Loading...
HomeMy WebLinkAboutR2024-215 2024-10-14Docusign Envelope ID: 9299FB2A-6A03-429D-9AA8-26ECB4E7C35F RESOLUTION NO. R2024-215 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 Buyboard Purchasing Cooperative for the purchase of Lift Station Pump Installation Services, in the estimated amount of $296,335.00, from Coastal Pump Services, Inc. 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 Buyboard Purchasing Cooperative for the purchase of Lift Station Pump Installation Services. Section 2. That the City Manager or his designee is hereby authorized to participate in an interlocal cooperative pricing arrangement with The Buyboard Purchasing Cooperative for the purchase of Lift Station Pump Installation Services, in the estimated amount of $296,335.00, from Coastal Pump Services, Inc. PASSED, APPROVED and ADOPTED this the 14th day of October, A.D., 2024. ,-DocuSigned by: ?rnono5ooC2A47., J. KEVIN COLE MAYOR ATTEST: i:ocuSigned by: BEC22a39 F-FF15 FRANCES AGUILAR, TRMC, MMC CITY SECRETARY PREOVE.6): AS TO FORM: E93Ek89S&&4F4BG DARRIN M. COKER CITY ATTORNEY Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B City of Pearland 3519 Liberty Drive Feariarid, TX 77581 LOCAL GOVERNMENT COOPERATIVE CONTRACT #O1025-01 Installation of pumps for duplex pump systems at Lift Stations THIS CONTRACT ("Contract") is entered into by and between the City of Peariand, 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: Contract Amount: Effective Date: End Date: Renewals: Resolution No/Bid No: II. Signatures TYEb?EARLAN O jot± Coastal Pump Services Inc. PD Box 1277 Marvel, TX 77578 Contractor will provide pump installation services for the City of Pearland, as needed, per Lift Stations with duplex pump systems with only one operable pump. Contractor is a BuyBoard -Texas Local Government Cooperative purchasing program member. Service Contract, Estimated Amount of $296,335.00 October 15, 2024 October 14, 2025 0 R2024-215; BuyBoard-Texas local govt cooperative #672-22 CONTRACT° 3 2I1'- •(1, 10/15/2024 14:0 Purchasngier Date Title: DocuSigned by: _1 —1 10/15/2024I4:48I tuDT yJ `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: F794829D-2974-41 D7-A898-D3262A5F004B 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 Contrek,A14),z1,A+ Signature: Date: Required Contract Clauses A. Texas Government Code - Chapter 2271. Prohibition on Contracts with Companies that Boycott 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 riot 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 BuyBoard Cooperative contract to provide Services ("Services') in response to Contractual agreement Coastal Pump Services Quotation #15352 BuyBoard local government cooperative contract #672-22 ('.Solicitation"), which includes the required scope of work and all specifications and which the Contractor's proposal response, as applicable. 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 1 Quotation #15362. 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 Service Contract Standard Form. Approved as to Legal Form 6.28.2021 with contract clause addendum 2024 Page 2 of 7 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B 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 no 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 S296,335.00. 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 Pricing Quote, as shown in Exhibit 1, 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: accountspavablepearlandtx.nov 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 fur payment. The City's Contract Administrator for this Contract is as follows: Name: City of Pearland — Purchasing Officer For department: Utilities — Pearland Water — Lift Stations Phone: 281.652.1600 Email: purchasingpearlandtx.gav 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. 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 he delivered in the following manner: the authorized City department (B) Service Contract Standard Form. Approved as to Legal Form 6.28.2021 with contract clause addendum 2024 Page 3 of 7 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B 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. In addition, the products purchased under this Contract shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, far the period stated therein. Attachment D, the entirety of which, is attached to this is incorporated into this Contract. (B) (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. Nan -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 Councils 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 bidlquotelproposal 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. Service Contract Standard Form, Approved as to Legal Page 4 of 7 Form 6.28.2021 with contract clause addendum 2024 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B 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: Julian Kelly Title: Interim Lift Stations Superintendent Address: 2016 Old Alvin Rd, Pearland, TX 77581 Phone: 281.652.1900 1F TO CONTRACTOR: Coastal Pump Services Inc Attn: General Manager Address: PO Box 1277, Manvel, TX 77578 Phone: 281.915.5338 shonda@coastalpump.com 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 CONTRACTASA 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: F794829D-2974-41 D7-A898-D3262A5F004B 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; 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 Service Contract Standard Form. Approved as to Legal Form 6.28.2021 with contract clause addendum 2024 Page 6 of 7 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B 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 Incorporated by Reference Only: Exhibit 1: Coastal Pump Services Inc Quotation #15352 Exhibit 2: n!a Service Contract Standard Form. Approved as to Legal Page 7 of 7 Form 6.28.2021 with contract clause addendum 2024 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B ATTACHMENT A— SCOPE OF WORK Scope of services shall consist of the contractor to provide Pump installation services. for the City of Pearlend, es needed, per the specifications of Coastal Pump Services Quotation #15352. Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B ATTACHMENT B — BID/PRICING SCHEDULE Coastal Pump Senrices, Inc. Quote Date: 10/2/2024 S.O. #: 15352 Salesman: CW Customer Po. #: Customer. Cate of Pearland Contact Bobby Price Phone: 281-620-3874 E-MaiL Bpricer)oer lanclte.gear Repair Location": Pearland Lift Stations We are pleased to quote the following **preliminary Quote** Lift Station Pumps with Slide Rail Brackets & Labor to Install Walnut LS, 1- Barrnesa Pump M# 6SWL20044DS with Slick Rail Coupling, HP -20, 6" Disc,, 460 Volt, and Service for Installation: $20,433.00 (did not visit site) Super Wal-Mart LS, 1- Urines Pump M# CLIT544 with Slide Rail Bracket, HP -5, 3" Disc, 460 Volt, and Service for Installation: $9,198.00 The Preserve 15, 1- Barmesa Pump M# CUT11104 with Slick Rail Bracket, HP -10, 4" Disc., 460 Volt, Top Rubber for Guide Rail, Service to Install: $13,067.00 Whispering Winds I.S, 1- Gorman Rupp T-4, Super T Eradicator with SHP Motor, 230/460, 3 - Belts, Gaskets and Fasteners, Service to Install $18,667,00 Green Ter I LS, 1- Barrnesa Pump M# C 7503 with Slide Rail Bracket, HP -5, 3" Disc,, 230 Volt, and Service for Installation: $8,733.00 Green Tee IV IS, 1- Barrnesa Pump M# CUT753 with Slide Rail Bracket, HP -7,5, 4" Disc., 230 Volt, and Service for Installation: $11,189.00 (did not visit site) Green Tee V LS, 1- Barmesa Pump M# CUT503 with Slide Rail Bracket; HP -5, 4" Disc., 230 Volt, and Service for Ins tallation: $7,923.00 (did not visit site) Hatfield III ES, 1 • Barmesa Pump M# 0. .7504 with Slide Rail Bracket, HP -5, Disc. 4", 460 Volt, and Service for installation: $7,923.00 Food Town LS, 1- Bin -mesa Pump M# CUT753 with Slide Rail Bracket, I -W-75, Disc, 4", 240 Volt, Anchor Top Br et with Stainless Steel Anchors, Top Rubber Grommets, and Service for Installation; $11,771.00 West Gate IS, 2- Barrnesa Pumps M# CUT 1.043 with Slide Rail Brackets, HP -10, Disc. 4", 230 Volt, and Service for Installation: $22,848,00 (Guide rails need to be addressed- Will quote at later date.) West Lea LS, 1- Barmesa Pump M# CUT753 with Slide Rail Bracket, HP -73, Disc. 4", 230 Volt, and Service for Installation: 111,189.00 (Discharge piping in the wet well needs to be addressed. Will quote later). P.D. BOX 1271, Marn'el, TX 77578 Office: 281-915-5388 Office Fay 281-915-5138 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B Veterans Dr II LS, 2- Barmesa Pumps M# 8SWL10046US with Slide Rail Brackets, HP -10, Disc. 8", 460 Volt, and Service for Installation: $48,496.00 Dixie Farm N L/S, 1- Barmesa Pump M# CUT504 with Slide Rail Bracket, HP -5, Disc- 3", 460 Volt, and Service to Install: $7,923,00 Rustic Elem. School L/S, 1- Barmesa Pump M# 4SWI-I20044DS with Slide Rail Bracket, HP - 20, 460 Volt, Rubber for Top Rails, and Service for Installation: $22,167,00 Pine Hollow L/S, 1- Barmesa Pump M# CUT10O3 with Slide Rail Bracket, HP -10, Disc. 4", DO Volts, and Service for Installation: $11,424.00 Sunset Lakes L/S, 1- Barmesa Pump M# 4S H 15046 )S with Slide Rail Bracket, RP- 15, Disc. 4", 460 Volt, .anchor Top Bracket with Stainless Steel Anchors and Adjust, and Service for Installation: $23,844.00 Crystal Lake North L/S, 1- Barmesa Pump M# CUT303 with Slide Rail Bracket, T-TP-3, Oise. 4", 230 Volt, and Service for installation: $5,682.00 (did not visit site) Smith Ranch Rd. L/S, 1- Barmesa Pump M# CUT3O4 with Slide Rail Bracket, HP -3, Disc. 4", 480 Volt, and Service for Installation, $5,682-00 Southdown L/S, 1- Barmesa Pump M# CUT754 with Slide Rail Bracket, HP -7.5, Disc 4", 480 Volt, Stainless Steel Top Rail Bracket with Anchors and Rubber Grommet, Stainless Steel Guide Rail Pipe, and Service for Installation' $14,852.00 Country Place L/S, 1- Barrnesa Pump M# C=54 with Slide Raul bracket, HP -7.5, Disc, 4", 480 Volt, Stainless Steel Top Rail Bracket with Anchors and Rubber Grommet, and Service for Installation' $13,324.00 GRAND TOTAL: $296,335.00 ***NO'T'E: This is a Preliminary Quote. Check Valves, Gate Valves, Contactors, Starters, Guide Rails, etc. will need to be replaced soon. TERMS: Net 30 days WARRANTY: New equipment imll be warranted for ONE YEAR anufacrures' warranty or other specified_ Rebuilt equipment will be warranted for ONE YEAR based on wodsrnansbip, parts and labor. All electrical ccxnponenb an motor's (rewind/recondition) are subject to inspedion for cause of failure. Quoted price valid For 30 days and does n4S include any aggiliotblc taxes. To expedite service, please sign form, include purchase order number, and fn: hack t Coastal Pump Services. Any equipment left over 90 days without decision is subject to be discarded_ Thank you for your consideration. Please feel [me to)). tact us with any questions. Customer Chad Wendt Customer's Name (Print) Date Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B 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 Workers' Compensation Employers' Liability Amount of Insurance Statutory Limits $100,000 per occurrence Provisions Commercial General (Public) Liability to include coverage for: a) Premises/Operations b) Products/Completed Operations c) Independent Contractors d) Personal Injury e) Contractual Liability Business Auto Liability to include coverage for: a) Owned/Leased vehicles b) Non -owned vehicles c Hired vehicles Personal Injury - $1,000,000 per person; Property Damage - $1,000,000 per occurrence; General Aggregate - $1,000,000 Combined Single Limit - $1,000,000 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. Certificate of Insurance forms may be sent to Purchasing Department. Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B 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.