Loading...
HomeMy WebLinkAboutR2024-189 2024-09-23Docusign Envelope ID: 83FF569C-EBF5-4146-A3F6-7F726DEFFB6A RESOLUTION NO. R2024-189 A Resolution of the City Council of the City of Pearland, Texas, authorizing the City Manager or his designee to participate in an interlocal cooperative pricing arrangement with The Interlocal Purchasing System, for the purchase of Overhead Door Services (maintenance and repairs) from DH Pace, Inc., in the estimated amount of $60,000.00, for the period of October 1, 2024 through September 30, 2025. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That contract pricing has been obtained through interlocal cooperative partner The Interlocal Purchasing System for the purchase of Overhead Door Services. Section 2. That the City Manager or his designee is hereby authorized to purchase Overhead Door Services, in the estimated amount of $60,000.00, from DH Pace, Inc. PASSED, APPROVED and ADOPTED this the 23rd day of September, A.D., 2024. ATTEST: DocuSigned by: @AEC225.31 F F F1 -1.S FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: DocuSigned by: E-13CA099B-B-1 F4B6 DARRIN M. COKER CITY ATTORNEY C2E$QRASARf 2475 J. KEVIN COLE MAYOR DocuSigned by: ,)• 5'4,tA, (att. 4ir ji5vf Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935 City of Pearland 3519 Liberty Drive Pearland, TX 77581 SERVICE CONTRACT NO. #C0924-26 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 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 TIPS Contract #240501. $60,000.00 October 1, 2024 September 30, 2025 0 R2024-189/TIPS Contract #240501 PEARLAND CONTRACTOR Digitally signed by Manny Maestas r-Tsr: ialre�i 9/24/2024 I 3:43 PM 4�I�rTny Maestas E-manny. maestas@dhpace.com, 0=DH Pace, CN=Manny Maestas 6p4D1g9... Dare enea no tx 11m s�_ns•nm Purchasing Officer DocuSigned by: Date Title: Sr Regional VP 1_71— 9/24/2024 I 4:30 PM r038DI2 C740423... *Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority: 09/18/2024 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: 30CE212F-74C4-44A0-B934-5037FCC85935 III. Standard Contract Provisions WHEREAS, Contractor has bid to provide Services ("Services") in response to Request for Bid/Proposal or TIPS Contact #240501 ("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: 30CE212F-74C4-44A0-B934-5037FCC85935 change in coverage, or intent not to renew any of the policies. The City must be named certif' es ,ke as an additional insured. The City Attorney must be given copies of all insurance ��0461 S- 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: 30CE212F-74O4-44A0-B934-5037FCC85935 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: 30CE212F-74C4-44A0-B934-5037FCC85935 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: 30CE212F-74C4-44A0-B934-5037FCC85935 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: 30CE212F-74C4-44A0-B934-5037FCC85935 Incorporated by Reference Only: Exhibit 1: TIPS Contract #240501 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: 30CE212F-74C4-44A0-B934-5037FCC85935 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. 101.3 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 -person crew 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 for non -emergency repairs during normal business hours shall be no greater than four hours, 1.02.4 Response repairs Non-emergency/Emergency}: Required response repairs that have been longer than '10 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 thatfaacility, 1 0o 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: 30CE212F-74C4-44A0-B934-5037FCC85935 LOS Contractor is expected to perform all work in a competent Band professional manner. Any damage to a City or Citizens 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 worts effectively with City of Pearland staff with respect to any of the services required: LOCATION LIST Station # Location # 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 111.5' Overt;cad Door Yes 3 3207 Yost — 12 i3' x 141.5' Ov rr;Gad Doer Yes 4 8325 Frpe.durr1 6 13' x 111.5' Lift Master Yes 5 3W01 Kirby 3 13' x 143' Various Yes 8 1 12255 Shadow Creek Pkwy 8 13' x 145' Overhead Door Yes Fire Adrnin ! 2703 Veterans 2 18' x 14.5' Yes PSD J 2555Cullen 7 13' x 14.5' Yes Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935 ATTACHMENT B - BID/PRICING SCHEDULE 2025 - 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 $ 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: 30CE212F-74C4-44A0-B934-5037FCC85935 ATTACHMENT C - INSURANCE REQUIREMENTS City of Pearland 3519 Liberty Drive Purchasing Department Pearland, TX 77581 281.652.1775 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 thcir insurance policy(s)kevidencing the coverages and coverage provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor's policy. All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business in the State of Texas and must be acceptable to the City of Pearland. Listed below are the types and amounts of insurances required. The City reserves the right to amend or require additional types and amounts of coverages or provisions depending on the nature of the work. TYPE OF INSURANCE AMOUNT OF INSURANCE PROVISIONS 1. Workers' Compensation Employers' Liability (WC) Statutory Limits $1,000,000 per occurrence For WC, CGL, and BAL, the City is to be provided a WAIVER OF SUBROGATION. CGL and BAL, City to be listed as additional insured and provided 30 - day notice of cancellation or material change in coverage. WC, CGL and BAL, City shall be provided 30 -day notice of cancellation or material change in coverage. CGL will include a non-contributory addendum. 2. Commercial General (Public) Liability (CGL) to include coverage for: a) Premises/Operations b) Products/Completed Operations c) Independent Contractors d) Personal Injury e) Contractual Liability Personal Injury - $1,000,000 per person; Property Damage - $1,000,000 per occurrence; General Aggregate - $2,000,000 3. Business Auto Liability (BAL) to include coverage for: a) Owned/Leased vehicles b) Non -owned vehicles c) Hired vehicles Combined Single Limit - $1,000,000 If the contract involves a professional service, the contractor will also be required to provide the City with professional liability insurance in an amount of at least $1,000,000. Certificate of Insurance forms may be emailed to: Purchasing Department at ebids@pearlandtx.gov. 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 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;kbwith 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 # Company: Signature and Printed Name: Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935 Page 1 of 2 ACORL CERTIFICATE OF LIABILITY INSURANCE YY) DATE (M8/2023 12/08/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Willis Towers Watson Midwest, Inc.PHONE c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA CONTACT Willis Towers Watson Certificate Center NAME: (A/C. No. Eat): 1-877-945-7378 I (AA/C, No): 1-888-467-2378 E-MAIL ADDRESS: certificates@willis.com INSURER(S) AFFORDING COVERAGE NAIC II INSURER A: Safety National Casualty Corporation 15105 INSURED D.H. Pace Company, Inc. (See Attached Named Insured Schedule) 1901 East 119th St Olathe, KS 66061 INSURER B: INSURER C : INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: W31355713 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPEOFINSURANCE(POLICYEFF INSD WVD POLICY NUMBER POLICY EFF POLICY EXP (POLICYEYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y SI. 6676460 01/01/2024 01/01/2025 EACH OCCURRENCE $ 1,000,000 1 CLAIMS -MADE X OCCUR DAMAGE TRENTED PREMISESO(Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL&ADVINJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES JECT PRO X PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y CA 6676461 01/01/2024 01/01/2025 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED7 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN No N/A Y LDC4067849 01/01/2024 01/01/2025 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: Contract #0621 -48 -Overhead Door Maintenance and Repair Services City of Pearland, Texas are included as Additional Insured as required by written contract. Additional Insured status applies to General Liability policy (CG 2033) and Automobile Liability coverage with limits as shown on certificate or amount required in executed contractual agreement, whichever is less, subject to the insurance contract. CERTIFICATE HOLDER CANCELLATION City of Pearland 3519 Liberty Drive Pearland, TX 77581 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE '-- * 1 ,e © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 25087275 HATCH: 3240198 ACORD 25 (2016/03) Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935 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: 30CE212F-74C4-44A0-B934-5037FCC85935 2025 - BID/PRICING SCHEDULE Description UOM QTY I 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 $ 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: 30CE212F-74C4-44A0-B934-5037FCC85935 The Interlocal Purchasing System Purchasing Made Personal https://www.dhpace.com Its Door Control Services A 6 iPACE Company DH Pace Company Inc Printed 10 September 2024 AWARDED VENDOR EMAIL PO & VENDOR QUOTE TO: TIPSPO@TIPS-USA.COM PO AND QUOTE MUST REFERENCE VENDOR'S TIPS CONTRACT NUMBER ATTACH PO AS A PDF - ONLY ONE PO (WITH QUOTE) PER ATTACHMENT PAYMENT TO ADDRESS 1901 E 119th St CITY Olathe STATE KS ZIP 66061 TIPS CONTACT NAME Charlie Martin PHONE (866) 839-8477 FAX (866) 839-8472 EMAIL tips@tips-usa.com DISADVANTAGED/MINORITY/WOMAN BUSINESS ENTERPRISE: N HUB: N SERVING STATES ALIAKIAZIARICAICOICTIDEIDCIFLIGAIHIIIDIILIINIIAIKSIKYILAIMEIMDIMAIMIIMNIMSIMOIMTI NE I NV I NH I NJ I NM I NY I NC I ND I OH I OK I OR I PA I RI I SC I SD I TN I TX I UT I VT I VA I WA I WI I WY I PR Overview Our mission is to improve the safety, security and convenience of buildings in the communities we serve. We fulfill this mission by installing, maintaining and servicing all types of door, loading dock and security systems. We have been serving customers since 1926 and today our services are offered nationwide with emergencies handled promptly — anytime, day or night. Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935 AWARDED CONTRACTS "View EDGAR Doc" on Website Contract Comodity Exp Date EDGAR 240501 MRO (Maintenance, Repair, and Operations of Facilities and 07/31/2029 No CONTACTS BY CONTRACTS 240501 Holly Terhune Amber Latta Department Manager (816) 480-2331 holly.terhune@dhpace.com Operations Manager (816) 876-3337 amber.Iatta@dhpace.com