HomeMy WebLinkAboutR2025-002 20250113RESOLUTION NO. R2025-2
A Resolution of the City Council of the City of Pearland, Texas, renewing a
unit price contract for utility chemicals with Polydyne Inc., in the estimated
amount of $200,000.00, for the period of January 24, 2025 through January 23,
2026.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That the City previously solicited bids for utility chemicals.
Section 2. That the City Council hereby renews a unit supply contract with Polydyne
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 13th day of January, A.D., 2025.
________________________________
J. KEVIN COLE
MAYOR
ATTEST:
________________________________
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
________________________________
DARRIN M. COKER
CITY ATTORNEY
Docusign Envelope ID: 5DE91000-0F0D-4540-9456-9A80D7DC4FE0
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 1 of 7
City of Pearland
3519 Liberty Drive
Pearland, TX 77581
SUPPLY CONTRACT NO. RFP1022-16C
WATER TREATMENT CHEMICAL AND SUPPLY SERVICES
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home-rule
municipal corporation (“City”) and Polydyne 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:Polydyne, Inc
1 Chemical Plant Road
Riceboro, GA 31323
Description of Supplies: Water Treatment Chemical and Supply Services
Contract Amount: $200,000.00
Effective Date: January 24, 2025
End Date: January 23, 2026
Renewals: 0
Resolution No/Bid No: R2025-2 RFP#1022-16
II.Signatures
CITY OF PEARLAND CONTRACTOR
Purchasing Officer Date
Title:
Date:
*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
Sr. Vice-President
01/09/2025
Polydyne Inc.
Boyd Stanley
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
1/23/2025 | 4:33 PM CST
1/27/2025 | 2:02 PM CST
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 2 of 7
II.a. Signatures - Contract Clause Addendum
State of Texas laws require that entities utilizing public funds incorporate the following contract clauses into
all agreements involving the distribution of such funds.
Please sign to acknowledge compliance with the conditions below.
Name of Authorized Contractor Representative: _____________________________________
Signature: ______________________________________
Date: ________________
Required Contract Clauses
A.Texas Government Code - Chapter 2271. Prohibition on Contracts with Companies that Boycott
Israel. By signing this Agreement, the CONTRACTOR/CONSULTANT certifies that, if it is a
company with at least 10 full-time employees and has a value of at least
$100,000 that is paid wholly or partly from public funds, that it:
a. does not boycott Israel; and
b.will not boycott Israel during the term of the contract.
B.Texas Government Code - Chapter 2274. Prohibition on Contracts with Companies that
Discriminate Against Firearm and Ammunition Industries. By signing this Agreement, the
CONTRACTOR/CONSULTANT certifies that, if it is a company with at least 10 full-time
employees and has a value of at least $100,000 that is paid wholly or partly from public funds,
that it:
a.does not have a practice, policy, guidance, or directive that discriminates against a firearm
entity or firearm trade association; and
b.will not discriminate during the term of the contract against a firearm entity or firearm trade
association.
C.Texas Government Code - Chapter 2276. Prohibition on Contracts with Companies Boycotting
Certain Energy Companies. By signing this Agreement, the CONTRACTOR/CONSULTANT
certifies that, if it is a company with at least 10 full-time employees and has a value of at least
$100,000 that is paid wholly or partly from public funds, that it:
a. does not boycott energy companies; and
b.will not boycott energy companies during the term of the contract.
III.Standard Contract Provisions
WHEREAS, Contractor has bid to provide 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
Boyd Stanley, Sr. Vice-President
01/09/2025
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 3 of 7
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 zero
(0) additional one-year periods (“Option Period(s)”), provided, the parties do so by written
amendment prior to the expiration of the original term or the then-current Option Period. The
City’s extension authorization must be executed by the City Manager or designee.
3. Compensation and Payment. This Contract is for an amount not to exceed $200,000.00,
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: accountspayable@pearlandtx.gov
4. Contract Administrator. The Contract Administrator designated by the City is responsible
for approval of all phases of performance and operations under this Contract, including
deductions for non-performance and authorizations for payment. The City’s Contract
Administrator for this Contract is as follows:
Name: City of Pearland – Purchasing Officer
For Department: Utilities – Pearland Water – Surface Water Treatment Plant
Phone: 281.652.1600
Email: purchasing@pearlandtx.gov
5. Insurance; Bonds.
(A) Before performance can begin under this Contract, the Contractor must deliver a
Certificate of Insurance (“COI”), as proof of the required insurance coverages, to the
City’s Contract Administrator. Additionally, the COI must state that the City shall be
provided no less than thirty (30) days’ advance written notice of cancellation, material
change in coverage, or intent not to renew any of the policies. The City must be named
as an additional insured. The City Attorney must be given copies of all insurance
policies within ten (10) days of the City Manager or his designee’s written request.
Insurance requirements are as stated in Attachment C, the entirety of which is
incorporated by reference into this Contract.
(B) Contractor shall provide any required payment bond, performance bond, or both, prior
to commencement of performance under this Contract. The terms, conditions, and
amounts of the bonds and appropriate surety information shall be included in the
RFB/RFP or as may be added to Attachment C, and such content, the entirety of
which, shall be incorporated into this Contract.
6. Purchase Release Order. For multiple-release purchases of Supplies 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
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 4 of 7
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 attached to this is incorporated into this
Contract.
(C) Contractor warrants that all Services will be performed in accordance with the standard
of care used by similarly situated contractors performing similar services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule
are estimates only and do not obligate the City to order or accept more than the City’s actual
requirements nor do the estimates restrict the City from ordering less than its actual needs
during the term of the Contract including any Option Period. Substitutions and deviations from
the City’s product requirements or specifications are prohibited without the prior written
approval of the Contract Administrator.
10. Non-Appropriation. The continuation of this Contract after the close of any fiscal year of the
City, which fiscal year ends on September 30th annually, is subject to appropriations and
budget approval specifically covering this Contract as an expenditure in said budget, and it is
within the sole discretion of the City’s City Council to determine whether or not to fund this
Contract. The City does not represent that this budget item will be adopted, as said
determination is within the City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor shall perform all work required by this Contract as an
independent contractor and will furnish such 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. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts
or utilize the services of subcontractors unless the subcontractors were identified in the
bid/quote/proposal or approved by the Contract Administrator.
13. Amendments. This Contract may be amended or modified only in writing and executed by
authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this Contract
waives any subsequent breach of the same.
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 5 of 7
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes,
unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be
provided proof of payment of these taxes within 15 days of such request.
16. Notice. Any notice required under this Contract must be given by hand delivery, or certified
mail, postage prepaid, and is deemed received on the day hand-delivered or on the third day
after postmark if sent by certified mail. Notice must be sent as follows:
IF TO CITY:
City of Pearland
Attn: Shaun Gilmore
Title: Surface Water Treatment Plant Manager
Address: 3720 Country Road 48, Rosharon TX 77583
Phone: 281.652.1961
IF TO CONTRACTOR:
Polydyne, Inc.
Attn: Marcus Ortiz
Title: Technical Sales Representative
Address: 1 Chemical Plant Road, Riceboro, GA 31323
Phone: 281.633.6086
17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT
DOCUMENT THAT LIMITS THE CONTRACTOR’S LIABILITY TO THE CITY OR
RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR
COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE
PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR
CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS
CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT.
EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE
CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS
RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY
CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM
THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF
THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION
DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO
IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS
CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD-
PARTY DEFENDANT AS ALLOWED BY LAW.
18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to
resolve any disputes that may arise between them regarding this Contract. If either party
disputes any matter relating to this Contract, the parties agree to try in good faith, before
bringing any legal action, to settle the dispute by submitting the matter to mediation before a
third party who will be selected by agreement of the parties. The parties will each pay one-half
of the mediator’s fees.
19. Attorney’s Fees. Should either party to this Contract bring suit against the other party for
breach of contract or for any other cause relating to this Contract, neither party will seek or be
entitled to an award of attorney’s fees or other costs relating to the suit.
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 6 of 7
20. Termination.
(A) City Termination for Convenience. Under this paragraph, the City may terminate this
Contract during its term at any time for the City’s own convenience where the
Contractor is not in default by giving written notice to Contractor. If the City terminates
this Contract under this paragraph, the City will pay the Contractor for all Supplies
rendered in accordance with this Contract to the date of termination.
(B) Termination for Default. Either party to this Contract may terminate this Contract as
provided in this paragraph if the other party fails to comply with its terms. The party
alleging the default shall provide the other party notice of the default in writing citing
the terms of the Contract that have been breached and what action the defaulting party
must take to cure the default. If the party in default fails to cure the default as specified
in the notice, the party giving the notice of default may terminate this Contract by written
notice to the other party, specifying the date of termination. Termination of this Contract
pursuant this paragraph does not affect the right of either party to seek remedies for
breach of the Contract as allowed by law, including any damages or costs suffered by
either party.
21. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a copy of
the owner’s manual and/or preventative maintenance guidelines or instructions if available for
any equipment purchased by the City pursuant to this Contract. Contractor must provide such
documentation upon delivery of such equipment and prior to receipt of the final payment by
the City.
22. Limitation of Liability. The City’s maximum liability under this Contract is limited to the total
amount of compensation listed in this Contract. In no event shall the City be liable for
incidental, consequential or special damages.
23. Assignment. No assignment of this Contract by the Contractor, or of any right or interest
contained herein, is effective unless the City Manager first gives written consent to such
assignment. The performance of this Contract by the Contractor is of the essence of this
Contract, and the City Manager's right to withhold consent to such assignment is within the
sole discretion of the City Manager on any ground whatsoever.
24. Severability. Each provision of this Contract is considered to be severable and, if, for any
reason, any provision or part of this Contract is determined to be invalid and contrary to
applicable law, such invalidity shall not impair the operation of nor affect those portions of this
Contract that are valid, but this Contract shall be construed and enforced in all respects as if
the invalid or unenforceable provision or part had been omitted.
25. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract,
its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference
to the documents in the following order of priority:
A. this Contract (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor’s bid response (Exhibit 2).
26. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code
Section 2252.908, as it may be amended, and to complete Form 1295 “Certificate of
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
Service Contract Standard Form. Approved as to Legal
Form 6.28.2021 with contract clause addendum 2024 Page 7 of 7
Interested Parties” as part of this Contract if required by said statute for items approved by
the City Council.
27. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the
performance of this Contract. The applicable law for any legal disputes arising out of this
Contract is the law of the State of Texas, and such form and venue for such disputes is the
appropriate district, county, or justice court in and for Brazoria County, Texas.
28. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory
executing this contract on behalf of company verifies that the company does not boycott Israel
and will not boycott Israel during the term of this contract. This clause is subject to companies
with ten or more full time employees and the contract value is $100,000 or more that is to be
paid wholly or partially with public funds of the governmental entity.
29. Public Information Act Requirements. This paragraph applies only to Contracts that have
a stated expenditure of at least $1,000,000 or that result in the expenditure of at least
$1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code,
regarding certain entities requirement to provide contracting information to governmental
bodies in connection with a public information request, may apply to this contract and the
Contractor agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
30. Entire Agreement. This Contract constitutes the entire agreement between the parties
concerning the subject matter of this Contract and supersedes all prior negotiations,
arrangements, agreements, and understandings, either oral or written, between the parties.
IV. Special Terms and Conditions. None.
V. Additional Contract Documents
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFP #1022-16
Exhibit 2: Contractor’s Bid/Proposal Response
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
ATTACHMENT A – SCOPE OF WORK
The scope of contract requires the vendor to supply and deliver fifty-five (55) gallon drums to
Longwood, Barry Rose and JHEC WRF, along with two hundred-fifty (250) gallon totes of
polymer to Reflection Bay WRF and Less than Truckload bulk polymer (minimum 2,000 gallons)
to the Surface Water Treatment Plant on an as needed basis throughout the contract period of
one (1) year. Polymer deliveries shall be made to these designated City WRF's with the removal
of empty drums/totes from the premises as requested by Staff when orders are placed. The
vendor is to make certain that polymer supplies are readily available to meet regular and
unexpected demands.
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
ATTACHMENT B – BID/PRICING SCHEDULE
RFP Number 1022-16
Title Water Treatment Chemicals and Supplies Services
Item Description UOM EST QTY
Unit
(not
to exceed)
Extended
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 $13.76 $96,320.00
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. Density conversion factor: 8.6 Lbs/Gallon
Gallon 7000 $13.76 $96,320.00
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 $98,560.00
Clarifloc C-6240 LB $1.60
Clarifloc CE-2373 LB $1.60
Polydyne Inc.
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
ATTACHMENT C – INSURANCE REQUIREMENTS
Contractors performing work on City property or public right-of-way for the City of Pearland shall
provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the
coverages and coverage provisions identified herein. Contractors shall provide the City
evidence that all subcontractors performing work on the project have the same types and
amounts of coverages as required herein or that the subcontractors are included under the
contractor’s policy.
All insurance companies and coverages must be authorized by the Texas Department of
Insurance to transact business in the State of Texas and must be acceptable to the City of
Pearland.
Listed below are the types and amounts of insurances required. The City reserves the right to
amend or require additional types and amounts of coverages or provisions depending on the
nature of the work.
Type of Insurance Amount of Insurance Provisions
1. Workers’ Compensation
Employers’ Liability
Statutory Limits
$100,000 per occurrence
City to be provided a WAIVER
OF SUBROGATION and 30-
day notice of cancellation or
material change in coverage.
2. Commercial General
(Public) Liability to include
coverage for:
a) Premises/Operations
b) Products/Completed
Operations
c) Independent
Contractors
d) Personal Injury
e) Contractual Liability
Personal Injury - $1,000,000
per person; Property Damage
- $1,000,000 per occurrence;
General Aggregate -
$1,000,000
City to be listed as additional
insured and provided 30-day
notice of cancellation or
material change in coverage.
City shall be provided 30-day
notice of cancellation or
material change in coverage.
3. Business Auto Liability to
include coverage for:
a) Owned/Leased
vehicles
b) Non-owned vehicles
c) Hired vehicles
Combined Single Limit -
$1,000,000
Certificate of Insurance forms may be sent to Purchasing Department.
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
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: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
City of Pearland
3519 Liberty Drive
Pearland, Texas 77581
December 12, 2024
Polydyne Inc.
Attn: Boyd Stanely
1 Chemical Plant Road,
Riceboro, GA 31323
RE: Contract Renewal No.2
Water Treatment Supply Services
City of Pearland Agreement R2023-25
Mr. Stanley,
The above referenced Contract expires on January 23, 2025. Pursuant to the Contract, this letter is to
inform you that the City is requesting to extend the Contract for a period of one year or until contract
award. All other terms and conditions of the Contract will remain unchanged. Please return this signed
acknowledgement letter, along with a copy of your current insurance certificate, and current W-9
form to the address set forth below, acknowledging receipt of the Notice of Contract Extension.
If you have any questions concerning this Contract Extension Notice, please contact me at the telephone
number listed below.
If you are interested in exercising this extension option under the terms, conditions, and pricing, then
please sign on the following page, and return to gpierce@pearlandtx.gov.
Should you have any questions, please contact me at (281) 652-1786.
Sincerely,
Gerald Pierce
Purchasing Business Partner
CC: Joel Hardy
Grants/Special Projects Administrator-Interim Purchasing Officer
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
Agreement to Extend Contract at No Cost
RE: Contract Renewal No. 2
Water Treatment Chemical and Supply
Services City of Pearland Agreement
R2023-25
By executing this document, contractor verifies:
1) That it desires to exercise the renewal extension option under the same terms, conditions, and
pricing beginning January 24, 2025 through January 23, 2026.
2) That it does not boycott Israel, and agrees that during the term of this Contract will not boycott
Israel as that term is defined in Texas Government Code Section 808.001, as amended.
3) That it does not have a practice, policy, guidance, or directive that discriminates against a
firearm entity or firearm trade association; and will not discriminate as that term is defined in
Texas Government Code Chapter 2274.
4) That it does not boycott energy companies; and will not boycott energy companies at that term
is defined in Texas Government Code Chapter 2276.
5) That, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section
2252.153, it does not appear on the Comptroller of the State of Texas listing of companies which
do business with Iran, Sudan or any Foreign Terrorist Organization, as identified under Section
806.051, Section 807.051 or Section 2253.253, listing of companies.
City of Pearland, Texas Polydyne Inc.
Owner Contractor
Signature Signature
Boyd Stanley
Printed Name Printed Name
Senior Vice President
Title Title
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
polydyneinc.com
Polydyne Inc. • 1 Chemical Plant Road • Riceboro, GA 31323 USA • Tel 800.848.7659
Emailed to: cmaldonado@pearlandtx.gov, sgilmore@pearlandtx.gov
January 2, 2024
Ms. Vaneesa Elam, CTCM
Contract Administrator
City of Pearland
3523 Liberty Drive
Pearland, TX 77581
SUBJECT: Contract Renewal Proposal – Contract RFP #1022-16C
Dear Ms. Elam,
Polydyne Inc. would like to thank you for your interest in renewing the current contract for an additional
year. At this time, Polydyne Inc. would like to offer the City of Pearland a temporary and voluntary price
adjustment for the above subject agreement.
It is our intention to hold this price from January 24, 2025 through January 23, 2026. However, in the event of
an unforeseen escalation in raw material and/or freight costs this TVA will be replaced by a separate
Agreement.
This TVA price cannot be used as the contract base price during subsequent renewal/price adjustment
options. The original contract price must be used in the calculation. The option to extend the TVA rests solely
with Polydyne Inc.
PRODUCT UNIT PRICE PACKAGE
CLARIFLOC CE-2374 $1.60/LB. DELIVERED* 450 LB. DRUM
CLARIFLOC C-6240 $1.60/LB. DELIVERED* 2300 LB. TOTE
CLARIFLOC CE-2373 $1.60/LB. DELIVERED* 2300 LB. TOTE
All other terms and conditions will remain the same.
We thank you for your business and look forward to continuing our valued partnership. If you have any
questions regarding this correspondence, please feel free to contact Marcus Ortiz, Technical Sales
Representative, at (281) 633-6086 or by email to mortiz@polydyneinc.com. If additional documents or
information are required to implement this extension, please feel free to reach out to
bids@polydyneinc.com.
Sincerely,
Boyd Stanley
Sr. Vice-President
Docusign Envelope ID: 0A5AEFF2-7CDE-4792-A143-43AF40601E55
RFP#1022-16 - Water Chemical and Supply Analysis
Item Description UOM EST QTY DXI G2O Hawkins Polydyne PVS
International
Dioxide Univar Plants
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
10 Citric Acid, 50% Solution. Enter a price per gallon for a truckload. Gallon 300 14
11 Citric Acid, 50% Solution. Enter a price per gallon for LESS than a
truckload.Gallon 300 15 SW
12 Sulfuric Acid, 93% Solution. Enter a price per gallon for a truckload. Gallon 200 8
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
15 Liquid Sodium Hydroxide, 25% Solution. Enter a price per gallon for
LESS than a truckload.Gallon 20000 4 2.2
16 Liquid Sodium Chlorite, 25% Solution. Enter a price per gallon for a
truckload.Gallon 10000 6.58 8.6 SW
17 Liquid Sodium Chlorite, 25% Solution. Enter a price per gallon for LESS
than a truckload.Gallon 10000
18 Aluminum Chlorohydrate. Enter a price per gallon for a truckload. Gallon 125000 4.67 5.55 SW
19 Aluminum Chlorohydrate. Enter a price per gallon for LESS than a
truckload.Gallon 125000 4.78 7.75 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. Density conversion factor: 8.6 Lbs/Gallon
Gallon 7000 14.104 WW
24 Claricloc A-210P or approved equal. Enter a price per gallon for a
truckload. Offer is in price per gallon for 275 Gallon Totes filled to Gallon 7000 37.4
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