HomeMy WebLinkAboutR2024-196 2024-09-23Docusign Envelope ID: 83FF569C-EBF5-4146-A3F6-7F726DEFFB6A
RESOLUTION NO. R2024-196
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 manhole rehabilitation services, in the estimated annual
amount of $110,000.00, from National Works for the period beginning
September 24, 2024 through September 23, 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 manhole rehabilitation services.
Section 2. That the City Manager or his designee is hereby authorized to purchase
manhole rehabilitation services, in the estimated amount of $110,000.00, from National Works.
PASSED, APPROVED and ADOPTED this the 231d day of September, A.D., 2024.
,-DocuSigned by:
�F86BSFir8B6�AA4-7-6...
J. KEVIN COLE
MAYOR
ATTEST:
rsDocuSigned by:
a�lu�.a.V'
1E 6��S 1-FFF 15
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
DocuSigned by:
E13C/Fb9S&&1-F4B6...
DARRIN M. COKER
CITY ATTORNEY
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SERVICE CONTRACT NO. S0924-05
Manhole Rehabilitation
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home -rule
municipal corporation ("City") and Contractor ("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:
National Works Inc.
1078 San Marcos Hwy
Luling, TX 78648
Contractor will provide Manhole rehabilitation services, Sanitary
Sewer with SewperCoat, for the City of Pearland, as needed,
per the specifications of
Sole Source Quotation
Contract Amount: Service Contract, Estimated Amount of $110,000.00
Effective Date: September 24 2024
End Date: September 23, 2025
Renewals: 0
Resolution No/Bid No: 2024-xxx
II. Signatures
t6nOR:PEARLAND CONTRACTOR
�bt lkar9/24/2024 I 3:43 P
FA5cuaC^se
Purchasing Officer
Date
Title: Vice President
DocuSigned by:
�pp 09/09/2024
9/24/2024 I 4:30 PI9 3T
F83� C746423
*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 with contract clause addendum 2024
Page 1 of 7
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
II.a. Signatures - Contract Clause Addendum
State of Texas laws require that entities utilizing public funds incorporate the following contract clauses into
all agreements involving the distribution of such funds.
Please sign to acknowledge compliance with the conditions below.
Name of Authorized Contractor Representative: Travis Allen
Signature:
Date: 09/09/2024
Required Contract Clauses
A. Texas Government Code - Chapter 2271. Prohibition on Contracts with Companies that llos±olt
Israel. By signing this Agreement, the CONTRACTOR/CONSULTANT certifies that, if it is a
company with at least 10 full-time employees and has a value of at least
$100,000 that is paid wholly or partly from public funds, that it:
a. does not boycott Israel; and
b. will not boycott Israel during the term of the contract.
B. Texas Government Code - Chapter 2274. Prohibition on Contracts with Companies that
Discriminate Against Firearm and Ammunition Industries. By signing this Agreement, the
CONTRACTOR/CONSULTANT certifies that, if it is a company with at least 10 full-time
employees and has a value of at least $100,000 that is paid wholly or partly from public funds,
that it:
a. does not have a practice, policy, guidance, or directive that discriminates against a firearm
entity or firearm trade association; and
b. will not discriminate during the term of the contract against a firearm entity or firearm trade
association.
C. Texas Government Code - Chapter 2276. Prohibition on Contracts with Companies Boycotting
Certain Energy Companies. By signing this Agreement, the CONTRACTOR/CONSULTANT
certifies that, if it is a company with at least 10 full-time employees and has a value of at least
$100,000 that is paid wholly or partly from public funds, that it:
a. does not boycott energy companies; and
b. will not boycott energy companies during the term of the contract.
III. Standard Contract Provisions
WHEREAS, Contractor has bid to provide Services ("Services") in response to Sole Source and
Quotation includes the required scope of work and all specifications.
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 one (1) 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,
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024
Page 2 of 7
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
whichever is later. The parties may mutually extend the Term of this Contract for no additional
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 $110,000.00,
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 Sole Source Quotation, 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: City of Pearland — Purchasing Officer
For department: Utilities — Pearland Water -
Wastewater
Phone: 281.652.1600
Email: purchasing@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
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
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024
Page 3 of 7
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
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
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
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024
Page 4 of 7
Docusign Envelope ID: 30CE212F-74O4-44A0-B934-5037FCC85935
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: David Kent
Title: Distribution and Collection Superintendent
Address: 2016 Old Alvin Rd, Pearland, TX 77581
Phone: 281.652.1905
IF TO CONTRACTOR:
National Works Inc
Attn: John Lande
Title: General Manager
Address: 1078 San Marcos Hwy, Luling TX 78648
Phone: 830.875.2770
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 CONTRACT OR THAT PROVIDES FOR
CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS
CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT.
EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE
CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS
RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY
CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM
THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF
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.
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024
Page 5 of 7
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
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
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;
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.
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024
Page 6 of 7
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
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: Pricing Schedule/Quotation
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: Sole Source Letter
Exhibit 2:
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024
Page 7 of 7
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
ATTACHMENT A - SCOPE OF WORK
Scope of services shall consist of the contractor to provide Rehabilitation sanitary sewer manhole with
SewperCoat Services, for the City of Pearland, as needed, per the specifications of Quotation for
08/06/2024
NATIONAL WORD, INC-
UNIDERGROUND UTILITY SERVICES
Pearland 2024 Manhole Rehab
Pearland, TX
August 6, 2024
2720 Kingsley Dr. (ID # 5-3-398)
• Interior coating of 1 existing (48"-96" diameter} manhole with Pearland approved Sewpercaat* with a 10
yr, manufacturer warranty. Pricing includes removing failed T-Lok liner, refilling voids to grade, replacing
ring and cover, and 4" of Sewper Coati. -$53,486.00/Lump Suns
3220 Kirby Dr. (ID 446-4-51)
• Interior coating of 1 existing (48" diameter) manhole with Pearland approved Sewpercoat'with a 10 yr.
manufacturer warranty. Pricing includes removal of failed epoxy and 2" of SewperCoat".
-$11,450,D0/Lump Sum
SE Corner of Broadway St. & Business Center Dr. (ID # 6-5-31)
• Interior coating of 1 existing (48" diameter) manhole with Pearland approved Sewpercoat° with a 10 yr.
manufacturer warranty. Pricing includes traffic control and 2" of SewperCaat°.
-$7,370.00/Lump Sum
M€Hard Rd. (ID # 3-6-102)
• Interior coating of 1 existing (60" diameter) manhole with Pearland approved Sewpercoate with a 10 yr.
manufacturer warranty. Pricing includes removal of failed epoxy, refilling voids to grade, and 4" of
SewperCoat'. -$22,865.0O/turnp Sure
Cullen Pkwy (ID # 5-7-76)
• Interior coating of 1 existing (48" diameterl manhole with Pearland approved 5ewpercoat`" with a 10 yr.
manufacturer warranty. Pricing includes traffic control and 2" of SewperCoat°.
-$6,700.0OJLump Sum
Austin/ San Anto-nia Da pot
1078 San Marro€ Hwy
LaliN, TX 78648
P 530.l7S,]77O
830,.875.2730
Greeter Houston Depot
5921 Olson Lm
aasad.n , TX 37505
P. 713325,4394
F 713,789.Asai
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
NATIONAL WORKS, INC.
UNDERGROUND UTILITY SERVICES
O'Day Rd. and Butler Rd. (ID # 4-9-67)
a Interior coating of 1 existing (48" diameter) manhole with Pearland approved Sewpercoat• with a 10 yr.
manufacturer warranty. Pricing includes removal of failed epoxy and 2" of SewperCoat"'.
-$9,910.00/Lump Sum
Fite and Harkey (ID #I 6-9-112)
• Interior coating of I existing (48"-72" diameter) manhole with Pearland approved Sewpercoatwith a 10
yr. manufacturer warranty. Pricing includes removal of failed epoxy and 2" of SewperCoat".
418,917.00/Lump Sum
3902 Crystal Lake Circle N (ID #4-6-211)
• Interior coating of 1 existing (48" diameter) manhole with Pearland approved 5ewpercoat° with a 10 yr.
manufacturer warranty, Pricing includes 1" of SewperCoatil'.
-$1,675.00/Lump Sum
8209 Broadway (ID # 5-7-2)
• Interior coating of 1 existing (48"-72" diameter) manhole with Pearland approved Sewpercoat' with a 10
yr. manufacturer warranty. Pricing includes removal of failed epoxy, injections of chemical grout to
eliminate infiltration, and 2" of SewperCoat '. - 12,780.00/Lump Sum
We appreciate the opportunity to earn your business. Please do not hesitate to contact me directly with any
questions.
5i ncerely,
Travis Allen
210-621-5306
fallen@nationalworks.com
Austin f San Antonio Depot
1070 Stn l'Onrixn Hwy
Luiir`¢ TX 701,40
P 834,875.2770
F 830.875.2730
Greater Houston Depot
6921 Olson 4n
Pasadena, TX 77545
P 713.785.4500
F 713.785.4504
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
ATTACHMENT B - BID/PRICING SCHEDULE
NATIONAL WORKS , INC.
UNDERGROUND UTILITY SERVICES
Pearland 2024 Manhole Rehab
Pearland, TX
August 6, 2024
2720 Kingsley Dr. (ID Il 5-3-398)
• Interior coating of 1 existing (48"-96" diameter) manhole with Pearland approved Sewpercaat4 with a 10
yr, manufacturer warranty. Pricing includes removing failed T-Lok liner, refilling voids to grade, replacing
ring and cover, and 4" of SewperCoat°. -$53,1186.00/Lump Sum
3220 Kirby Dr. (ID # 5-4-51)
• Interior coating of 1 existing (48" diameter) manhole wth Pearland approved Sewpercoat'with a 10 yr.
manufacturer warranty. Pricing includes removal of failed epoxy and 2" of SewperCoat*.
-$11,450.00/Lump Sum
SE Corner of Broadway St. & Business Center Dr. (ID # 6-5.37)
• Interior coating of 1 existing (48" diameter) manhole with Pearland approved 5ewpercoat° with a 10 yr.
manufacturer warranty. Pricing includes traffic control and 2" of.SewperCoat°.
- $7,370.00/Lump Sum
Mcllard Rd. (ID # 3-6-102)
• Interior coating of 1 existing (60" diameter) manhole with Pearland approved Sewpercoat' with a 10 yr.
manufacturer warranty. Pricing includes removal of failed epoxy, refilling voids to grade, and 4h of
5ewperCoar. -$22,865.00/lump Sum
Cullen Pkwy (ID Il 5-7-76)
• Interior coating of 1 existing X48" diameter) manhole with Pearland approved Sewpercoat'L with a 10 yr.
manufacturer warranty. Pricing includes traffic control and 2" of SewperCoat°.
- $6,700.00/Lump Sum
Austin / Son Antonio Depot
1878 San Marcos Hwy
7®618
P. 83411975.2774:1
F. 834875.#730
Granter Houston Depot
8421 Olson UN
Pasadena, TX 77505
P. 713.785,4589
F 713,t89A544
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
NATIONAL WORKS, INC.
UNDERGROUND UTILITY SERVICES
O'Day Rd. and Butler Rd. (ID # 4-9-67)
• Interior coating of 1 existing (48" diameter) manhole with Pearland. approved Sewpercoat' with a 10 yr.
manufacturer warranty. Pricing includes removal of failed epoxy and 2" of SewperCoat"'.
-$9,910,00/Lump Sum
Fite and Harkey (ID # 6-9-112)
• Interior coating of 1 existing (4$"-72" diameter) manhole with Pearland approved Sewpercoaf9 with a 10
yr. manufacturer warranty. Pricing includes removal of failed epoxy and 2" of SewperCoat*.
-418,917.00/Lump Sum
3902 Crystal Lake Circle N (ID # 4.4-241)
• Interior coating of 1 existing (48" diameter) manhole with Pearland approved SewperCoat° with a 10 yr.
manufacturer warranty. Pricing includes 1" of SewperCoat€'.
- 1,615.0D/Lump Sum
8209 Broadway (ID # 5.7-2)
• Inter iui coating of 1 existing (48"-72" diameter) manhole with Pearland approved 5ewpercoat° with a 10
yr_ manufacturer warranty. Pricing includes removal of failed epoxy, injections of chemical grout to
eliminate infiltration, and 2' of SewperCoat*'.-$12,784.DD/Lump Sum
We appreciate the opportunity to earn your business. Please do not hesitate to contact me directly with any
questions.
Sincerely,
Travis Allen
210-621-S306
tai len @na tiona Iwo rk SAO O rTI
Austin / San Antonio Depot
107g5a.' MRccs Hwy
TX 72612
P: 830.875,2770
F 630.875,273D
Greater Houston Depot
6921 Olrcn Ln
Fwadona, 775 77505
P: 713.705.4500
F 71172:54504
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
ATTACHMENT C - INSURANCE REQUIREMENTS
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
Statutory Limits
$100,000 per occurrence
City to be provided a WAIVER
OF SUBROGATION and 30 -
day notice of cancellation or
material change in coverage.
City to be listed as additional
insured and provided 30 -day
notice of cancellation or
material change in coverage.
City shall be provided 30 -day
notice of cancellation or
material change in coverage.
2.
Commercial General
(Public) Liability 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 -
$1,000,000
3.
Business Auto Liability to
include coverage for:
a) Owned/Leased
vehicles
b) Non -owned vehicles
c) Hired vehicles
Combined Single Limit -
$1,000,000
Certificate of Insurance forms may be sent to Purchasing Department.
Docusign Envelope ID: 30CE212F-74C4-44A0-B934-5037FCC85935
ATTACHMENT D — WARRANTY
Items or 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.