HomeMy WebLinkAboutR2025-099 20250728RESOLUTION NO. R2025-99
A Resolution of the City Council of the City of Pearland, Texas, awarding
multiple supply contracts (3-year initial term; two 1-year renewals) for
Chemical Reagents, Instrumentation, and Lab Supplies, in the total annual
estimated amount of $578,000.00, for the period of July 29, 2025 through July
28, 2028.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That competitive bids were obtained for the unit supply of
Chemical Reagents, Instrumentation, and Lab Supplies, and such bids were evaluated.
Section 2. That the City Council hereby awards unit supply contracts in the unit price
amounts reflected in Exhibit “A” attached hereto.
Section 3. That the unit supply contracts for Chemical Reagents, Instrumentation, and
Lab Supplies are awarded with the following values:
a.Hach Company - $512,000.00
b.Midland Scientific - $66,000.00
Section 4. The City Manager or his designee is hereby authorized to execute supply
contracts for Chemical Reagents, Instrumentation, and Lab Supplies.
PASSED, APPROVED and ADOPTED this the 28th 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: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F434557/29/2025 | 9:08 AM CDT7/29/2025 | 12:14 PM CDT
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
Docusign Envelope ID: 8EFE0C5D-67A8-4F2D-9834-B8B084F43455
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. RFP1225-06P
CHEMICAL REAGENTS, INSTRUMENTATION, & LABORATORY SUPPLIES
THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home-rule
municipal corporation (“City”) and Hach Company (“Contractor") as the primary awarded vendor, 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.
Primary Awarded Contractor: Hach Company
5600 Lindbergh Dr., PO Box 389
Loveland, CO 80539
Description of Supplies: Chemical Reagents, Instrumentation, & Laboratory
Contract Amount: Unit Price Contract, Annual Estimated Amount of $512,000.00
Effective Date: July 29, 2025
End Date: July 28, 2028
Renewals: 2
Resolution No/Bid No: R2025-99 RFP#1225-06
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
Regional Sales Manager
07/14/2025
Docusign Envelope ID: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
7/30/2025 | 10:43 AM CDT
7/30/2025 | 10:04 AM CDT
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 #1225-06
(“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 three (3) years, with performance commencing upon the effective
date or the date of issuance of the notice to proceed issued by the Contract Administrator or
Danny Jacobson
07/14/2025
Docusign Envelope ID: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
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 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 $512,000.00
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 – Water Production
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: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
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: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
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: Will Marquez
Title: Water Production Supervisor
Address: 2016 Old Alvin Rd, Pearland TX 77581
Phone: 281.652.1900
IF TO CONTRACTOR:
Hach Company
Attn: Danny Jacobson
Title: Regional Sales Manager
Address: 5600 Lindbergh Dr, PO Box 389, Loveland, CO 80539
Phone: 512.970.7375
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: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
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: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
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
$1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code,
regarding certain entities requirement to provide contracting information to governmental
bodies in connection with a public information request, may apply to this contract and the
Contractor agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
30. Entire Agreement. This Contract constitutes the entire agreement between the parties
concerning the subject matter of this Contract and supersedes all prior negotiations,
arrangements, agreements, and understandings, either oral or written, between the parties.
IV. Special Terms and Conditions. None.
V. Additional Contract Documents
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFP #1225-06
Exhibit 2: Contractor’s Bid/Proposal Response
Docusign Envelope ID: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
ATTACHMENT A – SCOPE OF WORK
The scope of contract requires the vendor to supply chemical reagents, instrumentation, and
laboratory supplies to the City of Pearland on an as needed basis throughout the contract period
of three (3) years.
Docusign Envelope ID: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
ATTACHMENT B – BID/PRICING SCHEDULE
Docusign Envelope ID: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
46 Hach AMC 5500sc Cleaning Kit 50 EA 18.64$ 932.00$
47 Hach pH Buffer 4.0 10 EA 15.67$ 156.70$
48 Hach pH Buffer 7.0 10 EA 15.67$ 156.70$
49 Hach pH Buffer 10.0 10 EA 15.67$ 156.70$
50 Hach Deionized Water, Type II 20 EA 37.20$ 744.00$
51 Graduated Cylinders, 0-100mL 10 EA 36.62$ 366.20$
52 Beakers, 0-1000mL 10 EA 26.19$ 261.90$
53 Solution Bottles, 500mL 50 EA 66.78$ 3,339.00$
54 Hach Sample Cell: 1" Round Plastic 10mL with 150 EA 34.94$ 5,241.00$
55 Hach Glass sample cell, 25 mm round, 10-20- 150 EA 75.90$ 11,385.00$
56 Hach Sample Cell: 1" Square Glass 10mL matc 40 EA 227.70$ 9,108.00$
57 Hach Sample Cell: 1" Round Glass 10mL 150 EA 62.99$ 9,448.50$
58 934-AH Glass Fiber Filters, 24 mm 1 100 pk 37.45$ 37.45$
59 Brush Lg test tube 5 EA 6.39$ 31.95$
60 Brush Med test tube 5 EA 6.39$ 31.95$
61 Brush Sm test tube 5 EA 5.40$ 27.00$
62 Brush, beaker 2 EA 6.39$ 12.78$
63 Brush, flask 2 EA 6.39$ 12.78$
64 cylinder / bottles brush 4 EA 30.73$ 122.92$
65 Drierite Anhydrous Calcium Sulfate‚ Indicatin 2 5 lbs 27.76$ 55.52$
66 Kimwipes 10 60 pk 8.82$ 88.20$
67 Replacement tubidity wiper blades 1 5pk 47.43$ 47.43$
68 Replacment Vial for online turbidimeter 4 EA 44.84$ 179.36$
69 Respirator wipes 5 100/box No bid
70 Utility Carrier for sample bottles 2 EA 36.37$ 72.74$
71 Nalgene self zeroing buret, 50 mL 1 4 pk 41.24$ 41.24$
72 Replacment wiper unit for online turbidimete 2 EA 47.43$ 94.86$
73 Rubber tubing 7.9x2.4mm (12ft)6 EA No bid
74 5500sc Maintenance kit 6 Pk 1,427.07$ 8,562.42$
75 5500sc Mono acid wash 6 2L 36.54$ 219.24$
76 5500sc Mono Standard 0ppm 6 2L 29.74$ 178.44$
77 5500sc Mono Standard 2ppm 6 2L 37.91$ 227.46$
78 5500sc Reagent kit 26 EA 284.62$ 7,400.12$
79 CL-17 tubing kit 30 EA 124.57$ 3,737.10$
80 Desiccant Cartridge for Turbidimeter 4 EA 48.22$ 192.88$
81 Fiber wiper for TU5400 2 EA 34.03$ 68.06$
82 Filter membrane 47mm, 0.45microns 1 100 pk 457.05$ 457.05$
83 widemouth amber 1L glass bottles 3 6 pk No Bid
84 100mg/L as Al, Aluminum Standard 2 100mL 38.24$ 76.48$
85 Glycine reagent 10%2 29mL 28.54$ 57.08$
86 5.0N Sodium Hydroxide 2 500mL 21.28$ 42.56$
87 5.25 N Sulfuric Acid 2 100mL 18.23$ 36.46$
88 6.0N Hydrochloric Acid 2 500mL 37.00$ 74.00$
89 Alkali Solution for Ca and Mg 2 100mL 27.46$ 54.92$
90 Alkaline Cyanide Reagent 10 50mL 25.65$ 256.50$
91 Alkalinity Chemkeys 2 25pk 27.64$ 55.28$
92 AluVer 3 Aluminum Reagent Powder Pillow 6 100 pk 114.67$ 688.02$
93 Ammonia Nitrogen Standard Solution, 10mg/ 2 500mL 85.80$ 171.60$
94 Ascorbic Acid powdered 100g 6 100pk 31.89$ 191.34$
95 Bleaching 3 Readent Powder Pillow 6 100pk 33.24$ 199.44$
96 Buffer powder pillows pH 8.00 6 15pk 17.40$ 104.40$
RFP 1225-06 - Page 2
Docusign Envelope ID: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
97 Ca and Mg Indicator solution 2 100mL 30.60$ 61.20$
98 Chlorine Free Chemkeys 4 25pk 23.26$ 93.04$
99 Chlorine Standard solution 10mL Voluette Am 2 16 pk 73.30$ 146.60$
100 Chlorine Total Chemkeys 4 25pk 23.59$ 94.36$
101 CL-17 Free reagent kit 30 EA 62.99$ 1,889.70$
102 CL-17 Total reagent kit 30 EA 62.99$ 1,889.70$
103 Cyclohexanone 1 100mL 27.22$ 27.22$
104 Disodium Hydrogen Phosphate 1 500 g 108.90$ 108.90$
105 Dissolved Iron Chemkeys 2 25pk 28.92$ 57.84$
106 Intellical LDO101 DO sensor, 5m cable 1 EA 1,064.25$ 1,064.25$
107 DPD free Chlorine Powder pillow for 10mL sa 1 1000 pk 202.95$ 202.95$
108 DPD Total Chlorine reagent powder pillows fo 4 1000 pk 254.10$ 1,016.40$
109 EDTA Solution 1M 2 50mL 20.09$ 40.18$
110 EDTA Titrant, 0.01M 2 20 L 27.76$ 55.52$
111 EGTA Solution 2 50mL 29.41$ 58.82$
112 Ferrous Ammonium Sulfate, hexahydrate 1 500g 43.47$ 43.47$
113 Ferrous Iron Reagent Powder Pillow 3 100pk 35.43$ 106.29$
114 Fluoride Standard Solution 1.0mg/L 2 1L 42.49$ 84.98$
115 Free Ammonia Chlorinating Solution 10 4mL 63.60$ 636.00$
116 Free Ammonia/Mono Chemkeys 4 25 pk 139.42$ 557.68$
117 Hardness Chemkeys (high range)2 25pk 31.01$ 62.02$
118 Hardness Treatment Reagent pillows 2 50pk 32.71$ 65.42$
119 Hydrochloric Acid solution 1.0N 5 1L 28.92$ 144.60$
120 Hydrochloric Acid, 50%,4 4 L 48.30$ 193.20$
121 Liqui-Nox 5 EA 66.66$ 333.30$
122 LaMotte Chlorine Bleach test kit 2 EA No Bid
123 Magnetic Stir Bar Retriever‚ 3/8" Dia x 18"4 EA 22.81$ 91.24$
124 Manganese Standard Solution 10mg/L Mn, 2 1 20pk 76.68$ 76.68$
125 Bromcresol green - Methyl red indicator PP 3 100 pk 23.47$ 70.41$
126 m-Nitrophenol Inicator 2 100mL 26.66$ 53.32$
127 Monochlor F powder pillows 4 100 pk 83.32$ 333.28$
128 Nitric Acid, concentrated 2 1L 43.97$ 87.94$
129 NitriVer 2, Nitrite Reagent Powder Pillow for 2 100pk 58.20$ 116.40$
130 Nitrogen Ammonia Standard, 100mg/L as NH 2 500mL 82.00$ 164.00$
131 ORP standard solution 200mV 10 500mL 99.82$ 998.20$
132 ORP standard solution 600mV 10 500mL 86.62$ 866.20$
133 PAN indicator solution 3 500 mL 94.05$ 282.15$
134 parafilm wrap 1 box 40.30$ 40.30$
135 pH 10.00 Buffer, Blue, NIST, 2 20L 166.65$ 333.30$
136 pH 4.00 Buffer, Red, NIST 2 20L 166.65$ 333.30$
137 pH 7.00 Buffer, Yellow, NIST, 2 20L 166.65$ 333.30$
138 ph Buffer 4, 7, 10, 500ml 2 3pk 32.63$ 65.26$
139 Phenol Solution 30g/L 2 29mL 19.59$ 39.18$
140 Phosphate Standard Solution, 1mg/L as PO4 2 500mL 33.82$ 67.64$
141 Phosphate Standard Solution, 50mg/L as PO4 2 500mL 39.23$ 78.46$
142 Phosphoric Acid, 85%1 2.5 L 113.02$ 113.02$
143 PhosVer 3 Phosphate Reagent Powder Pillow 2 100pk 46.08$ 92.16$
144 Potassium Chloride 1 500 g 42.07$ 42.07$
145 Potassium Dihydrogen Phosphate 1 500 g 42.81$ 42.81$
146 Potassium Iodide 30g/L 10 100mL 36.42$ 364.20$
147 Potassium Iodide-Iodate Standard Solution 0 20 100mL 59.72$ 1,194.40$
RFP 1225-06 - Page 3
Docusign Envelope ID: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
148 Rochelle Salt Solution 2 29mL 17.56$ 35.12$
149 Silcone oil 5 15mL 14.48$ 84.40$
150 Sodium Arsenite 5g/L 10 100mL 18.97$ 189.70$
151 Sodium Hydroxide standard 1.00N 2 100mL 24.82$ 49.64$
152 Sodium Nitrite 0.5M 2 500mL 37.74$ 75.48$
153 Sodium Thisulfate Standard Solution 0.025N 2 1L 26.97$ 53.94$
154 SPADNS 2 Reagent Solution 2 1L 52.10$ 104.20$
155 SpecCheck Secondary Standards Chlorine 0-2 1 EA 232.65$ 232.65$
156 SpecCheck secondary standards for Chlorine 1 EA 234.30$ 234.30$
157 SpecCheck secondary standards for Monochl 1 EA 235.95$ 235.95$
158 Stablcal calibration set 2100Q 1 EA 390.22$ 390.22$
159 StablCal Calibration Set 10, 20, 600 NTU 1 EA 621.22$ 621.22$
160 StablCal Calibration Set 10, 20, 600 NTU for T 1 EA 621.00$ 621.00$
161 Standard cell solution for pH probe 2 500mL 98.17$ 196.34$
162 Starch indicator solution 2 100mL 15.83$ 31.66$
163 Sterile Filter Membranes 47-mm 0.45 µm 3 200 pk 104.77$ 314.31$
164 Sulfate Standard Solution, 1000mg/L as SO4 2 500mL 40.49$ 80.98$
165 SulfaVer 4, Reagent Powder Pillow for 10mL 2 100pk 42.94$ 85.88$
166 Sulfite equivalent Standard Solution 15mg/L 2 500mL 69.87$ 139.74$
167 Sulfuric Acid Standard Solution 19.2N 2 100mL 29.61$ 59.22$
168 Sulfuric Acid Standard Solution 1N 2 500mL 37.08$ 74.16$
169 Sulfuric Acid, 0.02 N, N/50 (alkalinity test)2 20 L 60.13$ 120.26$
170 Total Ammonia Chemkeys 4 25pk 82.38$ 329.52$
171 TPTZ Iron Reagent powder pillow for 10mL sa 3 100pk 45.50$ 136.50$
172 Barnstead e-pure cartridge kit 1 4 pk No Bid
173 pH electrode storage solution 1 500mL 47.68$ 47.68$
174 CalVer 2 Calsium Indicator 1 100pk 26.52$ 26.52$
175 DPD Chlorine-HR Secandaary standard kit 1 1 pk 234.30$ 234.30$
176 Potassium Chloride Conductivity 1 1 bottle 56.14$ 56.14$
177 Potassium Iodate-Iodide Standard Solution 0 1 1000 mL 59.72$ 59.72$
178 FerroVer Iron Reagent for 10 ml 1 1 pk 303.60$ 303.60$
179 Iron standard solution 100 (0.5 mg/L Fe) 1 100 mL 22.23$ 22.23$
180 Ferric Ion Solution 1 100 mL 30.35$ 30.35$
181 Potassium Hydroxide Solution 8 N 1 100 mL 33.37$ 33.37$
182 Eriochrome Black T Solution 1 500 mL 46.27$ 46.27$
183 ManVer 2 Hardness Indicator 1 1 pk 27.63$ 27.63$
184 PAN Indicator solution 0.1%1 100 mL 36.18$ 36.18$
185 SPADNS2 (Arsenic-free) Fluoride Reagent 1 500 mL 34.69$ 34.69$
186 Chloride Reference Standard Solution 0.0282 1 1000 mL No Bid
187 Chloride Ionic Adjestment Buffer Powder Pillo 1 1 pk 42.07$ 42.07$
188 Sulfate Standard Solution 50,0 1 500 mL 33.82$ 33.82$
189 SulfaVer Sulfate Reagent for 10 ml 1 1 pk 42.94$ 42.94$
190 pH storage solution 1 500 mL 47.68$ 47.68$
191 Buffer Powder Pillows pH 8.00 4 each 17.40$ 69.60$
192 Buffer solution pH 7.00 1 500 mL 166.65$ 166.65$
193 Buffer Solution pH 4.01 1 500 mL 166.65$ 166.65$
194 pH storage solution 1 50 mL 15.39$ 15.39$
195 Sodium Chloride Standard solution 491 1 100mL 24.38$ 24.38$
196 Chloride Standard Solution1 0.00282 N 1 1000mL 42.81$ 42.81$
197 ManVer 2 hardness Indicator 1 100pk 27.63$ 27.63$
198 Monochlor F Reagent 1 100pk 83.32$ 83.32$
RFP 1225-06 - Page 4
Docusign Envelope ID: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
199 Mercuric Thiocyanate Solution 1 200mL 66.99$ 66.99$
200 Sodium Thiosulfate powder 1 500 g 21.94$ 21.94$
201 DI Water, ASTM Type II (4-L) 2 EA 37.20$ 74.40$
202 pH test strips 4 EA 41.29$ 165.16$
203 Ammonia & Nitrate/Nitrite Test Strips 4 EA 32.71$ 130.84$
204 Chlorine test strips 4 EA 272.25$ 1,089.00$
205 pH buffer 4.01 Pouches or 500 ml 2 EA 41.32$ 82.64$
206 pH buffer 7.00 Pouches or 500 ml 2 EA 41.32$ 82.64$
207 pH buffer 10.01 Pouches or 500 ml 2 EA 41.32$ 82.64$
208 Latex Gloves (L) - box 30 EA 52.54$ 1,576.20$
209 Disposable Wipes -box/rolls 24 EA 8.82$ 211.68$
210 Oil-Dri Absorbent (20 lb) 2 EA No Bid -$
211 Universal Sorbent pads (100/case)2 EA No Bid -$
212 Kimwipes 2 EA 8.82$ 17.64$
213 Stackable beakers polypropylene (120 mL) pk 1 EA 215.32$ 215.32$
214 LDPE dropping bottles (30 mL)6 EA 18.55$ 111.30$
215 Nalgene wide mouth wash bottles (1000 mL)3 EA 71.16$ 213.48$
216 Brush Lg test tube 5 ea 6.39$ 31.95$
217 Brush Med test tube 5 ea 6.39$ 31.95$
218 Brush Sm test tube 5 ea 5.40$ 27.00$
219 Brush, beaker 2 ea 6.39$ 12.78$
220 Brush, flask 2 ea 6.39$ 12.78$
221 cylinder / bottles brush 4 ea 30.73$ 122.92$
222 Kimwipes 10 60 pk 8.82$ 88.20$
223 Replacement tubidity wiper blades 1 5pk 47.43$ 47.43$
224 Replacment Vial for online turbidimeter 4 each 44.84$ 179.36$
225 Utility Carrier for sample bottles 2 ea 36.37$ 72.74$
226 Nalgene self zeroing buret, 50 mL 1 4 pk 41.24$ 41.24$
227 Replacment wiper unit for online turbidimete 2 each 47.43$ 94.86$
228 Powder Free Nitrile Gloves 10 100pk 30.57$ 305.70$
229 Total Chlorine (DPD Pillows)4 1000 pk 219.45$ 877.80$
230 Ammonia Cyanurate (Reagent)3 PK 63.32$ 189.96$
231 Ammonia Salicylate (Reagent)3 PK 100.65$ 301.95$
232 Sodium Arsenite (Solution)4 2L 18.97$ 75.88$
233 Potassium Iodide (Solution)4 2L 47.31$ 189.24$
234 DPD Chlorine Standards LR 4 each 232.65$ 930.60$
235 Ph Buffer 4.00 4 2L 16.67$ 66.68$
236 Ph Buffer 7.00 4 2L 15.67$ 62.68$
237 Ph Buffer 10.00 4 2L 15.67$ 62.68$
238 Hach Nessler Reagent NH3 Kits 20 pk 103.95$ 2,079.00$
239 Additional Products from Hach Catalog 17.5% Discount off List Price
RFP 1225-06 - Page 5
Docusign Envelope ID: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
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: 6AA657CD-1420-42C6-8DDA-7F922EA266B3
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: 6AA657CD-1420-42C6-8DDA-7F922EA266B3