Loading...
HomeMy WebLinkAboutR2025-097 20250714RESOLUTION NO. R2025-97 A Resolution of the City Council of the City of Pearland, Texas, awarding multiple 3-year (1-year initial term; two 1-year renewals) unit supply contracts for fittings, couplings, and valves, in the total estimated annual amount of $435,000.00, for the period of July 15, 2025 through July 14, 2026. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That the City recently opened bids for the supply of fittings, couplings and valves, and such bids were evaluated. Section 2. That the City Council hereby awards multiple contracts for the supply of fittings, couplings, and valves, in the unit price amounts reflected in Exhibit “A” attached hereto. Section 3. That the contracts for fittings, couplings, and valves are awarded with the following values: a.Ferguson Waterworks - $40,000.00 b.Fortiline Waterworks - $60,000.00 c.Coburn Supply Co., Inc. - $165,000.00 d.Core & Main LP - $175,000.00 Section 4. The City Manager or his designee is hereby authorized to execute multiple supply contracts for fittings, couplings, and valves. PASSED, APPROVED and ADOPTED this the 14th day of July, 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: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 1 of 7 City of Pearland 3519 Liberty Drive Pearland, TX 77581 SUPPLY CONTRACT NO. ITB0425-20 PARTS, FITTINGS & VALVES THIS Contract ("Contract") is entered into by and between the City of Pearland, a Texas home- rule municipal corporation (“City”) and Ferguson Enterprises, 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: Ferguson Enterprises, Inc. (Ferguson Waterworks) 14630 Almeda School Rd Houston, TX 77047 Description of Supplies: Parts, Fittings & Valves Contract Amount: $40,000.00 Effective Date: July 15, 2025 End Date: July 14, 2026 Renewals: 2 Resolution No/Bid No: R2025-97 ITB #0425-20 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 Ferguson Waterworks - Trey Goodman Outside Sales - Municipal 6/30/2025 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7/15/2025 | 11:36 AM CDT 7/15/2025 | 8:42 AM CDT Supply Contract Standard Form Approved as to Legal Form 6.28.2021 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 ITB #0425-20 (“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 Trey Goodman 06/30/2025 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 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 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 $40,000.00, 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: Purchasing Agent Department: FINANCE Phone: 281.652.1790 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 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 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 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 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 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 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: Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 5 of 7 IF TO CITY: City of Pearland Attn: DAVID KENT Title: DISTRIBUTION AND COLLECTIONS SUPERINTENDENT Address: 2016 OLD ALVIN ROAD, PEARLAND, TX 77581 Phone: 281.652.1905 IF TO CONTRACTOR: FERGUSON WATERWORKS Attn: TREY GOODMAN Address: 6825 WALLISVILLE ROAD, HOUSTON TX 77020 Phone: 713.675.2211 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 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. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 6 of 7 (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: 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. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 7 of 7 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: #ITB 0425-20 Exhibit 2: Contractor’s Bid/Proposal Response Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT A – SCOPE OF WORK The scope of contract awards 1 section of Bid #ITB 0425-20, including section numbers: (Section) Description (1) Tapping Saddles Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT B – BID/PRICING SCHEDULE Ferguson Waterworks (FERGUSON ENTERPRISES, INC.) Line # Description QTY UOM Unit Extended 1 TAPPING SADDLES 1 EA $ 17,684.03 $ 17,684.03 1.1 2" X 1" cc OD RANGE 2.38 TO 2.50 10 EA $ 27.56 1.2 2-1/2 x 1" cc OD RANGE 2.38 TO 2.50 5 EA $ 28.12 1.3 3" x 1" cc OD RANGE 3.46 TO 3.96 6 EA $ 21.67 1.4 4" x 2" cc OD RANGE 3.46 TO 3.96 10 EA $ 34.46 1.5 4" X 1" cc OD RANGE 3.46 TO 3.96 20 EA $ 47.02 1.6 4" X 2" IP OD RANGE 3.46 TO 3.96 6 EA $ 34.36 1.7 6" X 2" cc OD RANGE 6.90 TO 7.56 20 EA $ 64.76 1.8 6" X 2" IP OD RANGE 6.90 TO 7.56 6 EA $ 37.92 1.9 6" X 1" cc OD RANGE 6.90 TO 7.56 20 EA $ 32.36 1.10 8" X 2" cc OD Range 9.05 - 9.74 10 EA $ 75.37 1.11 8" X 2" IP OD Range 9.05 - 9.74 6 EA $ 45.66 1.12 8" X 1" cc OD Range 9.05 - 9.74 20 EA $ 38.43 1.13 10" X 2" cc OD Range 11.10 - 12.12 10 EA $ 88.01 1.14 10" X 2" IP OD Range 11.10 - 12.12 4 EA $ 51.29 1.15 10" X 1" cc OD Range 11.10 - 12.12 12 EA $ 41.98 1.16 12" X 2" cc OD Range 13.20 - 14.38 12 EA $ 101.17 1.17 12" X 2" IP OD Range 13.20 - 14.38 5 EA $ 61.20 1.18 12" X 1" cc OD Range 13.20 - 14.38 20 EA $ 48.56 1.19 16" X 2" cc OD Range 17.40 - 17.94 12 EA $ 132.85 1.20 16" X 2" IP OD Range 17.40 - 17.94 5 EA $ 132.85 1.21 16" X 1" cc OD Range 17.40 - 17.94 12 EA $ 122.63 1.22 20" X 2" cc OD Range 21.60 - 22.06 5 EA $ 260.14 1.23 20" X 2" IP OD Range 21.60 - 22.06 5 EA $ 260.14 1.24 20" X 1" cc OD Range 21.60 - 22.06 5 EA $ 253.76 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT C – INSURANCE REQUIREMENTS City of Pearland 3519 Liberty Drive Pearland, TX 77581 Purchasing Department 281.652.1775 ebids@pearlandtx.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. CGL 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 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 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 emailed to: Purchasing Department at ebids@pearlandtx.gov. Questions regarding required insurance should be directed to City of Pearland Purchasing Department, at ebids@pearlandtx.gov. 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 # Company: Signature and PrintedName: Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 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: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Exhibit 1: ITB #0425-20 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Exhibit 2: Contractor’s Bid/Proposal Response Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 1 of 7 City of Pearland 3519 Liberty Drive Pearland, TX 77581 SUPPLY CONTRACT NO. ITB0425-20 PARTS, FITTINGS & VALVES THIS Contract ("Contract") is entered into by and between the City of Pearland, a Texas home- rule municipal corporation (“City”) and Fortiline, 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: Fortiline, Inc.(Fortiline Waterworks) 14500 Beamer Rd Friendswood, TX 77546 Description of Supplies: Parts, Fittings & Valves Contract Amount: $60,000.00 Effective Date: July 15, 2025 End Date: July 14, 2026 Renewals: 2 Resolution No/Bid No: R2025-97 ITB #0425-20 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 Fortiline Inc. d/b/a Fortiline Waterworks General Manager 6/20/2025 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7/15/2025 | 11:36 AM CDT 7/15/2025 | 8:42 AM CDT Supply Contract Standard Form Approved as to Legal Form 6.28.2021 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 ITB #0425-20 (“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 Matt Norris 6/20/2025 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 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 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 $60,000.00, 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. Fortiline will invoice at the time of shipment. 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: Purchasing Agent Department: FINANCE Phone: 281.652.1790 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 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 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 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 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 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 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: Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 5 of 7 IF TO CITY: City of Pearland Attn: DAVID KENT Title: DISTRIBUTION AND COLLECTIONS SUPERINTENDENT Address: 2016 OLD ALVIN ROAD, PEARLAND, TX 77581 Phone: 281.652.1905 IF TO CONTRACTOR: Fortiline Inc Attn: Efrain Rodriguez Title: Outside Sales Representative Efrain.rodriguez@fortiline.com Address: 14500 Beamer Rd, Friendswood, TX 77546 Phone: 713.947.2500 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 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. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 6 of 7 (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: 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. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 7 of 7 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: #ITB 0425-20 Exhibit 2: Contractor’s Bid/Proposal Response Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT A – SCOPE OF WORK The scope of contract awards 2 sections of Bid #ITB 0425-20, including section numbers: (Section) Description (26) Valve Boxes, Lid and Risers (31) Manhole Ring and Covers w/City Logo Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT B – BID/PRICING SCHEDULE Fortiline Waterworks (Fortiline, Inc.) Line # Description QTY UOM Unit Extended 26 VALVE BOXES, LIDS AND RISERS 1 $ 66,348.60 $ 66,348.60 26.1 18" X 24" 50 EA $ 171.73 26.2 24" X 36" 50 EA $ 216.62 26.3 36" X 48" 50 EA $ 219.92 26.4 48" X 60" 50 EA $ 273.23 26.5 LIDS - WATER 40 EA $ 29.14 26.6 LIDS - SEWER 25 EA $ 29.14 26.7 1" RISER 150 EA $ 33.96 26.8 2" RISER 150 EA $ 46.48 26.9 4" RISER 50 EA $ 71.51 26.10 6" RISER 50 EA $ 94.76 31 MANHOLE RING AND COVERS W/ CITY LOGO 1 $ 137,026.30 $ 137,026.30 31.1 24" CAST IRON MANHOLE RING 50 EA $ 125.73 31.2 32" CAST IRON MANHOLE RING 50 EA $ 205.66 31.3 24" POLYMER RING & COVER 50 EA $ 738.64 31.4 32" POLYMER RING & COVER 50 EA $ 1,107.95 31.5 25" REVOLUTION M/H COVER W/CITY LOGO 10 EA No Bid 31.6 32" REVOLUTION M/H COVERS W/ CITY LOGO 10 EA $ 1,060.40 31.7 25" HINGED M/H COVER W/CITY LOGO 10 EA No Bid 31.8 32" HINGED M/H COVER W/CITY LOGO 10 EA $ 1,334.14 31.9 24" MANHOLE COVER W/CITY LOGO 10 EA $ 173.97 31.10 32" MANHOLE COVER W/CITY LOGO 10 EA $ 244.22 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT C – INSURANCE REQUIREMENTS City of Pearland 3519 Liberty Drive Pearland, TX 77581 Purchasing Department 281.652.1775 ebids@pearlandtx.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. CGL 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 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 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 emailed to: Purchasing Department at ebids@pearlandtx.gov. Questions regarding required insurance should be directed to City of Pearland Purchasing Department, at ebids@pearlandtx.gov. 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 # Company: Signature and PrintedName: Fortiline Inc. d/b/a Fortiline Waterworks ITB0425-20 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 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: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Exhibit 1: ITB #0425-20 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Exhibit 2: Contractor’s Bid/Proposal Response Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 1 of 7 City of Pearland 3519 Liberty Drive Pearland, TX 77581 SUPPLY CONTRACT NO. ITB0425-20 PARTS, FITTINGS & VALVES THIS Contract ("Contract") is entered into by and between the City of Pearland, a Texas home- rule municipal corporation (“City”) and Coburn Supply Company, 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: Coburn Supply Company, Inc 21371 US Hwy 59 N New Caney, TX 77357 Description of Supplies: Parts, Fittings & Valves Contract Amount: $165,000.00 Effective Date: July 15, 2025 End Date: July 14, 2026 Renewals: 2 Resolution No/Bid No: R2025-97 ITB #0425-20 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 Contract Administrator 6/25/25 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7/15/2025 | 11:36 AM CDT X 7/15/2025 | 8:42 AM CDT Supply Contract Standard Form Approved as to Legal Form 6.28.2021 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 ITB #0425-20 (“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 Jeffrey Wimp 6/25/25 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 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 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 $165,000.00, 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: Purchasing Agent Department: FINANCE Phone: 281.652.1790 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 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 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 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 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 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 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: Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 5 of 7 IF TO CITY: City of Pearland Attn: DAVID KENT Title: DISTRIBUTION AND COLLECTIONS SUPERINTENDENT Address: 2016 OLD ALVIN ROAD, PEARLAND, TX 77581 Phone: 281.652.1905 IF TO CONTRACTOR: COBURN SUPPLY COMPANY INC Attn: JEFFREY WIMP Title: SALES REPRESENTATIVE Address: 21371 US HWY 59 N, NEW CANEY, TX 77357 Phone: 281.354.9621 x100 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 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. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 6 of 7 (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: 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. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Supply Contract Standard Form Approved as to Legal Form 6.28.2021 Page 7 of 7 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: #ITB 0425-20 Exhibit 2: Contractor’s Bid/Proposal Response Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT A – SCOPE OF WORK The scope of contract awards 10 sections of Bid #ITB 0425-20, including section numbers: (Section) Description (5) Meter Riser and Idlers, (6) Brass Adapters, (7) Brass Reducers, (10) Mega Lugs Gland Packs, (11) Transition Gaskets (19) Black Polyethylene Tubing SDR-9 (CTS) (28) Repair Clamp Section Full Circle Clamps, (33) Sewer Saddles, (34) Fernco Couplings, and (37) Meter Gaskets Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT B – BID/PRICING SCHEDULE COBURN SUPPLY CO., INC. Line # Description QTY UOM Unit Extended 5 METER RISER AND IDLERS 1 $ 4,121.64 $ 4,121.64 5.1 3/4" X 7" METER RISER 5 EA $ 105.20 5.2 3/4" X 9" METER RISER 5 EA $ 111.04 5.3 3/4" X 15" METER RISER 5 EA $ 119.79 5.4 1" X 9" METER RISER 5 EA $ 209.43 5.5 1" X 15" METER RISER 5 EA $ 220.38 5.6 3/4" IDLERS 12 EA $ 10.53 5.7 1" IDLERS 12 EA $ 13.84 6 BRASS ADAPTERS 1 $ 36,461.10 $ 36,461.10 6.1 3/4" FLARE X PJ-CTS 20 EA $ 19.97 6.2 3/4" MIP X PJ-CTS 20 EA $ 17.56 6.3 3/4" FIP X PJ-CTS 20 EA $ 18.47 6.4 3/4" PVC COMP X 3/4" FIP 20 EA $ 23.24 6.5 1" MIP X PVC COMP 20 EA $ 36.31 6.6 1" FIP X PVC COMP 20 EA $ 35.61 6.7 1" PVC COMP X 3/4" FIP 20 EA $ 36.37 6.8 1" FLARE X PJ-CTS 20 EA $ 29.37 6.9 1" MIP X PJ-CTS 20 EA $ 20.79 6.10 1" FIP X PJ-CTS 20 EA $ 25.06 6.11 1" CTS X 3/4" FIP 20 EA $ 21.76 6.12 1" CTS X 3/4" MIP 20 EA $ 19.44 6.13 1" X 3/4" M/NUT ADAPTER 20 EA $ 29.13 6.14 1" IPS X 3/4" IPS (BUSHING) 20 EA $ 4.77 6.15 2" MIP X 2" PJ-CTS 25 EA $ 83.00 6.16 2" FIP X 2" PJ-CTS 25 EA $ 86.76 6.17 2" MIP X 2" PVC COMP 20 EA $ 103.71 6.18 2" FIP X 2" PVC COMP 20 EA $ 119.15 6.19 3/4" X CLOSE NIPPLE 30 EA $ 2.74 6.20 3/4" X 2" NIPPLE 30 EA $ 3.45 6.21 3/4" X 3" NIPPLE 30 EA $ 4.62 6.22 3/4" X 4" NIPPLE 30 EA $ 6.02 6.23 3/4" X 6 NIPPLE 30 EA $ 8.80 6.24 3/4" X 12" NIPPLE 20 EA $ 16.84 6.25 1" X CLOSE NIPPLE 30 EA $ 4.03 6.26 1" X 2" NIPPLE 30 EA $ 4.99 6.27 1" X 3" NIPPLE 30 EA $ 6.69 6.28 1" X 4" NIPPLE 30 EA $ 8.71 6.29 1" X 6" NIPPLE 20 EA $ 12.84 6.30 1" X 12" NIPPLE 20 EA $ 25.29 6.31 2" X CLOSE NIPPLE 30 EA $ 12.07 6.32 2" X 2" NIPPLE 30 EA $ 12.07 6.33 2" X 3" NIPPLE 30 EA $ 15.03 6.34 2" X 4" NIPPLE 30 EA $ 19.68 6.35 2" X 6" NIPPLE 30 EA $ 29.04 6.36 2" X 12" NIPPLE 30 EA $ 57.26 6.37 3/4" TEE 20 EA $ 5.96 6.38 3/4" 45 DEG ELL 20 EA $ 4.85 6.39 3/4 90 DEG ELL 20 EA $ 4.85 6.40 3/4" STR. ELL 20 EA $ 6.31 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 6.41 3/4" COLLAR 30 EA $ 3.91 6.42 3/4" PLUG 30 EA $ 283.00 6.43 3/4" CAP 30 EA $ 3.13 6.44 1" TEE 30 EA $ 10.57 6.45 1" 45 DEG ELL 30 EA $ 8.17 6.46 1" 90 DEG ELL 30 EA $ 7.47 6.47 1" STR. ELL 30 EA $ 10.44 6.48 1" COLLAR 30 EA $ 5.96 6.49 1" CAP 30 EA $ 4.89 6.50 1" PLUG 30 EA $ 3.73 6.51 2" TEE 20 EA $ 33.45 6.52 2" 45 DEG ELL 20 EA $ 26.57 6.53 2" 90 DEG ELL 20 EA $ 24.14 6.54 2" STR. ELL 20 EA $ 35.29 6.55 2" COLLAR 20 EA $ 20.81 6.56 2" PLUG 20 EA $ 11.18 6.57 2" CAP 20 EA $ 17.06 7 BRASS REDUCERS 1 $ 1,392.80 $ 1,392.80 7.1 BUSHING REDUCERS - 1-1/2" MIP X 3/4" FIP 10 EA $ 10.44 7.2 BUSHING REDUCERS - 1-1/2" MIP X 1" FIP 10 EA $ 8.54 7.3 BUSHING REDUCERS - 2" MIP X 3/4" FIP 10 EA $ 15.23 7.4 BUSHING REDUCERS - 2" MIP X 1" FIP 10 EA $ 15.23 7.5 BUSHING REDUCERS - 2" MIP X 1- 1/2" FIP 10 EA $ 12.64 7.6 BELL REDUCERS - 2" FIP X 3/4" FIP 10 EA $ 26.73 7.7 BELL REDUCERS - 2" FIP X 1" FIP 10 EA $ 26.73 7.8 BELL REDUCERS - 2" FIP X 1-1/2" FIP 10 EA $ 23.74 10 MEGA LUGS GLAND PACKS 1 $ 54,043.40 $ 54,043.40 10.1 3" 50 EA $ 51.96 10.2 4" 50 EA $ 55.94 10.3 6" 50 EA $ 71.35 10.4 8" 50 EA $ 95.55 10.5 10" 30 EA $ 162.30 10.6 12" 30 EA $ 170.82 10.7 16" 30 EA $ 332.44 10.8 20" 30 EA $ 488.88 10.9 24" 10 EA $ 567.02 11 TRANSITION GASKETS 1 $ 498.10 $ 498.10 11.1 2" 10 EA $ 6.82 11.2 3" 10 EA $ 8.87 11.3 4" 10 EA $ 9.55 11.4 6" 10 EA $ 10.24 11.5 8" 10 EA $ 14.33 19 BLACK POLYETHYLENE TUBING SDR- 9 (CTS) 1 $ 7,450.00 $ 7,450.00 19.1 3/4" 2000 EA $ 0.35 19.2 1" 5000 EA $ 0.55 19.3 2" 2000 EA $ 2.00 28 REPAIR CLAMP SECTION FULL CIRCLE CLAMPS 1 $ 55,222.28 $ 55,222.28 28.1 2.35 X 2.62 X 7.5 2" C900 24 EA $ 45.73 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 28.2 2.35 X 2.63 X 12 2" C900 24 EA $ 76.06 28.3 2.7 X 3 X 7.5 2-1/2 2" PVC SCH 40 4 EA $ 46.56 28.4 2.7 X 3 X 12 2-1/2 2" PVC SCH 40 4 EA $ 76.25 28.5 3.96 X 4.25 X 7.5 3" AC MOA 4 EA $ 52.66 28.6 3.96 X 4.25 X 12 3" PVC SCH 40 4 EA $ 83.33 28.7 3.46 X 3.7 X 7.5 3" PVC SCH 40 4 EA $ 50.73 28.8 3.46 X 3.7 X 12 3" PVC SCH 40 4 EA $ 79.14 28.9 4.45 X 4.73 X 7.5 4" SCH 40 10 EA $ 56.74 28.10 4.45 X 4.73 X 12.5 4 IN. SCH 40 10 EA $ 88.49 28.11 4.74 X 5.14 X 7.5 4 IN. AC ROUGH 10 EA $ 58.01 28.12 4.74 X 5.14 X 12.5 4 IN. AC ROUGH 10 EA $ 89.01 28.13 6.56 X 6.96 X 7.5 6 IN. SCH 40 6 EA $ 64.88 28.14 6.56 X 6.96 X 12.5 6 IN. SCH 40 6 EA $ 106.32 28.15 6.56 X 6.96 X 15 6 IN. SCH 40 6 EA $ 117.14 28.16 6.84 X 7.24 X 7.5 6 IN. MCA OR C900 24 EA $ 68.35 28.17 6.84 X 7.24 X 12 6 IN. MCA OR C900 24 EA $ 109.55 28.18 6.84 X 7.24 X 15 6 IN. MCA OR C900 24 EA $ 120.61 28.19 7.05 X 7.45 X 7.5 6 IN. ROUGH 24 EA $ 69.37 28.20 7.05 X 7.45 X 12 6 IN. ROUGH 24 EA $ 110.55 28.21 7.05 X 7.45 X 15 6 IN. ROUGH 24 EA $ 121.63 28.22 8.54 X 8.94 X 7.5 8 IN. SCH 40 4 EA $ 77.77 28.23 8.54 X 8.94 X 12.5 8 IN. SCH 40 4 EA $ 124.54 28.24 8.99 X 9.39 X 7.5 8 IN. C900 6 EA $ 56.63 28.25 8.99 X 9.39 X 12 8 IN. C900 6 EA $ 125.02 28.26 8.99 X 9.39 X 15 8 IN. C900 6 EA $ 143.72 28.27 9.27 X 9.67 X 7.5 8 IN. AC ROUGH 24 EA $ 80.42 28.28 9.27 X 9.67 X 12 8 IN. AC ROUGH 24 EA $ 128.65 28.29 9.27 X 9.67 X 15 8 IN. AC ROUGH 24 EA $ 147.87 28.30 11.04 X 11.44 X 12 10 IN. C900 2 EA $ 157.84 28.31 11.04 X 11.44 X 15 10 IN. C900 2 EA $ 183.18 28.32 11.34 X 11.74 X 7.5 10 IN. AC MOA 2 EA $ 101.35 28.33 11.75 X 12.15 X 12 10 IN. AC ROUGH 6 EA $ 160.46 28.34 11.75 X 12.15 X 15 10 IN. AC ROUGH 6 EA $ 187.02 28.35 13.1 X 13.5 X 12 12 IN. C900 10 EA $ 195.09 28.36 13.1 X 13.5 X 15 12 IN. C900 10 EA $ 221.91 28.37 13.7 X 14.1 X 7.5 12 IN. AC MOA 6 EA $ 118.69 28.38 14 X 14.4 X 12 12 IN. AC ROUGH 6 EA $ 197.02 28.39 14 X 14.4 X 15 12 IN. AC ROUGH 6 EA $ 225.85 28.40 17.15 X 17.90 X 12 16 IN. C900 6 EA $ 404.76 28.41 17.15 X 17.90 X 15 16 IN. C900 6 EA $ 449.46 28.42 18.46 X 19.21 16" AC 4 EA $ 515.60 28.43 21.40 X 23.60 20" C900 2 EA $ 822.44 28.44 25.35 X 25.98 24" C900 2 EA $ 570.53 33 SEWER SADDLES 1 $ 7,400.75 $ 7,400.75 33.1 6" X 4" 50 EA $ 34.20 33.2 6" X 6" 25 EA No Bid 33.3 8" X 4" 50 EA $ 54.47 33.4 8" X 6" 25 EA $ 61.47 33.5 12" X 4" 10 EA $ 61.18 33.6 12" X 6" 10 EA $ 81.87 34 FERNCO COUPLINGS 1 $ 14,384.00 $ 14,384.00 34.1 4" PVC X 4" PVC 100 EA $ 4.64 34.2 4" PVC X 4" CONCRETE 100 EA $ 5.01 34.3 6" CONCRETE X 4" PLASTIC 50 EA $ 11.65 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 34.4 6" PVC X 6" PVC 50 EA $ 9.93 34.5 6" PVC X 6" CONCRETE 50 EA $ 10.98 34.6 8" PVC X 8" PVC 50 EA $ 15.27 34.7 8" PVC X 8" CONCRETE 50 EA $ 16.49 34.8 10" PVC X 10" PVC 10 EA $ 22.45 34.9 10" PVC X 10" CONCRETE 10 EA $ 22.45 34.10 12" PVC X 12" PVC 20 EA $ 26.47 34.11 12" PVC X 12" CONCRETE 20 EA $ 26.47 34.12 15" PVC X 15" PVC 10 EA $ 42.63 34.13 15" PVC X 15" CONCRETE 10 EA $ 59.47 34.14 6" PVC X 4" PVC 50 EA $ 11.65 34.15 8" PVC X 6" PVC 50 EA $ 18.44 34.16 6" PVC X 4" PVC ECCENTRIC 20 EA $ 63.07 34.17 8" PVC X 6" PVC ECCENTRIC 20 EA $ 88.69 34.18 4" SEWER TAPPING SADDLE 50 EA $ 37.91 34.19 6" SEWER TAPPING SADDLE 25 EA $ 49.56 37 METER GASKETS 1 $ 1,976.04 $ 1,976.04 37.1 5/8" X 3/8" RUBBER GASKET 1000 EA $ 0.12 37.2 5/8" X 1/16" RUBBER GASKETS 1000 EA $ 0.12 37.3 1" X 3/8" RUBBER GASKETS 1000 EA $ 0.13 37.4 1" X 1/16" RUBBER GASKETS 1000 EA $ 0.13 37.5 2" METER GASKETS 1000 EA $ 1.00 37.6 3" FLANGED GASKETS 20 EA $ 3.72 37.7 4" FLANGED GASKETS 20 EA $ 5.90 37.8 6" FLANGED GASKETS 10 EA $ 7.85 37.9 8" FLANGED GASKETS 6 EA $ 11.07 37.10 12" FLANGED GASKETS 6 EA $ 23.12 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT C – INSURANCE REQUIREMENTS City of Pearland 3519 Liberty Drive Pearland, TX 77581 Purchasing Department 281.652.1775 ebids@pearlandtx.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. CGL 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 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 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 emailed to: Purchasing Department at ebids@pearlandtx.gov. Questions regarding required insurance should be directed to City of Pearland Purchasing Department, at ebids@pearlandtx.gov. 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 # Company: Signature and PrintedName: Coburn Supply Company, INC. Jeffrey Wimp Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 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: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Exhibit 1: ITB #0425-20 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Exhibit 2: Contractor’s Bid/Proposal Response Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE 7/21/2025 | 9:44 AM CDT 7/18/2025 | 2:43 PM CDT Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Supply Contract Standard Form Approved as to Legal Form 6.28.2021 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 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 $170,000.00, 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: Purchasing Agent Department: FINANCE Phone: 281.652.1790 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 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 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 Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE Docusign Envelope ID: 18D36E49-34C9-4E61-B391-2670D539E3DE