01/2023
1/01/2024
I OTH-
I STATUTE EIR
EL. EACH AC.OI CENT
1, 0110, 000
EL. Try" •'E - EA EMPLOYEE
; L, 066, 000
EL CISEA2E - P7LIGY LJ AT
; 1, 066, 000
DESCPI FTI0NOf CPERAM:IS:LOCATID#1a i VEHICtES {Acs.PD 141,Addlllonol RerrarkcHc4 .sole, may Ix- adman ed H more warm Ism r}
Project: Sex -vice
City of Pearla.ad is included as Additional Ionnred an required by written contract.
Additional Iosnred staton applies to General Liability (CG 2033} and Amtcericbale Liability coverages with limits as
nhavn on certificate or amoent required in executed contractual agreement, whichever in lensr subject to the insurance
contre.ct-
CERTIFICATE HOLDER
CANCELLATION
City of Peaxlemd
3513 Liberty Dr
Pearlamd, E{ 77551
SHOULD AMY OF TH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF_ NOTICE SKILL BE DELIVERED IM
ACCORDANCE WITH THE POLICY PROVISIONS.
.NITTiORIZECREFRESENTA11 E
ACORD 25 (2016103}
? 198B-2016 ACORD CORPORATION_ All rights reserved.
The ACORD name and logo are registered marks of ACORD
2R m: 23596712: 2769926
DocuSign Envelope ID: 230380A3-6B32-4F5F-BC12-662198B2F321
AGENCY CUSTOMER ID:
LOC ik
ACC)111)
ADDITIONAL REMARKS SCHEDULE
Pale = 2
.k6ENCr
Towers?Unit'. Watron 1idmesc, Inc.
NAMED MIMEO
�' Fir ' '
Err Aetidr.d Shining. Snru.r.d Sd,m.4.1.]
1901 Ga.t 119th 9t
Clae.hr, FA 66061
PUJICYINIMER
See Page 1
CARRER
'Lee Page 1
NAIC CODE
Sea Page 1
EFFECTIVE DATE: See Page L
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance
Blanket Waiver of Subrogation is included on General Linbiliryr Antonobile Liability and Workers Cumpennatioa if
required by contract and as permitted by lax, subject to the insurance caatract_
ACORD 101 (2Od9101M
•200B ACORD CORPORATION. All righI reservd.
The ACORD name and logo are registered marks of ACORD
SR ID: 23546712 BASCH:27Bs62B CERT: W27617354
DocuSign Envelope ID: 230380A3-6B32-4F5F-BC12-662198B2F321
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: 230380A3-6B32-4F5F-BC12-662198B2F321
Agreement to Renew Contract
RE: Contract Renewal
City of Pearland Contract #0621-48
By executing this document, contractor verifies:
1) That it desires to exercise the renewal option under the same terms, conditions, and pricing,
beginning October 1, 2023, through September 30, 2024;
2) that it does not boycott Israel, and agrees that during the term of this Contract will not boycott
Israel as that term is defined in Texas Government Code Section 808.001, as amended;
3) that, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section
2252.153, it does not appear on the Comptroller of the State of Texas listing of companies which
do business with Iran, Sudan or any Foreign Terrorist Organization, as identified under Section
806.051, Section 807.051 or Section 2253.253, listing of companies.
City of Pearland, Texas DH Pace Company Inc.
Sign ture
rtv S
Printed Name
Manny Maestas
Printed Name
Page 2 of 2