HomeMy WebLinkAboutR2023-023 2023-01-23DocuSign Envelope ID: 254A5A33-7308-42E8-90F2-F84BAA3C7794
RESOLUTION NO. R2023-23
A Resolution of the City Council of the City of Pearland, Texas, awarding a
unit price contract for utility chemicals to Hawkins Inc., in the estimated
amount of $1,228,500.00, for the period of January 24, 2023 through January
23, 2024.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That the City solicited bids for utility chemicals.
Section 2. That the City Council hereby awards a unit supply contract to Hawkins Inc., in
the unit supply amount shown on Exhibit "A", attached hereto.
Section 3. The City Manager or his designee is hereby authorized to execute a contract
for utility chemicals.
PASSED, APPROVED and ADOPTED this the 231d day of January, A.D., 2023.
DocuSigned by:
9z
J. KE V IN9 62LE
MAYOR
ATTEST:
DocuSigned by:
�Freundt-s LiLar
IIFRAW65EAGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
DocuSigned by:
lY~
DAF46OKER
CITY ATTORNEY
RFP#1022-16 - Water Chemical and Supply Analysis
Item Description UOM EST QTY
DXI
G20
Hawkins
Polydyne
PVS
Internatio
1
Liquid Polyphosphate Blend
Gallon
10000
15.5
WP
2
Zinc Orthophosphate
Gallon
200
12.5
WP
3
Sodium Hypochlorite 12.5%. Enter a price per gallon for a truckload.
Gallon
250000
2.05
1.95
WW
4
Sodium Hypochlorite 12.5%. Enter a price per gallon for LESS than a
truckload.
Gallon
500000
2.95
3.5
2.7
3.14
SW/WP
5
Liquid Ammonium Sulfate. Enter a price per gallon for a truckload.
Gallon
130000
3
2.63
SW
6
Liquid Ammonium Sulfate. Enter a price per gallon for LESS than a
truckload.
Gallon
130000
3.95
2.94
WP
7
Liquid Sodium Bisulfite, 40% Solution. Enter a price per gallon for a
truckload.
Gallon
185000
2.12
WW
8
Liquid Sodium Bisulfite, 40% Solution. Enter a price per gallon for
LESS than a truckload.
Gallon
185000
3.5
3.26
WW
9
Liquid Sodium Bisulfite, 40% Solution. Enter a price per 55 gallon
drum.
Each
10
275
282.9
SW
11
Citric Acid, 50% Solution. Enter a price per gallon for LESS than a
truckload.
Gallon
300
15
SW
13
Sulfuric Acid, 93% Solution. Enter a price per gallon for LESS than a
truckload.
Gallon
200
9.5
SW
14
Liquid Sodium Hydroxide, 25% Solution. Enter a price per gallon for a
truckload.
Gallon
20000
3
1.5857
SW
16
Liquid Sodium Chlorite, 25% Solution. Enter a price per gallon for a
truckload.
Gallon
10000
6.58
8.6
SW
18
Aluminum Chlorohydrate. Enter a price per gallon for a truckload.
Gallon
125000
4.67
5.55
SW
20
Chlorine Gas. Enter a price per pound for a 1 ton cylinder.
Pound
150000
1.2247
SW
21
Chlorine Gas. Enter a price per pound for a 150 pound cylinder.
Pound
25000
1.7328
WW/WP
22
Clarifloc CE 2374 or approved equal. Enter a price per gallon for a
truckload. Offer is in price per gallon for 55 Gal. Drums filled to 450
Lbs. Density conversion factor: 8.6 Lbs/Gallon
Gallon
7000
14.104
WW
23
Clarifloc CE 2374 or approved equal. Enter a price per gallon for LESS
a truckload. Offer is in price per gallon for 275 Gallon Totes filled to
2 300 Lbs. Densit conversion factor: 8.6 Lbs/Gallon
Gallon
7000
14.104
WW
25
Clarifloc A -210P or approved equal. Enter a price per gallon for LESS
a truckload. Offer is in price per gallon for minimum 2,000 gallon LTL
bulk. Density conversion factor: 8.8 Lbs/Gallon
Gallon
7000
14.08
SW
26
Periodic Water Analysis on well water/distribution systems
Each
12
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SUPPLY CONTRACT NO. RPP1022-16B
WATER TREATMENT CHEMICALS AND SUPPLY SERVICES
THIS Contract ("Contract") is entered into by and between the City of Pearland, a Texas home -
rule municipal corporation ("City") and Hawkins Inc ("Contractor"), and consisting of the following parts:
1. Summary of Contract Terms
II. Signatures
Ill, Standard Contractual Provisions
IV. Special Terms and Conditions
V. Additional Contract Attachments
I. Summary of Contract Terms.
Contractor:
Description of Supplies:
Contract Amount;
Effective Date:
End Date:
Renewals:
Resolution No/Bid No;
II. Signatures
Y.OfellEARLAND
Hawkins Inc
2381 Rosegate
Roseville, MN 55113
Water Treatment Chemical and Supply Services
$1,228,500.00
January 24, 2023
January 23, 2024
2
R2023-23; RFP #1022-16
2/13/2023 I 2:28
CONTRACTOR
�e+eseElseete80
Purchasing Officer Date Title: Vice President - Water Treatment Group
DocuS,gned
—�n��2/13/2023 I 6:12 P1
roeee+Qe 74 423
*Signed by: Date
SuperintendentlManager
Director
Deputy/Assistant City Manager
City Manager
*City Contract Signature Authority:
January 31, 2023
DouNx L.np.
Superintendent/Manager — up to $10,000
Director - $10,001 - $30,000
City Manager/Deputy/Assistant City Manager - $30,001 .4 -
City Council Resolution over $50,000
Supply Contract Standard Form Page 1 of 6
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
III. Standard Contract Provisions
WHEREAS, Contractor has bid to provide supplies ("Supplies") in response to RFP #1022-16
("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 Supplies 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,
whichever is later. The parties may mutually extend the Term of this Contract for up to two (2)
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 amount not to exceed
$1,228,500.00, subject to approved extensions and changes. Payment will be made for
Supplies 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.clov
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; TAMMY SUE AKIF
Department: ENGINEERING & PUBLIC WORKS
Phone: 281.652.1826
Email: takif@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
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
Supply Contract Standard Form Page 2 of 6
Approved as to Legal Form 6,28.2021
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
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)
I Contractor shall provide any required payment bond, performance bond, or both, prior
to commencement of performance under this Agreement. 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 Supplies to be provided by the
Contractor over a period of time, the City will exercise its right to specify time, place and
quantity of Supplies 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
Supplies shall not be rendered until the Contractor receives the signed purchase release
order.
7. Inspection and Acceptance. City may inspect all Supplies before acceptance. Any Supplies
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, replacement Supplies 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 0, the entirety of which, is incorporated into this Contract.
Vice President - Water Treatment Group
9. Quality/Quantity Adjustments. Any quantities lnGiifi@t 2 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 Supplies in its own manner and method, and
Supply Contract Standard Form Page 3 of 6
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
under no circumstances or conditions will any agent, servant or employee of the Contractor
be considered an employee of the City.
12. Amendments. This Contract may be amended or modified only in writing and executed by
authorized representatives of both parties,
13. Waiver. No waiver by either party of any breach of any term or condition of this Contract
waives any subsequent breach of the same,
14. 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.
15. 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: SHAUN GILMORE
Title: SURFACE WATER TREATMENT PLANT MANAGER
Address: 2016 OLD ALVIN ROAD, PEARLAND, TX 77581
Phone: 281.652.1961
IF TO CONTRACTOR:
HAWKINS INC
Attn: JAY JUDGE
Title: GENERAL MANAGER
Address: 2381 ROSEGATE, ROSEVILLE, MN 55113
Phone: 612.331.6910
16. 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.
17. 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
Supply Contract Standard Form Page 4 of 6
Approved as to Legal Farm 6.28.2021
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
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.
18. 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.
19. 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 Supplies
provided in accordance with this Contract to the date of termination.
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 to 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.
(B)
20. 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.
21. 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.
22. 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.
23. 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.
24. 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);
Supply Contract Standard Form Page 5 of 6
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor's bid response (Exhibit 2).
25. 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
City Council.
26. 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.
27. W.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.
28. Public Information Act Requirements, This paragraph applies only to agreements 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.
29. Entire Contract. 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: RFP #1022-16
Exhibit 2: Contractor's Bid/Proposal Response
Supply Contract Standard Form Page 6 of 6
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
ATTACHMENT A — SCOPE OF WORK
The scope of contract requires the vendor to supply and deliver truckloads or less than truckloads of
sodium bisulfite to the WRFs, truckloads or less than truckloads of bleach to the WRFs, less than
truckloads of sulfuric acid to the SWTP, less than truckloads of citric acid to the SWTP, as well as 55
gallons drums of sodium bisulfite to the SWTP on an as needed basis throughout the contract period
of one (1) year. The vendor is to make certain that all chemical supplies described are readily available
to meet regular and unexpected demands. The scope of contract requires the vendor to supply and
deliver less than truckloads of a liquid polyphosphate blend and zinc orthophosphate to the WPs on
an as needed basis throughout the contract period of one (1) year. The vendor is to make certain that
all chemical supplies described are readily available to meet regular and unexpected demands.
Periodic water analysis on well water and distribution system water shall be conducted each month
by the vendor to recommend adjustments to the blended chemicals for corrosion control.
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
ATTACHMENT B - BID/PRICING SCHEDULE
RFP
Title
Item
Number
102216
Water Treatment Chemicals and Supplies Services
De.arlptlon
UOM
EST QTY
Hawkins Inc
Unit
(not to exceed)
Extended
1
Liquid Polyphosphate Blend
Gallon
10000
$15.50
$155,000.00
2
Zinc Orthophosphate
Gallon
200
$12.50
$2,500.00
3
Sodium Hypochlorite 12.5%. Enter a price per gallon for a truckload,
Gallon
250000
$1.95
$487,500.00
4
Sodium Hypochlorite 12.5%. Enter a price per gallon for LESS than a
truckload.
Gallon
250000
$3.50
$875,000.00
7
Liquid Sodium 6isuifite, 40% Solution. Enter a price per gallon fora
truckload.
Gallon
195600
$2,).2
$392,200.00
6
Liquid Sodium Bisulhte, 40% Solution. Enter a price per gallon for
LESS than a truckload.
Gallon
185000
$3.50
--
$275.00
$647,540.00
$2,750.00
Liquid Sodium Bisutfite, 40% Solution. Enter a price per 55 gallon
drum,
Each
10
11
Citric Acid, 50% Solution. Enter a price per gallon for LESS than a
truckload,
Gallon
900
$15.00
$4,500.00
T
13
Sulfuric Acid, 93% Solution. Enter a price per gallon for LESS than a
truckload.
Gallon
200
$9.54
$1,900.40
25
Periodic Water Analysis on well water/distribution systems
Each
12
$0.00
$0.00
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
ATTACHMENT C - INSURANCE REQUIREMENTS
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
Purchasing Department
281.652.1775
ebidsftpearlandtx.gov
Contractor Insurance Requirements & Agreement
Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a
certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions
identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project
have the same types and amounts of coverages as required herein or that the subcontractors are included under the
contractor's policy.
All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact
business In the State of Texas and must be acceptable to the City of Pearland.
Listed below are the types and amounts of insurances required. The City reserves the right to amend or require
additional types and amounts of coverages or provisions depending on the nature of the work.
TYPE OF INSURANCE
AMOUNT OF INSURANCE
PROVISIONS
1.
Workers' Compensation
Employers' Liability (WC)
Statutory Limits
$1,000,000 per occurrence
For WC, CGL, and BAL, the City is
to be provided a WAIVER OF
SUBROGATION.
IC GL 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
tor:
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 emalled to: Purchasing Department at ebids+7a.pearlandtx.gov. Questions
regarding required insurance should be directed to City of Pearland Purchasing Department, at
eblds(a.pearlandtx.cov.
This form must be signed and returned with your bid/quotation. You are stating that you do have the required
Insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of
insurance policy with the above requirements to the City. A purchase order will not be issued without
evidence of required insurance.
Agreement
I agree to provide the above described Insurance coverages within 10 working days if selected to perform work for
the City of Pearland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors
performing work on the project.
Project/Bid # RFP#1022-16 Water Chemicals and Supply Analysis
Company: Hawkins Inc.
Signature and Printed Name:
Jeffrey Oldenkamp
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
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,
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
CERTIFICATE OF L{IA@{L{TY INSURANCE 12/14/2022
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 cerliflcete holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subset to the terms and conditions of the policy, certain policies may require en endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
l!nQ NTACT
NAME; Centralized Accounts Servicing Team
PHONE FAX
WC. Ha, E.11' I (AlC, Net:
E•MAnimas: CAST@mar$hmma.com
INSURERIN AFFORDING COVERAGE
INsuRSR A : Nautilus Insurance Company
INSURER B: Aspen Speciality Insurance Company
INSURER c : Great Divide Insurance Company
mum: D: The Ins CO of the State of Pennsylvania
INSURER E: Nautilus Insurance Company
PROcLCER
Marsh & McLennan Agency LLC
6160 Golden Hills Drive
Minneapolis MN 55416
INSURED
Hawkins, Inc,
2381 Rosegate
Roseville, MN 55113
HAWKIINC
INSURER P :
LATE (MMIDD/YVYY)
NAIL N
17370
1O717
25224
19429
17370
COVERAGES CERTIFICATE NUMBER; 1101833957 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 DESCRII0EO HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
AOOLBUBR POLICY EFF POLICY EXP
MR TYPE OF lNa4RANCE ryl5p won l POLICY NUMBER iMMl001Yy'YYI IMMIDDtYYYYI
A X COMMERCIAL GENERAL LIABILITY GLP2O33O591
CLAIMS•MAOE a OCCUR
4EN'L AGGREGATE LIMIT APPLIES PER:
PRO -
POLICY n JECT I X I Lou
OTHER=
C AU ()MOBILE LIABILITY
x
X
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON.OWNEt1
AUTOS ONLY AUTOS ONLY
MCS'SD X OA994B
CAP203308911
9/3012022
9/30/2023
9/30/2022 9/30/2023
LIMITS
EACII OCCURRENCE
DAMACF TO RENTED
PREMISES (Ea erxrrnonee.
MED EXP !Any one [Maori)
PERSONAL iR APV INJURY
GENERALAGGREGATE
PRODUCTS - COMP/OP AQG
OMSINED SIN I E L.IMI�F
E ddFAIJ
BODILY INJURY (POT person)
BODILY INJURY (Par accldenl)
PROPERTY DAMAGE
IP_9rr.9coidow,
UabAltr Dsdu lrbte
€ 1,006,009
€ 6,006,000
€ 25,000
$ 1,000,000
$ 2,000,000
S 2,000,000
$ 1,000,600
$
S
€ 25,000
UMBRELLALIAB X OCCUR FFX2O3347411
RXC£es LIAR CLAIMS.MAOE
DED I X I RETE L N
o WORKERS COMPENSATION
P AND EMPLOYERS' LIABILITY
ANYPROPRIETORIPARTNEcuakECUTIVE
CFFICERIMEµsERERCLUDED7
(Mandatory In NH)
If yes describe undo:
DE ION OF OP TIP
A Pollution L(abO ly (Pr'rolary)
B Palluilan Liability Extesi
YfN
NIA
14229496
14220400 (CA Only)
SSp2O15S7912
EXAFVXW19
9/30/2022
9/30/2023
EACH OCCURRENCE
AGGREGATE
$18,000,900
€ 15,000,000
9/30/2422 6/30/2023 X A t W
9/3012022 9/30/2023
EL. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
EL. DISEASE - POLEGY LIMIT
9130/2021
9/30/2021
9/30/2024
9/30/2024
TOlel Limit wish
pI1mary and excess
€ 1,003,000
$1,400,OOD_
$ 1 000,000
$25,000,000 Oca
$25,000,000 Aga
DESCRIPTION OF OPERATIONS / LOCATIONS r VEHICLES (ACORD i01, AddIllonal Remarks Schedule, may be attnel od II morn space Is moms)
This Insurance is issued n c pursuant of tn the Minnesota
plus of cllines aims is Sn❑t guae act. ranteed. Companies A & n gB are subject to statutes but
regulation riot of surplus se licensed
the State of Minnesota. In case Insolvency, payment 9 P
carriers,
Certificate Holder is Additional Insured on a primary and non-contributory pbasis limited to the General Liability coverage, Certificate Holder is Additional Insured
limited Additional Insureds, Per a the cancellall n cause cone r of Subrogation
contained in then policies noted onGeneral
th s certifies e, the policy previsions Iand ncluderat eastCompensation
30 days notice favor the
cancellation except for non-payment of premium. The above applies as required by the written contract or agreement.
CERTIFICATE HOLDER
City of Pearlend
3519 Liberty Drive
Pearland, TX 77581
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTIIORLZED REPAESCNTATIVE
O198B-2015 ACORD CORPORATION. All rights reservod.
ACORD 25 (20 16103) The ACORD name and logo are registered marks) of ACORD
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
POLICY NUMBER: GLP2033069-10 COMMERCIAL GENERAL LIABILITY
CG 20 10 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Persons)
Or Organization(s)
As required by those entitles with whom the Named
Insured executes a written contract.
Location(s) Of Covered Operations
All locations of the named insured
Information required to complete this Schedule,,if not shown above, will be shown in the Declarations.
A. Section 11 -- Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury", "property
damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional Insured(s) at the location(s)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2. If coverage provided to the additional insured is
required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
CG 20 10 04 13
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury" or
"property damage" occurring after:
1. All work, including materials. parts or
equipment furnished In connection with such
work, on the project (other than service,
maintenance or repairs) to be performed by or
on behalf of the additional Insured(s) at the
location of the covered operations has been
completed; or
2. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or subcontractor
engaged in performing operations for a
principal as a part of the same project.
C� Insurance Services Office, Inc., 2012
Page 1 of 2
DocuSign Envelope ID: 1AFAOCF9-C7B2-4D3F-9124-1 DAC38B263E7
C. With respect to the Insurance afforded to these
additional insureds, the following is added to
Section Ill — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional Insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever Is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
Page 2 of 2
Insurance Services Office, Inc„ 2012
CG 20 10 04 13
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
From: g¢nq_wllkins
To: Tammy Akif
Subject: FW: Hawkins Inc COI I For review
Date: Friday, January 13, 2023 9:47:06 AM
Attachments: Hawkins Inc COI.odt
APPR:
Reno Wilkins
Risk Manager I Human Resources
3519 Liberty Dr I Pearland, TX 77581
P: 281.652,18331M: 281.740.2364
From: Tammy Akif crtakif@pearlandtx.gov'
Sent: Thursday, January 12, 2023 11:22 AM
To: Reno Wilkins <rwilkins@pearlandtx.gov>
Cc: Tammy Akif ‹takif@pearlandtx.gov>
Subject: Hawkins Inc COI I For review
Reno,
Please see attached for review.
Thank you,
Tammy Sue
Tammy Akif
Business Administrator I Engineering & Public Works
2016 Old Alvin Rd I Pearland, TX 77581
P: 281.652.1826 I M: 832.263.5525
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
RFP 1022-16 Addendum 1
Hawkins Inc.
Supplier Response
Event Information
Number: RFP 1022-16 Addendum 1
Title: Water Chemical and Supply Analysis
Type: RFP-Sealed
Issue Date: 11/16/2022
Deadline: 12/14/2022 02:00 PM (CT)
Notes:
Join from the meeting link
https://pearlandtx.webex.cam/pearlandtx/j.php?
MTID=mde75774d58421251 da885a6a944f9689
Join by meeting number
Page 1 of 3 pages
Vendor: Hawkins Inc. RFP 1022-16 Addendum 1
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
Meeting number (access code): 2555 160 9692
Meeting password: yEYniFE3J92
Tap to join from a mobile device (attendees only)
+1-408-418-9388„25551609692## United States Toll
Contact Information
Contact: Vanessa Elam
Address: City Hall Annex
3523 Liberty Drive
Pearland, TX 77581
Phone: (281) 652-1790
Email: velar@@pearlandtx,gov
Page 2 of 3 pages
Vendor: Hawkins Inc, RFP 1022-16 Addendum 1
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
Hawkins Inc. Information
Contact: David Schindeldecker
Address: 2381 Rosegate
Roseville, MN 55113
Phone: (612) 225-6587
Email: bids@hawkinsinc.com
Web Address: hawkinsinc.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Jeffrey Oldenkamp
Signature
Submitted at 12/14/2022 10:46:55 AM (CT)
bids@hawkinsinc.com
Email
Response Attachments
Final - Exhibit E - Pricing Sheet -Bid line (Pearland).xlsx
Exhibit E - Completed Pricing Sheet
Pearland TX 2023 - Product Documentation.pdf
Hawkins - Product documentation
Pearland TX 2023 Bid Forms and Documentation.pdf
2023 bid forms and documentation
Bid Lines
I
Total
Quantity: 1 UOM: EA
Unit Price: $4,578,150.00 I Total:
$4,578,150.b0
Response Total: $4,578,150.00
Page 3 of 3 pages
Vendor; Hawkins Inc. FIFP 1022-16 Addendum 1
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
w_ E
December 14, 2022
Hawkins, Inc.
2381 Rosegate
Roseville, MN 55113
Phone: (612)331-6910
Fax: (612) 331.5304
Hawkins Inc. completed its recent purchase of NAPCO. Hawkins has been in business since
1938. We have been a Public Company since 1972. We are Incorporated in Minnesota. Our
CEO Is Patrick Hawkins. Our Executive V.P. and Chief Financial Officer is Jeffrey Oldenkamp. Our
Vice President and General Council is Richard Erstad, Hawkins Vice President of the Water
Treatment Group Is Douglas Lange. They can all be reached at the Corporate Office.
We have over 800 employees and have 51 Facilities in 25 States. Sales surpassed $770 million In
FY 2022.
We have attached a list of three References on your supplied form which are similar to your
Facilities. Hawkins Inc. has no Intentions for subcontracting at this time.
Hawkins does all hiring utilizing E -Verify. I have attached the cover page and signature pages of
our Letter of Understanding for your review.
Our current Emergency Numbers are:
Emergency: 832.585.3278 Non -Emergency: 281.651.6800
Hawkins Inc. warranties that the product delivered to your tank is within specifications we have
supplied.
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
EVenly _
Company ID Number: 1650052
THE &VERIFY
MEMORANDUM OF UNDERSTANDING
FOR WEB SERVICES EMPLOYERS
ARTICLE I
PURPOSE AND AUTHORITY
{
010 4;
The parties to this Agreement are the Department of Homeland Security (DHS) and Hawkins Inc
(Web Services Employer). The purpose of this agreement is to set forth terms and conditions which
the Web Services Employer will follow while participating in E -Verify.
A Web Services Employer is an Employer who verifies employment authorization for its newly hired
employees using a Web Services interface.
E -Verify Is a program that electronically confirms a newly hired employee's authorization to work in the
United States after completion of the Form 1-9, Employment Eligibility Verification (Form 1-9). This
MOU explains certain features of the E -Verify program and describes specific responsibilities of the
Web Services Employer, DHS, and the Social Security Administration (SSA).
For purposes of this MOU, the "E -Verify browser" refers to the website that provides direct access to
the E -Verify system: https://e-verifv.uscis.cipv/ema You may access E -Verify directly free of charge
via the E -Verify browser.
Authority for the E -Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and
Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C.
§ 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility
Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and
subcontractors (Federal contractor) to use E -Verify to verify the employment eligibility of certain
employees working on Federal contracts.
Before accessing E -Verify using Web Services access, the Web Services Employer must meet certain
technical requirements. This will require the investment of significant amounts of resources and time.
If the Web Services Employer is required to use E -Verify prior to completion and acceptance of its Web
Services interface, then it must use the E -Verify browser until It is able to use its Web Services
interface. The Web Services Employer must also maintain ongoing technical compatibility with
EryVerify.
DHS accepts no liability relating to the Web Services Employer's development or maintenance of any
Web Services access system.
Page 1 of 23 E -Verity MOU for Web Services Employers I Revision Date 06/01/13
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
Elferify
Company ID Number: 1650052
4
may subject the Web Services Employer, its subcontractors, its employees, or its representatives to: (1)
prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its
MOU and/or; (3) possible debarment or suspension.
G. The foregoing constitutes the full agreement on this subject between OHS and the Web Services
Employer.
Approved by:
Web Services Employer
Hawkins Inc
Name (Please Type or Print)
Carl Skarstad
Signature
Electronically Signed
pertment of Homeland Security — Verification Division
Title
Date
03/04/2021
Name (Please Type or Print) itle
Signature
Electronically Signed
Page 19 of 23 E -verify MOU for Web Services Employers I Revision Date 06101/13
ate
DocuSign Envelope ID: 1AFAOCF9-C7B2-4D3F-9124-1 DAC38B263E7
E -Verily._
Company ID Number: 1850052
Information Required for the E -Verify Program
nformatlon relating to your Company:
Hawkins Inc
ompany Name
ompany Facility Address
Company Alternate Address
2381 Rosegate
Roseville, MN 55113
unty or Parish RAMSEY
Employer Identification Number 410771293
North American Industry
'ossification Systems Code
Parent Company
Number of Employees 500 to 999
325
Hawkins Inc
Number of Sites Verified for 45
Page 20 of 23 E -Verify MOU for Web Services Employers Revision Date 06/01/13
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
rj
a I iNg LAND
REFERENCES FOR:
Hawkins Inc.
Offeror must furnish, with this proposal, at least three (3) references from customers with a
similar or larger operation as the City of Pearland. This document, or a similar version issued by
your company, must be included with your proposal.
City of Sugar Land, Texas
Company Name:
14601 Voss Rd., Sugar Land, TX 77498
Company Address:
Contact Name: John Bailey
Phone Number: 281.275.2002
Email Address; JBAILEY@sugarlandtx.goV
Water Treatment Chemicals
Description of Project/Work:
Company Name: City of Conroe, Texas
Company Address: 300 W. Davis St. #200, Conroe, TX 77301
Contact Name: Christine Santiny
Phone Number: 936.522.3000
Email Address: csantinycityofconrae.org
Description of Project/Work: Water Treatment Chemicals
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
References for: Hawkins Inc.
Company Name: City of Huntsville, Texas
Company Address: 1212 Avenue M, Huntsvile, TX 77340
Contact Name: Joe Massey
Phone Number: 936.291. 400
Email Address: jmassey@huntsvilletx.gov
Water Treatment Chemicals
Description of Project/Work:
Company Name:
Company Address:
Contact Name:
Phone Number:
Email Address:
Description of Project/Work:
Company Name:
Page 2
Company Address:
Contact Name:
Phone Number:
Email Address:
Description of Project/Work:
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
NON -COLLUSION ST •. LA E T
"The undersigned affirms that they are duly authorized to execute this contract, that this company,
corporation, firm, partnership or individual has not prepared this bid in collusion with any other bidder,
and that the contents of this bid as to prices, terms or conditions of said bid have not been
communicated by the undersigned nor by any employee or agent to any other person engaged in this
type of business prior to the official opening of this bid."
Hawkins Inc.
Vendor
Address 2381 Rosegate Roseville MN 55113
Phone Number (6131-6010
Fax Number (612) 331-5304
Email Address bids@h si .c m
Bidder (Signature)
Position with Company
Business Development Coordinator
Signature of Company
Official Authorizing This Bid l'
Company Official {Printed Name) _ Jeffrey Oldenkamp
Official Position Executive Vice President and Chief Financial Officer
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
Contractor Questionnaire
Yes No
1. Has the City of Pearland or other governmental entity incurred costs as a result of contested change order(s) from the
undersigned company?
2. Has the City of Peariand or other governmental entity been involved in litigation relative to contract performance with
the undersigned company?
3. Has the undersigned company failed to meet bid specifications or time limits an other contracts?
4. Has the undersigned company abandoned a contract or refused to perform without legal cause after submitting a bid?
5. Has the undersigned company had bidding errors or omissions in two or more bid submissions within a thirty six [36)
month period?
6. HAS the undersigned company failed to perform or performed unsatisfactory on two or more contracts within a thirty
six (36) month period?
7. Does the undersigned company have adequate equipment, personnel and expertise to complete the proposed
contract?
8. Does the undersigned company have a record of safety violations in two or more contracts within a thirty six (36)
month period?
9. Does the undersigned have a criminal offense as an incident to obtaining or attempting to obtain a public or private
contractor subcontract, or in the performance of such a contract or subcontract within a ten (10) year period?
10. Has the undersigned company been convicted of a criminal offense within a ten (10) year period of embezzlement,
theft, bribery, falsification or destruction of records, receiving stolen property or any other offense indicating a lack of
business integrity or business honesty which might affect responsibility as a municipal contractor?
11. Has the undersigned company been convicted of state or federal antitrust statutes within a ten (10) year period
arising out of submission of bids or proposals?
12. Has the undersigned company been disbarred or had a similar proceeding by another governmental entity?
if you answered "yes" to Items 1-6 or 8.12 or answered "no" to Item 7, please attach a full explanation to this questionnaire.
Hawkins Inc,
Company Name:
2381 Rosegate Roseville MN 55113
Address:
Jeffrey Oldenkamp Title: Executive Vice President and Chief Financial Officer
Name:
(Please Print) [Please Print)
Signature:
(,11
Date: 12/14/2022
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
STATE OF TEXAS HOUSE BILL 89 VERIFICATION
Jeffrey Oldenkamp
(Person name)
Hawkins Inc.
, the undersigned representative of
(Company or Business name)
hereafter referred to as company, being an adult over the age of eighteen (18) years of age, do hereby
certify the above -named company, under the provisions of Subtitle F, Title 10, Government Code Chapter
2270:
L Does not boycott Israel currently; and
2. Will not boycott Israel during the term of the contract for goods or services with the
above -named Company, business or individual with City of Pearland.
Pursuant to Section 2270.101, Texas Government Code:
1. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any
action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with
Israel, or with a person or entity doing business in Israel or in on Israeli -controlled territory, but does not
include an action made for ordinary business purposes; and
2 "Company„ means a for-profit sole proprietorship, organization, association, corporation,
partnership, joint venture, limited partnership, limited liability partnership, or any limited liability
company, including a wholly owned subsidiary, majority -owned subsidiary, parent company or
affiliate of those entities or business associations that exist to make a profit.
12/14/2022
DATE
Executive Vice President and Chief Financial Officer
POSITION /TITLE
Li
SIGNATURE OF COMPANY FI PRE5EN rATIVE
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
STATE OF TEXAS - SENATE BILL 19 VERIFICATION
l Jeffrey Oldenkamp , the undersigned representative of
(Person name)
Hawkins Inc.
(Company or puSlness name)
hereafter referred to as company, with at least 10 fulltime employees and if entering into a contract for
more than $100,000 paid partially or fully with public funds, do hereby certify the above -named company,
under the provisions of Subtitle F, Title 10, Government Code Chapter 2274:
1 Does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association; and
2. Will not discriminate during the term of the contract against a firearm entity or firearm trade
association.
Pursuant to Section 2274.001, Texas Government Code:
.1 "Firearm" means a weapon that expels a projectile by the action of explosive or expanding gases.
4, "Firearm accessory" means a device specifically designed or adapted to enable an individual to wear,
carry store or mount a firearm on the individual or on a conveyance and an item used in conjunction with
or mounted on a firearm that is not essential to the basic function of the firearm. The term includes a
detachable firearm magazine.
5. "Firearm entity" means (a) a firearm, firearm accessory, or ammunition manufacturer, distributer,
wholesaler, supplier or retailer; and (b) a sport shooting range as defined by Section 250,02 of the Local
Government Code.
& "Firearm trade association" means any person, corporation, unincorporated association, federation,
business league, or business organization that; (a) is not organized or operated for profit and for which
not of its net earnings inures to the benefit of any private shareholder or individual; (b) has two or more
firearm entities as members; and (c) is exempt for federal income taxation under Section 501 (a), internal
Revenue Code of 1986, as an organization described by Section 501 (c) of that code.
12/14/2022
Executive Vice President and Chief Financial Officer
DATE
POSITION f TITLE
/;' i'1
SIGNATUFIt OF COMPANY REPH 5ENTA'TIVE
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
STATE OF TEXAS - SENATE BILL 13 VERIFICATION
i, Jeffrey Oldenkamp
(Person name)
, the undersigned representative of
Hawkins Inc.
(Company or Business name'
hereafter referred to as company, with at least 10 fulltime employees and if entering into a contract for
more than $100,000 paid partially or fully with public funds, do hereby certify the above -named company,
under the provisions of Subtitle A, Title 8, Government Code Chapter 809:
1 Does not boycott energy companies currently; and
2 Will not boycott energy companies during the term of the contract for goods or services
with the above -named Company, business, or individual with City ofPea Hand.
Pursuant to Section 2270.001, Texas Government Code:
3. "Boycott Energy Company' means, without an ordinary business purpose, refusing to deal with, terminating
business activities with or otherwise taking any action that is intended to penalize, inflict economic harm
on, or limit commercial relations with a company because the company:
(A) engages in the exploration, production, utilization, transportation, sale, or manufacturing of
fossil -fuel based energy and does not commit or pledge to meet environmental standards
beyond applicable federal and state law; or
(B) does business with a company described by Paragraph (A)
4. "Company" means a for-profit sole proprietorship, organization, association, corporation, partnership,
joint venture, limited partnership, limited liability partnership, or any limited liability company, including
a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or
business associations that exist to make a profit.
12114/2022
Executive Vice President and Chief Financial Officer
PATE POSITION /TITLE
SIGNARJR qF COMPANY REPRESENTATIVE
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
STATE OF TEXAS - SENATE BILL 2116 VERIFICATION
Jeffrey Oldenkamp
(Person name)
, the undersigned representativeof
Hawkins Inc.
(Company or Business name)
hereafter referred to as company, being an adult over the age of eighteen (18) years of age, do hereby certify
the above -named company, under the provisions of Subtitle F, Title 10, Government Code Chapter 2274:
1 Will not grant direct or remote access to or control of critical infrastructure in this State, excluding access
specifically allowed by the governmental entity for product warranty and support purposes; and
Z Is not owned by or the majority of stocks or other ownership interest of the company is held or
controlled by: (i) Individuals who are citizens of China, Iran, North Korea, Russia or a designated country;
or (ii) a company or other entity, Including a government entity, that is owned or controlled by citizens
of or is directly controlled by the government of China, I ran, North Korea, Russia or a designated country;
or headquartered in China, Iran, North Korea, Russia or a designated country. Regardless of whether
the company's or its parent company's securities are publicly traded; or the company or its parent
company is listed on the New York Stock Exchange as: a Chinese, Iranian, North Korean or Russian
company; or a company of a designated country.
Pursuant to Section 2274, Texas Government Code:
7 "Critical Infrastructure" means a communication infrastructure system, cybersecurity system, electrical
grid, hazardous waste treatment system, or water treatment facility.
"Cybersecurity" means" the measures taken to protect a computer, computer network, computer system,
or other technology infrastructure against unauthorized use or access.
9. "Designated Country" means a country designated by the Governor as a threat to the critical
infrastructure under Section 113.003.
12/14/2022
Executive Vice President and Chief Financial Officer
DATE POSITION /TITLE
-,7%
5IIANATURE OF COMPANY REPRESENTATIVE
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
ADDENDUM NO. 1
ADDENDUM TO THE REQUEST FOR PROPOSAL
Water Chemical and Supply Analysis
DATE ISSUED: December 12, 2022
Request For Proposal (RFP): 1022-16
ORIGINAL PROPOSAL SUBMISSION DATE: November 16, 2022 (no changed)
Addendum No. 1, dated December 12, 2022, is hereby amended to the following:
1. Questions and Answers received via City of Pearland e -bid system
are hereby incorporated, in full text, page 2
A. This Addendum shall be considered part of the bid documents for the above -
mentioned project as though it had been issued at the same time and shall be
incorporated integrally therewith. Where provisions of the following supplementary
data differ from those of the original bid documents, this Addendum shall govern and
take precedence. BIDDERS MUST SIGN THE ADDENDUM AND SUBMIT IT WITH
THEIR BIDS.
B. Proposers are hereby notified that they shall make any necessary adjustments in
their estimates as a result of this Addendum. It will be construed that each bidder's
proposal is submitted with full knowledge of all modifications and supplemental data
specified herein. All other terms and conditions remain unchanged.
Ali other terms and conditions remain the unchanged.
COMPANY NAME: Hawkins Inc.
SIGNATURE:
Jeffrey Oldenkamp
NOTE: Company name and signature must be the same as on the bid documents.
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
REP 1022-16 estions & Answers
1. Can you please advise if this is the first time for the Aluminum Chlorohydrate to go out to bid and
can you please provide your current price and supplier?
A — This is the first time for Aluminum Chlorohydrate to go to bid.
2. Can you please clarify if the Est. Qnty on the price sheet is the annual quantity? Example, Zinc
Orthophosphate states 200, Is that 200 gallons the annual amount?
A- Correct, the amounts in the price sheet are annual usages.
3. Citric Acid has 2 line items, full Truckload and less than truckload, but the quantity is 300 gallons
for both. 300 gallons is not a full truckload. Please clarify.
A- The line item table was a template and the yearly quantities that are less than a truck load do
not have to have a truckload estimate.
4. Would you be able to provide the previous bid tabulation to the current bid RFP #1022-16 Water
Chemicals & Supply Analysis
A- There is not a previous bid tabulation as this is the first bid with the Surface Water plant
chemicals in it.
5. Does the City of Pearland require the following for Sodium Chlorite:
"Contractor will provide periodic water analysis on the well waters and distribution systems, at least 6
times per year. Minimum required lab analyses are as follows: pH, Alkalinity, Calcium,
Magnesium, Conductivity, TDS, Iron, Manganese, Copper, and Phosphate (Total, Ortho, and
Poly)"
A- The scope of work stating "Contractor will... and Phosphate" is water sampling specific to the
water well plants that use phosphate blends for water treatment and does not pertain to
Surface Water plant only chemicals (SW plant only chemicals are lines 10-19,24,25)
6. What are you currently paying for Sodium Chlorite 25%?
A- This is the first time for Sodium Chlorite to go to bid.
7. Can you please confirm the specific gravity for the Aluminum Chlorohydrate? The industry
standard is around 1.34 and the bid specifications state 2.7.
A- That is a typo. Specific Gravity should be 1.33-1.35
8. Will CLARIFLOC CE -2374 (wastewater polymer) be removed from the subject bid?
A- No. CE -2374 will continue to be used at the Wastewater facilities acid the A 210P will only be
used at the Surface Water facilities.
9. what is the minimum delivery quantity for CLARIFLOC A -210P?
A- preferably 2000 gals
10, If the CLARIFLOC CL -2374 remains on this bid, will the City please exempt this chemical from
the Scope of Work, General Requirements, Section 1.7? This product is not NSF approved
A- This is correct, Since CE -2374 is a Wastewater plant chemical it does not have to be NSF
approved. if future bids, we need to add the disclaimer for the chemicals to read "NSF 60
approved where applicable.'
11. Will you please confirm the minimum delivery quantities and desired package type (totes, drums
or liquid bulk) for bid items #22, 23, 24 and 25?
A- 22 -- CE -2374 — See current contract for quantities
B- 23 — CE -2374 — See current contract for quantities
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
C- 24 - A -210P -- 2000 gals per delivery via liquid bulk (half load)
D- 25 - A -210P - approximately 2000 gals per delivery via totes with offloading by pumping
provided by vendor
DocuSign Envelope ID: 1AFA0CF9-C7B2-4D3F-9124-1 DAC38B263E7
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
loft
Complete Nos. 1- 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 it there are no interested parties.
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2023-977853
Date Filed:
01/31/2023
Date Acknowledged;
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Hawkins Inc.
Roseville, MN United States
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Peariand
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or ocher property to be provided under the contract.
RFP1O22-16B
Water Treatment Chemicals
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
5
Check if there is NO Interested Party.
only
X
t'r
UNSWORN DECLARATION
My name is Douglas Lange , and my date
of birth is
04/v
70 f O 7r f Cfi
I� 1`i1 J
My address is, /V 62 9 J 'l7,,,:,, 4,Cei t. �t
4
] t: 5- 2 ,
(street)/ (city)
I declare under penalty of perjury chat the foregoing is trite and correct.
Executed in Ramsey County, State of Minnesota , on
istete)
the
(zip code) (country)
31 day of January . 20 23 .
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission
www.ethics.state,tx.us
ersion V3.5.1.3ac