HomeMy WebLinkAboutR2023-026 2023-01-23DocuSign Envelope ID: 254A5A33-7308-42E8-90F2-F84BAA3C7794
RESOLUTION NO. R2023-26
A Resolution of the City Council of the City of Pearland, Texas, awarding a
unit price contract for utility chemicals to DXI Industries, in the estimated
amount of $216,000.00, 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 DXI Industries,
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 23rd day of January, A.D., 2023.
DocuSigned by:
'-64881A61593r4r2..
J. KEVIN COLE
MAYOR
ATTEST:
DocuSigned by:
Fra n.Gt-s gluitzur
FRAKratSFAGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
DocuSigned by:
GY~ �
DADA /1.F4 OKER
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 fora 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: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SUPPLY CONTRACT NO. RFP1022-16D
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 DXI Industries, Inc ("Contractor"), and consisting of the following
parts:
I. Summary of Contract Terms
II. Signatures
III. Standard Contractual Provisions
IV. Special Terms and Conditions
V. Additional Contract Attachments
I. Summary of Contract Terms.
Contractor:
Description of Supplies:
Contract Amount:
Effective Date:
End Date:
Renewals:
Resolution No/Bid No:
II. Signatures
PilillcCiFeREARLAND
DXI Industries, Inc
1919 Jacintoport Blvd.
Houston, TX 77015
Water Treatment Chemical and Supply Services
$216,000.00
January 24, 2023
January 23, 2024
2
R2023-26; RFP #1022-16
CONTRACTOR
aVa 2/7/2023 I 2:08 PM CS�
Purch sin(g� Officer Date Title: , ,� 3s �,-�n '
-Docugned o9:
2/8/2023 I 6:22 AIV tf
1-838612DC7161-\3...
*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
Supply Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 1 of 6
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
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 $216,000.00,
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: accountsoavableapearlandtx.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: 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
Supply Contract Standard Form
Approved as to Legal Form 5.28.2021
Page 2 of 6
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
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)
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 D, the entirety of which, is incorporated into this Contract.
9. Quality/Quantity Adjustments. Any 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
Supply Contract Standard Form Page 3 of 6
Approved as to Legal Form 6.28.2021
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
independent contractor and will furnish such Supplies 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. 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:
DXI INDUSTRIES, INC
Attn: JANEL BAKK
Title: TERRITORY MANAGER
Address: 1919 JACINTOPORT BLVD., HOUSTON, TX 77015
Phone: 281.457.4848
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
Supply Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 4 of 6
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
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.
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.
(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 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.
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:
Supply Contract Standard Form
Approved as to Legal Form 6.28.2021
Page 5 of 6
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
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).
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. 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.
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
Approved as to Legal Form 6.28.2021
Page 6 of 6
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
ATTACHMENT A - SCOPE OF WORK
The scope of contract requires the vendor to supply and deliver 150 -pound cylinders to applicable
WRFs and Water Production sites on an as needed basis throughout the contract period of one (1)
year. The scope of contract requires the vendor to supply and deliver one (1) ton cylinders to the SWTP
on an as needed basis throughout the contract period of one (1) year. All empty cylinders will be picked
up by the vendor during delivery of full cylinders.
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
ATTACHMENT B - BID/PRICING SCHEDULE
RFP Number 1022-16
Title Water Treatment Chemicals and Supplies Services
DXI Industries, Inc
item Description UOM EST QTY
' Unit
: (not to
exceed) .
Extended
20
Chlorine Gas. Enter a price per pound for a 1 ton cylinder.
Pound
150000
$1.2247
$183,705.00
21
Chlorine Gas. Enter a price per pound for a 150 pound cylinder.
Pound
25000
$1.7328
$43,320.00
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
ATTACHMENT C - INSURANCE REQUIREMENTS
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
Purchasing Department
281.652.1775
ebids@pearlandlx.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 ncluded 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 's
to be provided a WAIVER OF
SUBROGATION.
CGL and BAL, City to be listed as
additional insured and prov,ded 30 -
day notice of cancellation or material
change in coverage.
WC CGL and BAL, City shall be
provided 30 -day notice of
cancellation or material change in
coverage.
CGL will include a non-contributory
addendum.
2.
Commercial General (Public)
Liability (CGL) to include coverage
for:
a) Premises/Operations
b) Products/Completed
Operations
c) Independent Contractors
d) Personal Injury
e) Contractual Liability
Personal Injury - $1,000,000 per
person; Property Damage -
$1,000,000 per occurrence;
General Aggregate - $2.000,000
3.
Business Auto Liability (BAL) to
include coverage for
a) Owned/Leased vehicles
b) Non -owned vehicles
c) Hired vehicles
Comb;ned Single Limit -
$1 000.000
f the contract involves a professional service the contractor wit i also be required to provide the City with professional
iability insurance in an amount of at least $1,000 000.
Certificate of Insurance forms may be emailed to: Purchasing Department at et,.:iv slp ri,a',dix :you. Questions
regarding required insurance should be d rected to Qty of Pearland Purchasing Department, at
ebidsc oearlandtx.gov.
This form must be signed and returned with your bidr'quotation. You are stating that you do have the required
insurance and if selected to perform work for the C ty. 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/Sid N
Company: iJitl J-etiIur>iv 1 i
Signature and PrintedName: . 61
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
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: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
A Off° CERTIFICATE OF LIABILITY INSURANCE
OA'Esom°°ry'n
1s212J21102
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND_ EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER
IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED p1o.Jisions or be endorsed_
If SUBROGATION IS WAIVED, subject to the terms and condibons of the policy. certain policies may require an endorsement A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
L LuA USA. Inc
2929 Wu Pe*ssy Saar 2500
Houston 'TX 77019
Oil 02106122 0X GA11u22-23
FACT
(/ NO. Eu'O. I (A C. Not.
6Y1YL
ADdREi t:
ell sumac tiAFFORRO IOCOVERAGE
NAILS
NICIMER A. LM, Sooc ulti Inv:same Company
26883
INSDL Xl�i-r3usiles, Lx
6D1 VI Indoslnd$4d
Cleburne. TX 76033
gismos B : Zunah Amman insurance Company
'6935
INSURER C:
NSURER O .
EI$URER E
NSURER F
COVERAGES
CERTIFICATE NUMBER
IOU -039 4 5b-01
REVISION NUMBER 3
THIS IS TO CERTIFY THAT THE POLICIES OF NSURANCE 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 POL LIES DESCRIBED HEREIN IS SUBJECT TO AU. THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
OUIR
TYPE OF rug .aarr
AWL
1Nso
SUMSPOUOT
MAID
POLICY NUMBER
EPF
enema YYY1
POLICY Er,
poaoorYYYn
USIT*
A
X
CORINF DIAL GENERAL ussurr
EG 112937 19-04
!;'5831 C4d2
OS'O. ]2023
EACH ODCUWiBJCE
i ' 000 COO
I CL4LnrLUC4
X
OCCUR
TC ocearrNTEDm.v
PRFIVNIFS
DAMAGE4ED
i 300,000
ESP Noy ene person)
i 25 DOD
YEPUD,AL LADY PLURY
1 ' 000.000
CE
IOOXYTHER
M. AGGREGATE LSAT APFLESPER
❑ ❑ LOC
GENERAL AGGREGATE
1 2,000,000
PROOLJOTS - o06pVaP AGO
i 2,10,0004TFfaZ
i
B
aarrei
X
'-"-"-
ORILEUJV8S.rTY
ANY AUTO
OWSED
AUTOS OALY
'HREO
A i 5 ONLY
-
__
SCHEDULED
ALTOS
NON-OWNEFROPERTY D
',ems ONLY
BJLP 028.372.6
05a01P'0"2
05/7 /2023
OrariletNED y LE TlEal
: ',aD6.oca
COOLY INJURY D'd Person
I
COOLY ;KIM (Per acOdvb
i
ape wormE
i
i
gralElnEu.# LIAR
EXCESS LIAR
OCCUR
ELAIIGHARDE
EACH OCCRRENCE
I
AGGREGATE
S
DEO I I RETENTIONS
i
B
VIOfifiERSOOMPEMATION
AND BM LOYER2 LrA9UTi
AmPFICPRIE-O7CPART5FiOE
W CUT14E
O ERAELBEREXCLU ED'
Ntaratcbtrif N WO
Nos leaf
INSCRIPTION OF OPERAT1C7sE below
Yi N
N
N.
WNCO231374-05
(1500120:2
080'1202]
R
pEUI I ar
x 1g*
EL EACH ENT
; '000000
EL DISEASE-EAE C.LOY'd
i 00 DCO
EL DISEASE - POLICY LBAT
I 000003
OESCRIPTION OF OPERATION, ILOCAT1CN$' Y94ICLEC IADORD let AN D:I al Remain tolionoN. raw toadlaalad damns maw a moon
Ce4k.le Haller *Dye radiated as sdd5oosl mused terce$ radian oemperssice wiser, eeq Bred by swlen curbed Ern rase.-ce .s primal and rto-ceTbib'.ioy over ary erring : nsumnce end :rand to
lebily arming out of the opretors d the:emed inured sueckio po:cy Lamle and warms 'Nowaols.6+ogutEon a spp6casth weer, legated by siBen con'recl v4 supped to pdcylmrns and cavillers
CERTIFICATE HOLDER
CANCELLATION
Coy of Reaiend
35"9Lbedy Dirge
35'9 Lbedy Diet TX 7758
I
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS
'mammon] REFIREIENTAME
7Xa s'4 1(SJ4r loc.
ACORD 25 (2016103)
E 19 2016 ACORD CORPORATION All rights reserved
The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
ENDOB$ENENT
InsrfaAos far evierage put Provabd by
ZURICH AMERICAN INSURANCE COMPANY
MMOrNumber
BAP O281372 O5
Res;newal of Number
BAP 0281372-04
MOTIC! OW CANCELLATION/NOW—R2MEMAL ENDORSEMENT
THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE:
BUSINESS AUTO COVERAGE FORM
IN THE EVENT OF CANCELLATION OR NON .RENEWAL, WRITTEN NOTICE WILL
BE GIVEN TO THE FIRST NAMED INSURED NINETY (9O) DAYS PRIOR TO THE
EFFECTIVE DATE OF SUCH CANCELLATION OR NON RENEWAL, EXCEPT FOR
NONPAYMENT OF PREMIUM WHERE TEN (10) DAYS' NOTICE WILL BE GIVEN.
ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED.
U41,4418407744)
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
ENDORSEMENT NO. 1S
This endorsement, effective 12:01 AM, 5/1/2022
Farms a part of Policy No: 14250719.04
Issued to: DX Holding Company Inc
By: AIG Specialty Insurance Company
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
LiMITED ADVICE OF CANCELLATION TO ENTM ES OTHER THAN
THE NAMED INSURED ENDORSEMENT
Th's endorsement modifies! nsurance provided under the following.
COMM ERCIAL G ENERAL LIABILITY AND
POLLUTION LEGAL UABIUTY COVERAGE FORM
It is hereby agreed that the following Is added to SECTION IV CONDITONS•
in the event that we cance this Policy for any reason other the• .o • payment of prem urn and
I. the cancellation effective date is prior to this Poecy's expiration date,
2. you arc under an existing contractual obligation to notify a certificate holder when this Policy is
canceled (hereinafter the "Certificate Holder(sr) and have provided to us, either directly or
through your broker of record, the email address of a contact at each such entity_ and
3 we received this information after you received not-rr. of cancellation of this Policy and prior to this
Policy's cancellation effective date, via an electronic spreadsheet that -s acceptable to us,
we will provide advice of cancellation (the "Advise") via e. mall to each such Certificate Holders within 30
days after you provide such information to us.
Proof of our emaihng the Advice, .sing the information provided by you wile serve as proof that we have
fully satisfied our obligations under this Enxdorsemen!
This Endorsement does "ot affect, in any way, coverage provided under this Policy or the cancellation of this
Poole or The effective date thereof, nor shall this Endorsement Invest any rights in any entity not Insured
under this Policy.
Al other terms, conditions, and exclusions shall remain the same
109521(9/11)
CIS 040
UTH r ' IZfrDIIE'USE NY'l4TIVE
Or countersignature (where required bylaw
PAGF 1 OF 1
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
cba
December 14, 2022
DXI INDUSTRIES, INC.
P.O. Box 24600
Houston, Texas 77229.4600
(281) 457-4888
Fax (281) 457-4807
www.dxgroup.com
RE: City of Pearland RFP #1022-16
Per the Bid Requirements please see the following information requested:
DXI Industries is a privately held corporation with more than 75 years experience in supplying water treatment
products, service, and equipment. We operate more than 15 plants in the United States and employ more
than 250 associates. DXI is the largest repackager of chlorine gas in North America and one of the largest
producers of sodium hypochlorite and have long been a leader in our field with respect to environment,
health, and safety.
There are several DX facilities in the gulf coast region that allows us the ship product from alternate plants if
your primary plant experiences a stoppage or weather event. We also maintain on -site emergency response
personnel and equipment, as well as a 24 -hour manned phone line to assist our customers. This number is
281-457-4848.
DXI has experience delivering critical water treatment chemicals to industrial and municipal plants. We have
delivered to the City of Pearland for many years. Please see our reference list provided.
Per the bid requirements, all drivers that would make deliveries to the City of Pearland have had background
checks as required by DOT Hazmat Certification and TWIC card approval.
DXI is actively involved in the Responsible Distribution program of the National Association of Chemical
Distributors (NACD). This organization of industry members is dedicated to safety, quality, and responsible
chemical distribution. We are also members of the Chlorine Institute which sets industry standard on the safe
handling and distribution of chlorine and sodium hypochlorite. Our products are NSF Certified as well.
Please contact us for any further questions or concerns.
Respectfully,
Janel Bakk
Territory Manager
713-542-5995
jbakk@dxgroup.com
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
RFP 1022-16 Addendum 1
DXI Industries, 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.com/pearlandtx/j.php?
MTI D=mde75774d58421251 da885a6a944f9689
Join by meeting number
Page 1 of 3 pages
Vendor: DXI Industries, Inc. RFP 1022-16 Addendum 1
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
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: velam@pearlandtx.gov
Page 2 of 3 pages
Vendor: DX! Industries, Inc. RFP 1022-16 Addendum 1
DocuSign Envelope ID: 00A7CEE9-1295-4C3B-8F93-B733E3D7FA57
DXI Industries, Inc. Information
Address: 1919 Jacintoport Blvd
Houston, TX 77015
Phone: (281) 457-4848
By submitting your response, you certify that you are authorized to represent and bind your company.
Janel Bakk ibakk@dxgroup.com
Signature Email
Submitted at 12/13/2022 01:16:35 PM (CT)
Response Attachments
DXI Insurance Certificate.pdf
Insurance Certificate
DXI NonCollusion and CIQ Forms.pdf
Non -Collusion and CIQ Forms
DXI 1295 Form.pdf
DXI 1295 Form
DXI NSF Certification.pdf
DXI NSF Certificate
DXI Contractor Questionnaire.pdf
DXI Contractor Questionnaire
DXI House and Senate Bills.pdf
DXI House and Senate Bills
DXI Addendum1.pdf
Signed Addendum #1
Pearland RFP Letter 2022.pdf
DXI Qualification Letter
DXI References.pdf
DXI References
DXI Pricing Bid Form.xlsx
DXI Pricing Bid Form
Bid Lines
1
Total
Quantity: 1 UOM: EA
Unit Price:
$1,477,025.00
Total:
$1,477,025.00
Response Total: $1,477,025.00
Page 3 of 3 pages
Vendor: DXI Industries, Inc. RFP 1022-16 Addendum 1