HomeMy WebLinkAboutAgenda_GWUAB_04.14.2022Notice of Meeting for the
Georgetown Water Utility B oard
of the City of Georgetown
April 14, 2022 at 2:00 P M
at West Side Serv ice Center, 5501 Williams Dr., Georgetown, T X, 78633
T he C ity of G eorgetown is committed to compliance with the Americans with Disabilities Act (ADA). If you
require as s is tance in partic ipating at a public meeting due to a disability, as defined under the ADA, reas onable
as s is tance, adaptations , or ac commodations will be provided upon request. P leas e c ontact the C ity S ec retary's
O ffic e, at leas t three (3) days prior to the sc heduled meeting date, at (512) 930-3652 or C ity Hall at 808 Martin
Luther King Jr. S treet, G eorgetown, T X 78626 for additional information; T T Y users route through R elay
Texas at 711.
A G E N D A R E V I S E D A P R I L 11, 2022 TO C O R R E C T I T E M F C A P T I O N.
Regular Session
(T his R egular S es s ion may, at any time, be rec es s ed to c onvene an Exec utive S es s ion for any purpose
authorized by the O pen Meetings Act, Texas G overnment C ode 551.)
A P ublic Wishing to Address the Board
O n a subject that is posted on this agenda: P leas e fill out a s peaker registration form which c an be found
on the counter at the entranc e to the Board Meeting. C learly print your name and the letter of the item on
whic h you wis h to s peak and pres ent it to the S taff Liais on, prior to the start of the meeting. You will
be called forward to s peak when the Board c onsiders that item. O nly persons who have delivered the
speaker form prior to the meeting being called to order may speak.
O n a subject not posted on the agenda: P ers ons may add an item to a future R egular sc heduled Board
agenda by filing a written reques t with the S taff Liaison no later than one week prior to the Board
meeting. T he request mus t inc lude the speaker’s name and the spec ific topic to be addres s ed with
sufficient information to inform the board and the public. Only those persons who have submitted a
timely request will be allowed to speak. P lease s end comments to G W UAB Interim Board Liais on, at
sheila.mitchell@georgetown.org
B C all to O rder - S c ott Macmurdo, Board C hair
C Introduc tion of Board Members, S taff and Vis itors - S c ott Macmurdo, Board C hair
D Updates from Water Utility Direc tors; C hels ea S olomon, Director of Water Utilities (Update will be
provided at meeting)
Regular Agenda
E R eview and pos s ible ac tion to approve the minutes from the Marc h 10, 2022 and March 21,
2022 G eorgetown Water Utility Advisory Board Meetings.- S heila Mitc hell, Interim Board Liaison
F C ons ideration and possible recommendation to approve an agreement (22-0068-G C ) with DP C
Indus tries for the provision and delivery of 12.5% S odium Hypoc hlorite (Bleach) for Water and
Was tewater Treatment in an amount not to exceed $1,306,663.00 annually; additionally, to authorize the
C ity Manager to exec ute renewals of the agreement for up to (4) four additional one-year terms . -- Michael
D. Welch, Water and Was tewater Treatment Manager
Page 1 of 80
G C ons ideration and possible recommendation to purchas e (3) three 125hp Hydromatic S ubmers ible
P umps to replac e exis ting s ubmersibles located at S mith Branch Lift S tation, from Austin Armature
Works, LP, of Buda, Texas , in the amount of $169,260.00. -- Isaac C onde, Water S ervices Tec h
S pec ialis t/C helsea S olomon, Direc tor of Water Utilities
H C ons ideration and possible recommendation to approve the G enerator Maintenanc e agreement with Holt
C AT /Holt P ower S ys tems, of S an Antonio, Texas , to perform Level three (3) s ervic e on all twenty-nine
(29) utility owned generators, for an es timated c os t of $75,530.52. -- C helsea S olomon, P E- Water
Utilities Director
I C ons ideration and possible recommendation to approve a contrac t to C unningham C ons tructors &
Assoc iates, Inc . of G eorgetown Texas for the cons truction of the S outhside Water Treatment P lant
Ultrafiltration Membrane Improvements P roject in the amount of $5,380,000.00. – Wes ley Wright, P.E.,
S ys tems Engineering Director / C hris P ous s on, C I P Manager
Adjournment
Ce rtificate of Posting
I, R obyn Densmore, C ity S ecretary for the C ity of G eorgetown, Texas, do hereby c ertify that this Notic e of
Meeting was posted at C ity Hall, 808 Martin Luther King Jr. S treet, G eorgetown, T X 78626, a plac e readily
acc es s ible to the general public as required by law, on the _____ day of _________________, 2022, at
__________, and remained s o posted for at leas t 72 c ontinuous hours prec eding the s cheduled time of said
meeting.
__________________________________
R obyn Dens more, C ity S ec retary
Page 2 of 80
City of Georgetown, Texas
Water Utility Board
April 14, 2022
S UB J E C T:
Updates from Water Utility Directors ; C helsea S olomon, Direc tor of Water Utilities (Update will be
provided at meeting)
IT E M S UMMARY:
Update will be provided at meeting.
F IN AN C IAL IMPAC T:
.
S UB MIT T E D B Y:
C helsea S olomon, Direc tor of Water Utilities
Page 3 of 80
City of Georgetown, Texas
Water Utility Board
April 14, 2022
S UB J E C T:
R eview and possible action to approve the minutes from the March 10, 2022 and Marc h 21,
2022 G eorgetown Water Utility Advis ory Board Meetings .- S heila Mitchell, Interim Board Liais on
IT E M S UMMARY:
Board to review and take action to approve the minutes from the March 10, 2022 and Marc h 21, 2022
G eorgetown Water Utility Advisory Board Meetings.
F IN AN C IAL IMPAC T:
.
S UB MIT T E D B Y:
S heila Mitchell, Interim Board Liais on
AT TAC H ME N T S:
Description Type
GWUAB Mar 10 2022 DRAFT Minutes Backup Material
GWUAB Mar 21 2022 DRAFT Minutes Backup Material
Page 4 of 80
Minutes of the Meeting of the
Georgetown Water Utility Advisory Board
of the City of Georgetown, Texas
March 10, 2022 at 2:00PM
at West Side Service Center, 5501 Williams Dr., Georgetown, TX 78633
The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA). If
you require assistance in participation at a public meeting due to a disability, as defined under the ADA,
reasonable assistance, adaptations, or accommodations will be provided upon request. Please contact the
City Secretary’s Office, at least three (3) days prior to the scheduled meeting date, at (512) 930-3652 or
City Hall at 808 Martin Luther King, Jr. Street, Georgetown, TX 78626 for additional information: TTY
users route through Relay Texas at 711.
This regular meeting was cancelled and rescheduled for
March 21, 2022 at 1:00PM.
__________________________ _____________________________
Scott Macmurdo – Board Chair Tina Geiselbrecht – Secretary
_________________________________
Sheila K. Mitchell, Interim Water Board Liaison
Page 5 of 80
Minutes of the Meeting for
the Georgetown Water Utility
Board of the City of
Georgetown March 21, 2022
at 1:00 PM
at City Hall - Large Conference Room; 808 Martin Luther King Jr. St Georgetown, TX
78626
The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA). If you
require assistance in participating at a public meeting due to a disability, as defined under the ADA, reasonable
assistance, adaptations, or accommodations will be provided upon request. Please contact the City Secretary's
Office, at least three (3) days prior to the scheduled meeting date, at (512) 930-3652 or City Hall at 808 Martin
Luther King Jr. Street, Georgetown, TX 78626 for additional information; TTY users route through Relay
Texas at 711.
THIS REGULAR MEETING WAS RESCHEDULED FROM
MARCH 10, 2022 TO MONDAY, MARCH 21, 2022.
Board Members Present: Scott Macmurdo, Chair; Stuart Garner, Tina Geiselbrecht, Mike
Morrison, Steve Fought, Councilmember
Staff Members Present: Chelsea Solomon, Director of Water Utility; Wesley Wright, Systems
Engineering Director; Leigh Wallace, Finance Director; Laurie Brewer, Assistant City Manager;
Nick Woolery, Assistant City Manager; Mike Welch, Water and Wastewater Treatment Manager;
Chris Pousson, CIP Manager; Cindy Pospisil, ERP Applications Administrator Customer Care;
Danielle Dutra, Public Works Administrative Assistant; Sheila Mitchell, Interim Board
Liaison/Systems Engineering Administrative Assistant
Visitors Present: Allen Woelke/CDM Smith; Joao Lopes Farias/PLW Waterworks, LLC; James
Brown/PLW Waterworks, LLC; Peter Bailey/PLW Waterworks, LLC; Ron Garland/City Council
District 4
Regular Session
(This Regular Session may, at any time, be recessed to convene an Executive Session for any purpose
authorized by the Open Meetings Act, Texas Government Code 551.)
Solomon welcomed attendees reminding all to please sign in on attendance sheet; addressed
opportunity for Public Wishing to Address the Board as posted under Item A.
A Public Wishing to Address the Board – No one signed up to speak.
B Called to Order - Scott Macmurdo, Board Chair – at 1:03PM.
C Introduction of Board Members, Staff and Visitors - Scott Macmurdo, Board Chair
Introductions of staff and board members present, prior to call to order.
D Updates from Water Utility Directors; Chelsea Solomon, Director of Water Utilities - any updates will be
highlighted at the meeting. The Directors report, FY2022 1st Quarter Combined Report from Finance and
the Annual Finance Report are all attached.
Solomon gave update included in agenda packet. Wallace reviewed Annual Financial Audit,
included in packet, noting Water Fund on pages 29-32. Wallace reviewed 1st Quarter Financial Page 6 of 80
Report. Some questions/discussion. Solomon continued with Water Operations updates in packet.
Wright gave project updates included in packet. Some questions/discussion. Wright noted Water
Wastewater Impact Fees will be reviewed in Summer of 2022, requirements are to form a
committee of Water board members minus Council member(s); possibly meet on same day of
future water board meetings, possibly prior to board meeting. Preparing information to bring
back to board in coming months. No further questions.
E Presentation, discussion, and direction regarding the Water and Wastewater Cost of Service Study
preliminary results. -- Chelsea Solomon, Director of Water Utility
Matthew Garrett of NewGen Strategies reviewed presentation included in packet, noting
the presentation has recently been made to Council. Macmurdo asked and Wallace
responded on how city is managing inflation factors citywide for fund increases. Morrison
asked to clarify rate percentage for transparency; Solomon noted will clarify. Continued
overview of rate tiers and usages. Wallace noted Council will adopt final financial policies.
Garrett reviewed Next Steps included in packet. No further discussion.
Regular Agenda
F Nominations and election of the Vice-Chairman of the Georgetown Water Utility Advisory Board. – Scott
Macmurdo, Board Chairman
Garner volunteered to serve as Vice-Chair of the Georgetown Water Utility Advisory Board.
Motion by Morrison to nominate Garner; Garner accepted nomination for Vice-Chairman of the
Georgetown Water Utility Advisory Board. Motion by Morrison, seconded by Geiselbrecht to
elect Garner for Vice-Chairman of the Georgetown Water Utility Advisory Board. Approved 5-0-0.
G Nominations and election of the Secretary of the Georgetown Water Utility Advisory Board. – Scott
Macmurdo, Board Chair
Motion by Garner to nominate Geiselbrecht; Geiselbrecht accepted nomination for Secretary of the
Georgetown Water Utility Advisory Board. Motion by Garner, seconded by Morrison to elect
Geiselbrecht for Secretary of the Georgetown Water Utility Advisory Board. Approved 5-0-0.
H Review and possible action related to the Day and Time of the Georgetown Water Utility Advisory Board
meetings. – Scott Macmurdo, Board Chair
Motion by Garner, seconded by Morrison to approve the Day and Time of the Georgetown Water
Utility Advisory Board meetings ; remaining the same as current schedule included in packet.
Approved 5-0-0.
I Review and possible action to approve the minutes from the November 11, 2021, December 9, 2021,
January 13, 2022 and February 10, 2022 Georgetown Water Utility Advisory Board Meetings. – Sheila
Mitchell, Interim Board Liaison
Motion by Morrison, seconded by Garner to approve the minutes from the November 11, 2021,
December 9, 2021, January 13, 2022 and February 10, 2022 Georgetown Water Utility Advisory
Board Meetings. Approved 5-0-0.
J Consideration and possible recommendation to approve an agreement with Allwaste Walker (contract #
22-0052-SC) for the transportation and disposal of water and wastewater treatment sludges in the
approximate amount of $750,000.00 annually; additionally, to authorize the City Manager to execute
renewals of the agreement and conditions for up to (3) three additional one-year terms for a total cost not
to exceed $3,000,000.00. – Mike D. Welch, Water and Wastewater Treatment Manager
Motion by Garner, seconded by Geiselbrecht to approve an agreement with Allwaste Walker
(contract # 22-0052-SC) for the transportation and disposal of water and wastewater treatment
sludges in the approximate amount of $750,000.00 annually; additionally, to authorize the City
Manager to execute renewals of the agreement and conditions for up to (3) three additional one -
year terms for a total cost not to exceed $3,000,000.00. Approved 5-0-0.
K Consideration and possible recommendation to approve agreements with the listed vendors for the Page 7 of 80
provision and delivery of water and wastewater treatment chemicals in the approximate noted amounts,
and including a 10% contingency, totaling $730,000.00 annually; additionally, to authorize the City
Manager to execute renewals of the agreements and conditions for up to (3) three additional one-year
terms. – Michael D Welch, Water and Wastewater Treatment Manager
Motion by Geiselbrecht, seconded by Garner to approve agreements with the listed vendors
for the provision and delivery of water and wastewater treatment chemicals in the approximate
noted amounts, and including a 10% contingency, totaling $730,000.00 annually; additionally,
to authorize the City Manager to execute renewals of the agreements and conditions for up to
(3) three additional one -year terms. Approved 5-0-0.
L Consideration and possible recommendation to approve an agreement with Brenntag Southwest for the
provision and delivery of Aqualum Polymer Blend 3012 for water treatment in the approximate amount of
$106,315.00 annually; additionally, to authorize the City Manager to execute renewals of the agreements
and conditions for up to (4) four additional one-year terms.-- Michael D Welch, Water and Wastewater
Treatment Manager
Motion by Garner, seconded by Morrison to approve an agreement with Brenntag Southwest
for the provision and delivery of Aqualum Polymer Blend 3012 for water treatment in the
approximate amount of $106,315.00 annually; additionally, to authorize the City Manager to execute
renewals of the agreements and conditions for up to (4) four additional one-year terms. Approved 5-
0-0.
M Consideration and possible recommendation to approve Task Order CDM-22-003 with CDM Smith, Inc.
professional services related to the Pecan Branch WWTP TPDES Permit Amendment or New Permit in
the amount of $52,200.00. -- Wesley Wright, P.E., Systems Engineering Director/Chris Pousson, CIP
Manager
Some questions/discussion which Woelke of CDM spoke to. Motion by Morrison, seconded by
Garner to approve Task Order CDM-22-003 with CDM Smith, Inc. professional services related to
the Pecan Branch WWTP TPDES Permit Amendment or New Permit in the amount of $52,200.00.
Approved 5-0-0.
N Consideration and possible recommendation to award Task Order TCI-22-002 to Terracon Consultants,
Inc., of Austin, Texas, for materials testing and inspection services for the South Lake Water Treatment
Plant in the amount of $259,888.00. – Wesley Wright, P.E., Systems Engineering Director/Chris Pousson,
CIP Manager
Motion by Garner, seconded by Geiselbrecht to approve Task Order TCI-22-002 to Terracon
Consultants, Inc., of Austin, Texas, for materials testing and inspection services for the South Lake
Water Treatment Plant in the amount of $259,888.00. Approved 5-0-0.
O Consideration and possible recommendation to approve Task Order CDM-22-004 with CDM Smith, Inc.
professional services related to the Wastewater Improvements for South Lake Water Treatment Plant
project in the amount of $1,872,789.00. -- Wesley Wright, P.E., Systems Engineering Director/Chris
Pousson, CIP Manager
Motion by Geiselbrecht, seconded by Morrison to approve Task Order CDM-22-004 with CDM
Smith, Inc. professional services related to the Wastewater Improvements for South Lake Water
Treatment Plant project in the amount of $1,872,789.00. Approved 5-0-0.
P Consideration and possible recommendation to approve a contract to PLW Waterworks, LLC of The
Woodlands, TX for the construction of the South Lake Water Treatment Plant in the amount
of $175,284,946.00. -- Wesley Wright, P.E., Systems Engineering Director/Chris Pousson, CIP
Manager
Motion by Morrison, seconded by Geiselbrecht to approve a contract to PLW Waterworks, LLC
of The Woodlands, TX for the construction of the South Lake Water Treatment Plant in the amount
of $175,284,946.00. Approved 5-0-0.
Page 8 of 80
Adjournment
Motion by Garner, seconded by Morrison to adjourn. Adjourned at 4:02PM.
__________________________ _____________________________
Scott Macmurdo – Board Chair Tina Geiselbrecht – Secretary
_________________________________
Sheila K. Mitchell, Interim Water Board Liaison
Page 9 of 80
City of Georgetown, Texas
Water Utility Board
April 14, 2022
S UB J E C T:
C onsideration and pos s ible rec ommendation to approve an agreement (22-0068-G C ) with DP C Indus tries
for the provision and delivery of 12.5% S odium Hypoc hlorite (Bleach) for Water and Was tewater
Treatment in an amount not to exceed $1,306,663.00 annually; additionally, to authorize the C ity Manager
to exec ute renewals of the agreement for up to (4) four additional one-year terms . -- Michael D. Welch,
Water and Was tewater Treatment Manager
IT E M S UMMARY:
T he purpos e of this c ontract will be to provide delivery of Bleac h to the C ity of G eorgetown’s Water and
Wastewater Treatment F ac ilities. T he lis ted vendor was the s ingle / low bidder. T he services are to begin
May 28.
S P E C IAL C O N S ID E R AT ION S :
Demand varies with water and was tewater usage. T his c hemic al is required for disinfection as part of
treatment proc es s es in ac cordance with s tric t s tate and federal guidelines.
S TAF F R E C O MME N D AT IO N:
S taff recommends awarding the provision and delivery of bleac h to DP C Indus tries in the amount of
$1,306,663.00.
F IN AN C IAL IMPAC T:
F unds for this expenditure will impact the Water S ervices Budget. C os t for the produc t more than doubled
s inc e the las t s olicitation. Budget amendment for F Y22 and service level request F Y23 will be reques ted.
Cost Centers S pend
Category
F Y22
Budgeted
660-0529, Water Treatment
660-0531, Was tewater
Treatment
C hemic als $865,000
S UB MIT T E D B Y:
Mic hael D. Welc h, Water and Wastewater Treatment Manager/skm
AT TAC H ME N T S:
Description Type
22-0068-GC - DPC Ind SODIUM HYPOCHLORITE 12.5 Backup Material
Page 10 of 80
CO
N
T
R
A
C
T
R
O
U
T
I
N
G
F
O
R
M
Contract No.__________________ Project No.________ Bid No._________ RFP No._________
New Contract Renewal Change Order Amendment Assignment Other
NAME OF CONTRACTOR:
CONTRACT DESCRIPTION:
CONTRACT VALUE:
GL ACCOUNT NO:
GRANT FUNDED: NO YES If YES, Grant No.
SIGNATURES RECOMMENDING APPROVAL
_______________________________________________ ___3/21/22______________
PURCHASING/CONTRACT COORDINATOR DATE
_______________________________________________ ________________________
LEGAL DEPARTMENT DATE
_______________________________________________ ________________________
DIRECTOR ADMINISTERING CONTRACT DATE
(greater than $10,000)
APPROVED and EXECUTED
_______________________________________________ _______________________
DIRECTOR ADMINISTERING CONTRACT DATE
($10,000 or less)
_______________________________________________ _______________________
CITY MANAGER/ASST CITY MANAGER DATE
($50,000 or less)
_______________________________________________ _______________________
MAYOR/CITY SECRETARY ATTESTS (if applicable) DATE
FINAL PROCESSING
_______________________________________________ ________________________
PURCHASING DATE
for Purchasing Use Only
Insurance Certificates: attached
Performance Bond:
Payment Bond:
Form 1295: 2022-854363
For City Secretary Use Only
Originals sent to CSO:
Scanned into Laserfiche/Global:
Council Date: Item No.:
Page 11 of 80
WATER AND
WASTEWATER
TREATMENT CHEMICALS
ITB No. 202205
INVITATION TO BID
COMMODITIES
Due: March 4, 2022 3PM
CITY OF GEORGETOWN
300-1 Industrial Ave PO Box 409
Georgetown, TX 78626 Georgetown, TX 78627
Page 12 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 2
TABLE OF CONTENTS
INTRODUCTION ..................................................................................................... X
DEFINITIONS ....................................................................................................................................... 3
NOTICE TO BIDDERS .......................................................................................................................... 5
STANDARD TERMS and CONDITIONS .................................................................................................... 6
SPECIAL TERMS and CONDITIONS ....................................................................................................... 18
SPECIFICATIONS .................................................................................................................................. 22
BID FORM ............................................................................................................................................ 26
CERTIFICATION and ACKNOWLEDGMENTS ......................................................................................... 28
ESTIMATED ANNUAL QUANTITIES ........................................................................................... EXHIBIT 1
PHYSICAL ADDRESSES FOR LOCATIONS ................................................................................... EXHIBIT 2
INTRODUCTION
Bids are solicited for Water and Waste-Water Treatment Chemicals with the following definitions,
terms and conditions of bidding.
A. NOTICE
Sealed bids are due at 3:00 p.m. on March 4, 2022, after which time all qualified bids will be
opened and publicly read aloud at 300-1 Industrial Ave, Georgetown, Texas 78627. Bids received
after the specified deadline will be returned unopened.
B. RECEIPT OF BIDS
1. Electronic Sealed Bids. Electronic Sealed Bids shall be submitted through the City’s web site
at: https://georgetown.ionwave.net/Login.aspx. All interested Bidders are required to
register as a “supplier” on the City’s E-bid System at the above web address and clicking on
“Supplier Registration”. Registration provides automatic access to the solicitation and its
documents (specifications, attachments, exhibits), and for any changes to the solicitation
including change(s) to the submission time and date.
Electronic Bids shall be uploaded in the E-bid system and electronically submitted
Electronic Bids must be received prior to the time and date specified in the City’s E-bid
System.; the Bidder shall ensure that the Bid was properly uploaded and submitted in the
Page 13 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 3
System. The time Bids are received shall be determined by the electronic clock in the City’s
E-bid System.
NOTE: Bid opportunities are posted and available to download on the City of
Georgetown’s On-Line Bidding System at
https://gtowntx.ionwave.net/CurrentSourcingEvents.aspx.
Vendors may receive notice of bids from the City of Georgetown from a variety of channels.
Approved methods of dissemination include: City of Georgetown website or the City of
Georgetown Purchasing Office. The receipt of solicitations through any other means may result
in the receipt of incomplete specifications or addenda which could ultimately render your bid
non-compliant. City of Georgetown accepts no responsibility for the receipt or notification of
solicitations through any other source.
C. QUESTIONS and INQUIRIES
Questions and inquiries about this Solicitation shall be submitted in writing to the following
individual:
Conner McGowan
Buyer
conner.mcgowan@georgetown.org
The deadline for written questions is February 28, 2022, at @ 5:00 p.m.
D. SCHEDULE OF IMPORTANT DATES
The tentative schedule for this Solicitation is as follows:
Release ITB to Vendors February 17, 2022
Advertisement Dates February 20 & 27, 2022
Deadline for Questions and Inquiries 5PM CST February 28, 2022
ITB Due Date 3PM CST March 4, 2022
Earliest Award by City March 22, 2022
DEFINITIONS
The following definitions shall be used to identify terms throughout this invitation to bid:
A. AGREEMENT/CONTRACT
A mutually binding legal document obligating the Vendor to furnish the goods or equipment
specified within this solicitation and obligating the City to pay for the goods or equipment as
specified. This may be an authorized purchase order.
B. BID/RESPONSE/OFFER/QUOTATION
A complete, properly signed response to this solicitation that, if accepted, would bind the
Respondent to perform the resulting contract.
Page 14 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 4
C. BIDDER/RESPONDENT/OFFERER
The Respondent identified throughout the solicitation that they consider themselves qualified to
provide the goods or equipment specified herein, and are interested in making an offer to
provide the goods or equipment to the City.
D. CITY
The City of Georgetown, located in Williamson County, Texas.
E. CITY COUNCIL – The elected officials of the City of Georgetown, Texas given the authority to
exercise such powers and jurisdiction of all City business as conferred by the City Charter and
State Constitution and Laws.
F. GOODS
Materials, supplies, commodities and/or equipment.
G. PIGGYBACK CONTRACT
A contract or agreement that has been competitively bid in accordance with State of Texas
statutes, rules, policies and procedures and has been extended for the use of state and local
agencies that have entered (or will) into an Interlocal Agreement with the City.
H. PURCHASE ORDER
A purchase order (PO) is a document issued to a specific vendor by Purchasing staff setting forth
the descriptions, quantities, prices, discounts, payment terms, date of performance or shipment,
and other related terms and conditions. Acceptance of a purchase order by a vendor forms an
agreement between the buyer and seller, and no agreement exists until the purchase order is
accepted. A purchase order records the financial obligation of the City to pay for goods or
services properly received; therefore, a purchase order is also required for all contracts with an
expenditure of funds entered into by the City Manager or City Council.
I. SOLICITATION/INVITATION TO BID
This Solicitation document issued by the City containing terms, conditions and specifications for
the goods or equipment to be procured.
J. VENDOR/CONTRACTOR
Person or business enterprise providing goods or equipment to the City as fulfillment of
obligations arising from an agreement or purchase order.
Page 15 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 5
INSTRUCTIONS TO BIDDERS
Qualified bidders interested in responding to this Solicitation must submit the following information
as part of their bid response. Failure to provide any information requested in this Solicitation may
result in disqualification of the bid response.
A. FORMS
All Responses must be submitted on the form(s) provided by the City, and accompanied by all
required attachments. All figures must be written in ink or typewritten. Mistakes may be crossed
out, corrections inserted adjacent thereto and initiated in ink by the person certifying the bid.
B. CERTIFICATION
This Solicitation includes a certification page. Respondent must:
1. Furnish complete name, mailing address, telephone number and email of the individual duly
authorized to execute contractual documents on behalf of the Respondent.
2. Furnish name of individual(s), along with respective telephone numbers and email addresses,
who will be responsible for answering all questions.
3. Certify that they have not conspired with any other potential Respondents in any manner to
attempt to control competitive pricing.
4. Certify that they are duly qualified, capable and otherwise bondable business entity not in
receivership or contemplating same and has not filed bankruptcy.
C. DISCLOSURE OF CONFLICT OF INTEREST
Effective January 1, 2006, Chapter 176 of the Texas Local Government Code (House Bill 914)
requires that any Bidder or person considering doing business with a local government entity
disclose the Bidder or person's affiliation or business relationship that might cause a conflict of
interest with a local government entity. The Conflict of Interest Questionnaire form is available
from the Texas Ethics Commission at www.ethics.state.tx.us. Any completed Conflict of Interest
Questionnaires shall be submitted to the City.
Any attempt to intentionally or unintentionally conceal or obfuscate a conflict of interest may
automatically result in the disqualification of the Bidder's offer.
D. DISCLOSURE OF INTERESTED PARTIES
Contracting hereunder may require compliance with §2252.908 Texas Government
Code/Disclosure of Interested Parties for contracts that (1) require an action or vote by the City
Council before the contract may be signed; or (2) has a value of at least $1 million. The law
provides that a governmental entity may not enter into certain contracts with a business entity
unless the business entity submits a disclosure of interested parties to the governmental entity
at the time the business entity submits the signed contract to the governmental entity or state
agency.
The process as implemented by the Texas Ethics Commission (“TEC”) is as follows:
1. The disclosure of interested parties must be performed using the Texas Ethics
Commission’s electronic filing application listing each interested party of which the
Page 16 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 6
business entity is aware on Form 1295, obtaining a certification of filing number for this
form from the TEC, and printing a copy of it to submit to the City.
2. The copy of Form 1295 submitted to the City must be notarized and contain the unique
certification number from the TEC. The form must be filed with the City pursuant to
§2252.908 Texas Government Code, “at the time the business entity submits the signed
contract” to the City.
The City, in turn, will submit a copy of the disclosure form to the TEC not later than the 30th day
after the date the City receives the disclosure of interested parties from the business entity.
E. EXCEPTIONS
Any deviations from terms, conditions or specifications contained herein must be clearly
indicated in the Response to this Solicitation in writing at or before the due date and time. Any
deviations or exceptions are subject to review by the City and may deem the Response
disqualified or non-responsive. If no exceptions are stated, it will be understood that all general
terms and conditions and specific requirements will be complied with, without exception.
F. TAX EXEMPT
Respondents bid prices must be net, exclusive of taxes. The City is exempt from State Retail Tax
and Federal Excise Tax.
STANDARD TERMS and CONDITIONS
A. ACCEPTANCE
Upon acceptance and approval by the City Council, or their designee, this bid effects a working
contract between the City and the successful Vendor. A City of Georgetown Purchase Order is
required prior to the delivery of any goods or services provided to the City.
B. ABSENCE of PURCHASE ORDER or AGREEMENT
The City is not responsible for delivery of any commodities, equipment, or services without a
proper Purchase Order.
C. ADDENDA
If it becomes necessary to revise any part of this Invitation to Bid prior to the due date and time,
a written addendum will be provided to all Bidders. The City is not bound by any oral
representations, clarifications, or changes made in the written specification by the City’s
employees, unless such clarification of change is provided to Bidders in written addendum form
from the Purchasing Department.
Addenda will be transmitted by electronic means to all registered Bidders in the City’s E-bid
system that are known to have downloaded a copy of the bid documents and specifications from
the City’s E-bid system. However, it shall be the sole responsibility of the Bidder to verify issuance
of any addenda and to check all avenues of document availability prior to the opening date and
time. Bidder shall provide written acknowledgment of all addenda.
D. ADVERTISING and PUBLICITY
Page 17 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 7
Vendor shall not advertise or otherwise publicize, without the City’s prior written consent, the
fact that the City has entered into the Agreement, except to the extent required by applicable
law.
E. ASSIGNMENTS
The Agreement shall be binding upon and inure to the benefit of the City and the Vendor, and
their respective successors and assignees, provided however, that no right or interest in the
Agreement shall be assigned and no obligation shall be delegated by the Vendor without the
prior written consent of the City. Any attempted assignment or delegation by the Vendor shall
be void unless made in conformity with this Paragraph. The Agreement is not intended to confer
any rights or benefits on any person, firm or entity not a party hereto; it being the intention of
the parties that there be no third-party beneficiaries to the Agreement.
F. AWARD of CONTRACT
A Contract may be awarded to either the lowest responsible bidder or the bidder who provides
goods or services at the best value for the City. In determining the best value for the City, the
City may consider, but is not necessarily limited to, the following factors:
1. conformity to specifications;
2. the purchase price, including payment discount terms;
3. the reputation of the bidder and of the bidder's goods or services;
4. the quality of the bidder's goods or services;
5. the extent to which the goods or services meet the City's needs;
6. the bidder's past relationship with the City;
7. the impact on the ability of the City to comply with laws and rules relating to contracting with
historically underutilized businesses and nonprofit organizations employing persons with
disabilities;
8. delivery terms;
9. payment terms;
10. financial condition;
11. the total long-term cost to the City to acquire the bidder's goods or services; and
12. any relevant criteria specifically listed in this request for bid.
Although the cost of products to be provided is an essential part of the Bid, the City is not
obligated to award a contract on the sole basis of cost.
G. BUSINESS PRACTICES
Minority business enterprises and/or historically underutilized businesses will be afforded full
opportunity to submit bids in response to this invitation and will not be discriminated against
on the grounds of race, color, creed, sex, national origin, or any protected class in consideration
for an award.
H. CANCELLATION or TERMINATION
1. Termination For Cause:
In the event of default by the Vendor, the City shall have the right to terminate the
Agreement for cause, by written notice effective ten (10) calendar days, unless otherwise
specified, after the date of such notice, unless the Vendor, within such ten (10) day period
cures such default, or provides evidence sufficient to prove to the City’s satisfaction that such
Page 18 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 8
default does not, in fact, exist. In addition to any other remedies available under law or in
equity, the City shall be entitled to recover all actual damages, costs, losses and expenses
incurred by the City as a result of the Vendor’s default, including without limitation, cost of
cover, reasonable attorneys’ fees, court costs and prejudgment and post-judgment interest
at the maximum lawful rate. Additionally, in the event of default by the Vendor, the City may
remove the Vendor from the City’s Vendor List and any Offer submitted by the Vendor may
be disqualified for up to three (3) years. All rights and remedies under the Agreement are
cumulative and not exclusive of any other right or remedy provided by law.
2. Termination Without Cause:
The City shall have the right to terminate the Agreement, in whole or in part, without cause
any time upon thirty (30) calendar days’ prior written notice. Upon receipt of a notice of
termination, the Vendor shall promptly cease all further work pursuant to the Agreement,
with such exceptions, if any, specified in the notice of termination. The City shall pay the
Vendor, to the extent of funds appropriated or otherwise legally available for such purposes,
for all goods delivered and obligations incurred prior to the date of termination in accordance
with the terms hereof.
3. Non-Appropriation:
The resulting Agreement is a commitment of the City’s current revenues only. It is
understood and agreed that the City shall have the right to terminate the Agreement if, for
any reason, funds are not appropriated to continue this Agreement.
4. Cancellation:
The City reserves the right to cancel the Agreement for default for all or any part of the
delivered portion of the deliverables if the Vendor breaches any term hereof including
warranties or becomes insolvent or commits acts of bankruptcy. Such right of cancellation is
in addition to and not in lieu of any remedies which the City may have in law or in equity.
I. CLAIMS
If a claim, demand, suit or other action is asserted against the Vendor which arises under or
concerns the Agreement, or which could have a material adverse effect on the Vendor’s ability
to perform thereunder, the Vendor shall give written notice to the City within ten (10) calendar
days after receipt of notice by the Vendor. Such notice to the City shall state the date of
notification of any such claim, demand, suit or other action; the names and address of the
claimant(s); the basis thereof; and the name of each person against whom such claim is asserted.
Such notice shall be delivered to the Purchasing Department as set forth below and to the City
Attorney at PO Box 409, Georgetown, TX 78627.
J. CODES, PERMITS, LICENSES
Vendor shall comply with all federal, state and local standards, codes and ordinances, as well as
other authorities that have jurisdiction pertaining to equipment and materials used and their
application. None of the terms or provisions of the specification shall be construed as waiving
any rules, regulations or requirements of these authorities. Vendor shall be responsible for
obtaining all necessary permits, certificates and/or licenses to fulfill contractual obligations to
the City.
K. COLLUSION
Advanced disclosures of any information to any particular bidder which gives that particular
bidder any advantage over any other interested bidder in advance of the opening of bids,
Page 19 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 9
whether in response to advertising or an informal request for bids, made or permitted by a
member of the governing body or an employee or representative thereof, will cause to void all
responses to that particular bid solicitation or request.
L. COMMUNICATION
To ensure the proper and fair evaluation of this bid, the City prohibits ex parte communication
(e.g., unsolicited) initiated by the Respondent to the City Official or Employee evaluating or
considering the Responses prior to the time an award has been made. Communication between
Respondents and the City will be initiated by the appropriate City Official or Employee in order
to obtain information or clarification needed to develop a proper and accurate evaluation of the
Bid. Ex parte communication may be grounds for disqualifying the offending Respondent from
consideration or award of the Bid then in evaluation, or any future Solicitation.
Unless otherwise specified, all requests for clarification or questions regarding a Solicitation must
be directed to the City of Georgetown Purchasing Office, Attn.: Buyer, PO Box 409, 300-1
Industrial Avenue, Georgetown, TX 78627, 512-930-6685, FAX: 512-930-9027,
purchasing@georgetown.org.
M. CONFIDENTIALITY
In order to provide the deliverables to the City, Vendor may require access to certain of the City’s
and/or its licensors’ confidential information (including, but not limited to, inventions, employee
information, trade secrets, confidential know-how, confidential business information and other
information which the City or its licensors consider confidential)(collectively, “Confidential
Information”). Vendor acknowledges and agrees that the Confidential Information is the
valuable property of the City and/or its licensors, and any unauthorized use, disclosure,
dissemination or other release of the Confidential Information will substantially injure the City
and/or its licensors. The Vendor (including its employees, subcontractors, agents or
representatives) agrees that it will maintain the Confidential Information in strict confident and
shall not disclose, disseminate, copy, divulge, recreate or otherwise use the Confidential
Information without the prior written consent of the City, or in a manner not expressly permitted
under this Agreement, unless the Confidential Information is required to be disclosed by law or
as a result of an order of any court or other governmental authority with proper jurisdiction,
provided the Vendor promptly notifies the City prior to disclosing such information so as to
permit the City reasonable time to seek an appropriate protective order. The Vendor agrees to
use protective measures no less stringent than the Vendor uses within its own business to
protect its own most valuable information, which protective measures shall under all
circumstances be at least reasonable measures to ensure the continued confidentiality of the
Confidential Information.
N. DEFAULT
Vendor shall be in default under the Agreement if the Vendor (a) fails to fully, timely and faithfully
perform any of its material obligations under the Agreement, (b) fails to fully, timely and
faithfully perform any of its material obligations under any agreement Vendor has with the City,
(c) fails to timely pay any fees or taxes owed to the City, (d) becomes insolvent or seeks relief
under the bankruptcy laws of the United States, or (e) makes a material misrepresentation in
Vendor’s bid, or in any report or deliverable required to be submitted by Vendor to the City.
Page 20 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 10
A Vendor who abandons or defaults the work on the Agreement and causes the City to purchase
the goods or services elsewhere may be charged the difference in cost of the goods or service if
any and may not be considered in the re-advertisement of the service and may be rejected as an
irresponsible bidder and not considered in future Solicitations for the same type of service unless
the scope of work is significantly modified.
O. DELAYS
The City may delay scheduled delivery or other due dates by written notice to the Vendor if the
City deems it is in its best interest. If such delay causes an increase in the cost of the work under
the Agreement, the City and the Vendor shall negotiate an equitable adjustment for costs
incurred by the Vendor in the Agreement price and execute an amendment to the Agreement.
The Vendor must assert its right to an adjustment within ten (10) calendar days from the date of
receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the
Dispute Resolution Process specified herein. However, nothing in this provision shall excuse the
Vendor from delaying the delivery as notified.
P. DISCLOSURE OF PENDING LITIGATION:
Each Respondent shall include in its bid a complete disclosure of any material civil or criminal
litigation or pending investigation which involves the Respondent or in which the Respondent
has been judged guilty.
Q. DISPUTE RESOLUTION
If either the Vendor or the City has a claim, dispute or other matter in question for breach of
duty, obligations, services rendered or any warranty that arises under this Agreement, the
parties shall first attempt to resolve the matter through this dispute resolution process. The
disputing party shall notify the other party in writing as soon as practicable after discovering the
claim, dispute or breach. The notice shall state the nature of the dispute and list the party’s
specific reasons for such dispute. Within ten (10) business days of receipt of the notice, both
parties shall make a good faith effort, in person or through generally accepted means, to resolve
any claim, dispute, breach or other matter in question that may arise out of, or in connection
with, this Agreement. If the parties fail to resolve the dispute within sixty (60) days of the date
of receipt of the notice of the dispute, then the parties may submit the matter to non-binding
mediation upon written consent of authorized representatives of both parties in accordance with
the Arbitration Rules of the American Arbitration Association or other applicable rules governing
mediation then in effect. If the parties cannot resolve the dispute through mediation, then either
party shall have the right to exercise any and all remedies available under law regarding the
dispute.
R. EFFECTIVE DATE and TERM
This Bid shall be effective upon Acceptance and issuance of a City Purchase Order and shall
continue in effect until all obligations are performed in accordance with the terms and conditions
herein.
S. FORCE MAJEURE
Neither party shall be liable for any default or delay in the performance of its obligations under
this Agreement if, while and to the extent such default or delay is caused by acts of God, fire,
riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause
beyond reasonable control. In the event of default or delay in performance due to any of the
Page 21 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 11
foregoing causes, then the time for completion of the services will be extended; provided,
however, in such an event, a conference will be held within three (3) business days to establish
a mutually agreeable period of time reasonably necessary to overcome the effect of such failure
to perform.
T. FORMS
All Responses must be submitted on the form(s) as required by the City and accompanied by all
required attachments.
U. FRAUD
Fraudulent statements by the Vendor on any bid or in any report or deliverable required to be
submitted by the Vendor to the City shall be grounds for termination of the Agreement for cause
by the City and may result in legal action.
V. GRATUITIES
The City may, by written notice to the Vendor, cancel the Agreement without liability if it is
determined by the City that gratuities were offered or given by the Vendor or any agent or
representative of the Vendor to any officer or employee of the City with the intent of securing
the Agreement or securing favorable treatment with respect to awarding or amending or the
making of any determinations with respect to performance of the Agreement. In the event the
Agreement is cancelled by the City pursuant to this Section, the City shall be entitled, in addition
to any other rights and remedies, to recover the benefits or payments to the Vendor, as a result
of the gratuities.
W. INDEPENDENT CONTRACTOR
Nothing in this bid is intended to be construed as creating an employer/employee relationship,
a partnership or joint venture. The Vendor’s services shall be those of an independent
contractor. The Vendor agrees and understands that the Agreement does not grant any rights
or privileges established for employees of the City. Vendor shall not be within protection or
coverage of the City’s Worker Compensation Insurance, Health Insurance, Liability Insurance or
any other insurance that the City, from time to time, may have in force.
X. INDEMNITY
VENDOR SHALL DEFEND, INDEMNIFY AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS,
SERVANTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL SUITS, ACTIONS, LEGAL
PROCEEDINGS, CAUSES OF ACTION, CLAIMS, DEMANDS, DAMAGES, JUDGMENTS, LOSSES, LIENS,
COSTS, EXPENSES, ATTORNEYS’ FEES AND ANY AND ALL OTHER COSTS, FEES AND/OR CLAIMS OF
ANY KIND OR DESCRIPTION ARISING OUT OF, IN CONNECTION WITH OR RESULTING FROM THE
AGREEMENT OR THE GOODS OR SERVICES PROVIDED UNDER THE AGREEMENT. IF THE VENDOR
AND THE CITY ARE CONCURRENTLY NEGLIGENT, EACH PARTY’S LIABILITY SHALL BE LIMITED TO
THAT PORTION OF NEGLIGENCE ATTRIBUTABLE TO IT AS DETERMINED UNDER THE APPLICABLE
PROPORTIONATE RESPONSIBILITY RULES OF THE STATE OF TEXAS.
Y. INFRINGEMENT
Vendor represents and warrants to the City that: (a) Vendor shall provide the City good and
indefeasible title to the deliverables and (b) the deliverables supplied by the Vendor in
accordance with the specifications of the Agreement shall not infringe, directly or contributory,
any patent, trademark, copyright, trade secret or any other intellectual property right of any kind
Page 22 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 12
of any third party; that no claims have been made by an person or entity with respect to the
ownership or operation of the deliverables and the Vendor does not know of any basis for any
such claims. Vendor shall, at its sole expense, defend, indemnify and hold the City harmless from
and against all liability, damages and costs (including court costs and reasonable fees of attorneys
and other professionals) arising out of or resulting from: (a) any claim that the City’s exercise
anywhere in the world of the rights associated with the City’s ownership, and if applicable,
license rights, and its use of the deliverable infringes the intellectual property rights of any third
party; or (b) Vendor’s breach of any of the Vendor’s representations or warranties stated in this
Agreement. In the event of any such claim, the City shall have the right to monitor such claim
or, at its option, engage its own separate counsel to act as co-counsel on the City’s behalf.
Further, Vendor agrees that the City’s specifications regarding the deliverables shall in no way
diminish Vendor’s warranties or obligations under this Paragraph, and the City makes no
warranty that the products, development or delivery of such deliverables will not impact such
warranties of Vendor.
Z. INSURANCE REQUIREMENTS
Upon request, Vendor shall provide a copy of its insurance policies to the City.
AA. INTERLOCAL AGREEMENT
Other governmental entities may be extended the opportunity to purchase from Solicitations
awarded by the City, with the consent and agreement of the successful Vendor(s) and the City.
Such consent and agreement shall be conclusively inferred from lack of exception to this clause
in Vendor’s Response. However, all parties indicate their understanding and all parties hereby
expressly agree that the City is not an agent of, partner to or representative of those outside
agencies or entities and that the City is not obligated or liable for any action or debts that arise
out of such independently negotiated piggyback procurements.
BB. INTERPRETATION
The Agreement is intended by both parties as the final, complete and exclusive statement of the
terms of their Agreement. No course of prior dealing between the parties or course of
performance or usage of the trade shall be relevant to supplement or explain any term used in
the Agreement. Although the Agreement may have been substantially drafted by one party, it is
the intent of the parties that all provisions be construed in a manner fair to both parties, reading
no provision more strictly against one party of the other. Whenever a term defined by the
Uniform Commercial Code (the “UCC”), as enacted by the State of Texas, is used in the
Agreement, the UCC definition shall control unless otherwise defined in the Agreement.
CC. INVALIDITY
The invalidity, illegality or unenforceability of any provision of this Agreement shall in no way
affect the validity or enforceability of any other portion or provision of the Agreement. Any void
provision shall be deemed severed from the Agreement and the balance of the Agreement shall
be construed and enforced as if the Agreement did not contain the particular portion or provision
held to be void. The parties further agree to reform the Agreement to replace the stricken
provision with a valid provision that comes as close as possible to the intent of the stricken
provision. The provisions of this section shall not prevent the entire Agreement from being void
should a provision which is the essence of the Agreement be determined to be void.
DD. LIABILITY
Page 23 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 13
Any person, firm or corporation party to this Agreement or Purchase Order shall be liable for all
damages incurred while in the performance of the Agreement. Vendor assumes full responsibility
for the terms contained herein and hereby releases, relinquishes, and discharges the City, its
officers, agents and employees from all claims, demands and causes of action of any nature
including the cost of defense thereof, for any injury to, including death of, any person whether
that person be a third party, supplier or an employee of either of the parties hereto, and any loss
of or damage to property, whether the same be that of either of the parties, caused by or alleged
to have been caused by, arising out of or in connection with the issuance of the Agreement or
Purchase Order to the Vendor and the negligence of the Vendor, whether or not said claims,
demands and causes of action in whole or in part are covered by insurance. Certificates of
insurance may be required for, but not limited to, Commercial General Liability, Business Auto
Liability, Workers Compensation and Professional Liability Insurance.
EE. LIENS
Vendor shall defend, indemnify and hold the City harmless from and against any and all liens and
encumbrances for all goods and equipment provided under this Agreement. At the City’s request,
the Vendor or its subcontractors shall provide a proper release of all liens or satisfactory evidence
of freedom from liens shall be delivered to the City.
FF. MANAGEMENT
Should there be a change in ownership or management, the Agreement may be canceled unless
a mutual Agreement is reached with the new owner to continue the Agreement with its present
terms, conditions and pricing. The Agreement is nontransferable by either party.
GG. NOTICES
Unless otherwise specified, all notices, requests or other communications required or
appropriate to be given under the Agreement shall be in writing and deemed delivered three (3)
business days after postmarked if sent by US Postal Service Certified or Registered Mail, Return
Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt
by the addressee. Routine communications may be made by first class mail, fax, or other
commercially accepted means. Notices to the Vendor shall be sent to the address specified in
the Vendor’s bid or at such other address as a party may notify the other in writing. Notices to
the City shall be addressed to: City of Georgetown, Purchasing Office, PO Box 409, Georgetown,
TX 78627 and marked to the attention of the Buyer.
HH. OVERCHARGES
Vendor hereby assigns to the City any and all claims for overcharges associated with this
Agreement which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq.,
and/or which arise under the antitrust laws of the State of Texas, Business and Commerce Code
Ann., Section 15.01, et seq.
II. PAYMENT TERMS
1. Tax Exempt Status:
The City is exempt from all federal excise, state and local taxes unless otherwise stated in this
document. The City claims exemption from all sales and/or use taxes under Texas Tax Code
§151.309, as amended. Texas Limited Sales Tax Exemption Certificates are furnished upon
Page 24 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 14
request. Vendor will not charge for such taxes. If billed, the City will not remit payment until
a corrected invoice is received.
2. Invoicing Requirements:
Unless otherwise specified, all invoices shall be submitted to City of Georgetown, Accounts
Payable, PO Box 409, Georgetown, TX 78627, and issued as required by the Purchase Order
or Agreement. Each invoice must reference the unique Purchase Order number, and include
the Vendor’s complete name and remit to address. If applicable, transportation and delivery
charges must be itemized on each invoice. A copy of the bill of lading and the freight waybill
must be submitted with the invoice if applicable.
3. Payments by Electronic Funds Transfer:
In an effort to expedite Vendor payments and improve efficiency by eliminating paper checks,
the City of Georgetown’s preferred method is to send payments electronically via Automated
Clearing House (ACH). If the Vendor would like to receive payments electronically, the Vendor
may request an ACH Form from Accounts Payable at AP@Georgetown.org.
4. Payment Terms:
All payments will be processed in accordance with Texas Prompt Payment Act, Texas
Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after
acceptance of goods, supplies, materials, equipment or the day of performance of services
was completed, or the day of receipt of a correct invoice for goods, supplies, materials,
equipment or services, whichever is later. The Vendor may charge a late fee (fee shall not be
greater than that permitted under the Texas Prompt Payment Act) for payments not made
in accordance with this prompt payment policy; however, the policy does not apply to
payments made by the City in the event: (a) there is a bona fide dispute between the City
and Vendor concerning the goods, supplies, materials, equipment delivered, or the services
performed, that causes the payment to be late; (b) the terms of a federal agreement, grant,
regulation or statute prevents the City from making a timely payment with Federal funds; (c)
there is a bona fide dispute between the Vendor and a subcontractor and its suppliers
concerning goods, supplies, material or equipment delivered, which caused the payment to
be late; or (d) the invoice is not mailed to the City in strict accordance with instructions on
the Purchase Order or Agreement, or other such contractual agreement.
5. Right To Audit:
The Vendor agrees that the representatives of the City shall have access to, and the rights to
audit, examine, or reproduce, any and all records of the Vendor related to the performance
under this Agreement. The Vendor shall retain all such records for a period of four (4) years
after final payment on this Agreement or until all audit and litigation matters that the City
has brought to the attention of the Vendor are resolved, whichever is longer. The Vendor
agrees to refund to the City any overpayments disclosed by any such audit.
6. Firm Pricing:
The price shall remain firm for the duration of the Purchase Order or Contract, or extension
periods. No separate line item charges shall be permitted for either bidding or invoice
Page 25 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 15
purposes, which shall include equipment rental, demurrage, fuel surcharges, delivery
charges, and costs associated with obtaining permits or any other extraneous charges.
Vendor further certifies that the prices in the bid have been arrived at independently without
consultation, communication, or agreement for the purpose of restricting competition, as to
any matter relating to such fees with any other firm or with any competitor.
7. Price Warranty:
The Vendor warrants the prices quoted are not materially higher than the Vendors current
prices on orders by others for like deliverables under similar terms of purchase. In addition
to any other remedy available, the City may deduct from any amounts owed to the Vendor,
or otherwise recover, any amounts paid for items materially in excess of the Vendor’s current
prices on orders by others for like deliverables under similar terms of purchase.
JJ. PERSONAL INTEREST
No officer, employee, independent consultant or elected official of the City who is involved in
the development, evaluation or decision-making process of this Solicitation shall have a financial
interest, direct or indirect, in the resulting Agreement. Any willful violation of this Paragraph shall
constitute impropriety in office, and any officer or employee guilty thereof shall be subject to
disciplinary action up to and including dismissal. In the event a member of the governing body
or an appointed board or commission of the City belongs to a cooperative association, the City
may purchase equipment or supplies for the association only if no member of the governing
body, board or commission will receive pecuniary benefit from the purchase, other than as
reflected as in increase in dividends distributed generally to members of the association. Any
violation of this provision with the knowledge, expressed or implied, by the Vendor shall render
the Agreement voidable by the City. Nevertheless, the City may obtain the equipment or service
if a conflict of interest affidavit is filed and the Council member recuses his/herself.
KK. PRIORITY OF DOCUMENTS
In the event there are inconsistencies between the general provisions and special (or other)
terms and conditions contained herein, the latter will take precedence.
LL. PROTEST PROCEDURES
1. Bidders are advised that protests of specifications, terms, conditions or any other aspect of
this solicitation, must be made prior to the bid due date. Protest of specifications and
solicitation terms and conditions made after the due date and time will not be considered by
the Buyer.
2. Protest of award must be made immediately, and in no event later than five (5) days after
the aggrieved party knows, or should have known, the facts giving rise thereto. All protests
must include the following information:
• The name, address and telephone number of the protestor.
• The signature of the protestor or protestor’s representative.
• The solicitation or contract number.
• A detailed statement of the legal and/or factual ground of the protest.
• The form of relief/result requested.
Page 26 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 16
Protests shall be emailed or mailed to the Purchasing Department, P.O. Box 409, Georgetown,
TX 78627, Attention: Buyer. Award will be made in the best interest of the City.
LL. PUBLIC INFORMATION
All Responses are subject to release as public information unless the Response or specific parts
of the Response can be shown to be exempt from the Texas Public Information Act. Respondents
are advised to consult with their legal counsel regarding disclosure issues and take the
appropriate precautions to safeguard trade secrets or any other proprietary information. The
City assumes no obligation or responsibility for asserting legal arguments on behalf of potential
Respondents.
If a Respondent believes that a Response or parts of a Response are confidential, then the
Respondent shall so specify. The Respondent shall stamp in bold red letters the term
"CONFIDENTIAL" on that part of the Response, which the Respondent believes to be confidential.
Vague and general claims as to confidentiality shall not be accepted. All Responses and parts of
Responses that are not marked as confidential will be automatically considered public
information.
MM. REIMBURSEMENTS
There is no expressed or implied obligation for the City of Georgetown to reimburse responding
firms for any expenses incurred in preparing bids in response to this Invitation to Bid and the City
will not reimburse responding firms for these expenses, nor will the City pay any subsequent
costs associated with the provision of additional information or presentation, or to procure a
contract for these goods or services.
NN. RESERVATIONS
The City reserves the right to request clarification or additional information specific to any
response after all Responses have been received and the Solicitation due date has passed.
Additionally, the City reserves the right to accept or reject all or part of any Response, waive any
formalities or technical inconsistencies, delete any requirement or specification from the
Solicitation, or terminate the Solicitation when deemed to be in City’s best interest.
OO. RESPONSES BECOME PROPERTY OF THE CITY:
Submissions received in response to a Solicitation become the sole property of the City.
PP. RIGHT TO ASSURANCES
In the event the City, in good faith, has reason to question the intent of the Vendor to perform,
the City may demand written assurances of the intent to perform. In the event no written
assurance is given within the time specified, the City may treat this failure as an anticipatory
repudiation of the Agreement.
QQ. SEVERABILITY
The invalidity or unenforceability of any provision herein shall not affect the validity or
enforceability of any other provision.
RR. SURVIVABILITY OF OBLIGATIONS
All provisions of the Agreement that impose continuing obligations on the parties, including but
not limited to the warranty, indemnity and confidentiality obligations of the parties, shall survive
the expiration or termination of the Agreement.
Page 27 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 17
SS. VENDOR’S OBLIGATION:
Vendor shall fully and timely provide all deliverables described in this Solicitation, Vendor’s bid
must be in strict accordance with the terms, covenants and conditions of the Agreement and all
applicable federal, state and local laws, rules and regulations.
TT. VENUE
This Agreement is made under and shall be governed by the laws of the State of Texas, including
when applicable, the UCC as adopted in Texas, VTCA, Business & Commerce Code, Chapter 1,
excluding any rule or principle that would refer to and apply the substantive law of another state
or jurisdiction. This Agreement is fully performable in Georgetown, Texas, and the venue for any
action related to this Agreement shall be Georgetown, Texas. All issues arising from this
Agreement shall be resolved in the courts of Williamson County, Texas and the parties agree to
submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not
be construed or interpreted to limit or restrict the right or the ability of the City to seek and
secure injunctive relief from any competent authority as contemplated herein and does not
waive the City’s defense of sovereign immunity.
UU. WAIVER
No claim or right arising out of a breach of the Agreement can be discharged in whole or in part
by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported
by consideration and is in writing signed by the aggrieved party. No waiver by either the Vendor
or the City of any one or more events of default by the other party shall operate as, or be
construed to be, a permanent waiver of any rights or obligations under the Agreement, or an
express or implied acceptance of any other existing or future default(s), whether of similar or
different character.
VV. WITHDRAWAL
Respondents may request withdrawal of a sealed bid prior to the scheduled bid opening time,
provided the request for withdrawal is submitted to Purchasing in writing.
WW. WITHDRAWAL by CITY
The City makes no guarantees or representations that any award will be made and reserves the
right to cancel this solicitation for any reason, including:
• Reject any and all bids received as a result of this ITB.
• Waive or decline to waive any informality and any irregularities in any bid or
responses received.
• Withhold the award of contract(s).
• Select Bidder(s) that provide the best value to the City.
• Terminate the ITB process.
Page 28 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 18
SPECIAL TERMS AND CONDITIONS
A. TERM OF AGREEMENT
1. Original Term:
The initial term of the agreement shall become effective from date of acceptance and
approval by the City of Georgetown and shall remain in full force and effect with firm fixed
prices through the following year.
2. Renewal Term:
Upon completion of the term of the original agreement and upon mutual agreement of both
parties, the original agreement may be renewed for up to four (4) additional one (1) year
periods. The renewal will be under the same terms and conditions as the original agreement;
provided, however, that the unit prices proposed under the original agreement may, by
mutual consent, be increased pursuant to any escalation/de-escalation provisions provided
herein. In the event a new agreement cannot be executed at the anniversary date of the
original term or any renewal term, the agreement may be renewed month-to-month until a
new agreement is executed.
B. ESCALATION/DE-ESCALATION
The unit prices of all goods are firm for the initial term of the original agreement. If the option
to renew for additional one-year term(s) is exercised by the City, the City may allow a unit price
adjustment at the time of renewal. The Vendor may request unit price adjustments when
correlated with the Consumer Price Index or Producer Price Index specified herein. The price
index shall be the specified index as published by the Bureau of Labor Statistics, Washington, DC
20212. The baseline index shall be the index announced for the month in which Bid opened. Unit
prices may be adjusted for each renewal period in accordance with the changes in the index. The
allowable percent change shall be calculated by subtracting the baseline index from the index
announced for the month in which the renewal option is exercised (or the most current month
published by the Bureau of Labor Statistics) and dividing the result by the baseline index. The
allowable percent change shall be rounded to the nearest one-hundredth of one percent and the
maximum unit price adjustments permitted will be no more than five (5)% increase per renewal
period; however, the City reserves the right to limit the unit price increases at any renewal period
or at the City’s discretion, approve an increase of more than five (5) % per renewal period. The
Vendor may offer price decreases in excess of the allowable percent change.
Vendor(s) are required to give thirty (30) days’ written notice requesting the increase. Increases
will be effective on the start date of the renewal term.
C. BID LITERATURE
Respondents must submit with their bid the latest printed literature and detailed specifications
on equipment or material the Bidder proposes to furnish. Any catalog, brand name, or
manufacturer's reference used is considered to be descriptive-not restrictive and is indicative of
the type and quality the City desires to purchase.
Page 29 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 19
D. COMMODITIES/EQUIPMENT
1. Material Safety Data Sheets:
Under the “Hazardous Communication Act,” commonly known as the “Texas Right to Know
Act,” a Vendor must provide to the City WITH EACH DELIVERY Material Safety Data Sheets,
which are applicable to hazardous substances as defined in the Act.
2. Assembly:
Goods or equipment provided under this Agreement shall be completely assembled,
adjusted, and all equipment including standard and supplemental equipment installed, and
made ready for continuous operation unless otherwise specified in bid document.
3. Goods:
Goods furnished shall be the latest improved model in current production, as offered to
commercial trade, and shall be of quality workmanship and material. The Vendor represents
that all goods and equipment offered shall be new. Unless otherwise specified, used,
shopworn, demonstrator, prototype or discontinued models are not acceptable.
4. Packaging Of Deliverables:
Vendor must package deliverables in accordance with good commercial practice and shall
include a packing list showing the description of each item, the quantity and the unit price.
Unless otherwise provided in writing by the City, each shipping container shall be clearly and
permanently marked with the Vendor’s name and address, and the City’s name, address and
Purchase Order number. Vendor shall bear all costs of packaging. Deliverables must be
suitably packed to secure lowest transportation cost, conform with requirements of common
carriers and ensure safe delivery. The City’s count or weight shall be final and conclusive on
shipments not accompanied by packing lists.
5. Warranty:
The goods or equipment specified shall be warranted against defects in material or
workmanship for a period of not less than twelve (12) months from date of acceptance by
the City. If the manufacturer’s warranty exceeds twelve (12) months, then the
manufacturer’s warranty shall be in effect. Vendor shall furnish a copy of the manufacturer’s
warranty at the time of delivery.
6. No Limitation of Manufacturers’ Warranties:
Vendor may not limit, exclude or disclaim any warranty provided by manufacturer.
7. Special Tools and Equipment:
If the price stated in the Offer includes the cost of any special tooling or special test
equipment fabricated or required by the Vendor to fulfill the Agreement, such special tooling
and/or equipment and all process sheets associated thereto shall become the property of
the City and shall be identified by the Vendor as such.
E. DELIVERY
1. Delivery Terms, Transportation Charges, FOB:
Deliverables shall be shipped FOB point of delivery unless otherwise specified on the
Purchase Order or in the Solicitation. The Vendor’s price shall be deemed to include all
delivery and transportation charges. The City shall have the right to designate what method
of transportation shall be used to ship deliverables. The place of delivery shall be specified
in the Purchase Order.
Page 30 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 20
2. No Substitutions or Cancellations:
Unless specifically permitted in writing by the City, no substitutions or cancellations shall be
acceptable.
3. Notice of Delay in Delivery:
If a delay in delivery is anticipated, Vendor shall give written notice to the City. The City has
the right to extend the delivery time/service date, or to cancel the Purchase Order or
Agreement. Vendor shall keep the City advised at all times of the status of the order. Default
in promised delivery or failure to meet specifications authorizes the City to procure the goods
or equipment from an alternate source and charge the full increase, if any, in cost and
handling to defaulting Vendor. Default on delivery may result in legal action and recourse.
4. Delivery Location, Hours, Days, Holidays:
Unless otherwise specified, all deliveries must be made between the hours of 7AM and 2PM
(CST), Monday through Friday except regularly observed state and federal holidays (see
http://georgetown.org/contact-us/holiday-schedule/ for schedule). Receipt of goods or
materials does not signify acceptance. If goods are delivered to the incorrect location,
Vendor is responsible for all expenses associated delivering items to their correct destination.
5. No Shipment Under Reservation:
Vendor is not authorized to ship deliverables under reservation and no tender of bill of lading
will operate as a tender of deliverables.
6. Title/Risk of Loss:
Title to and risk of loss of the deliverables shall pass to the City only when the City actually
receives and accepts the deliverables (no delivery, no sale).
7. Right of Inspection and Rejection:
The City expressly reserves all rights under law, including but not limited to, the Uniform
Commercial Code, to inspect the deliverables at delivery or at a reasonable time subsequent
to delivery, and to reject defective or non-conforming deliverables. The Vendor will be
notified if the goods or services are not in compliance with the required specifications. If any
goods or services are rejected as non-compliant, the required goods or services may be
procured from an alternate source, and the Vendor may be charged the full increase in cost,
if any. If the City has the right to inspect the Vendor’s or the Vendor’s subcontractors
facilities, or the deliverables at the Vendor’s or the Vendor’s subcontractors premises, the
Vendor shall furnish or shall cause to be furnished without additional charge all reasonable
facilities and assistance to the City to facilitate such inspection.
8. Acceptance Of Incomplete Or Non-Conforming Goods:
If, instead of requiring immediate correction or removal and replacement of defective or non-
conforming deliverables, the City prefers to accept such deliverables, the City may do so. The
Vendor shall pay all claims, losses and damages attributable to the City’s evaluation of and
determination to accept such defective or non-conforming deliverables. If any such
acceptance occurs prior to final payment, the City may deduct such amounts as are necessary
to compensate the City for the diminished value of the defective or non-conforming
deliverables. If discovery that the deliverables are defective or non-conforming occurs after
final payment, Vendor may be required to refund such amounts to the City.
F. REGULATIONS and STANDARDS
Page 31 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 21
The goods or equipment provided shall meet or exceed all Federal and State of Texas safety,
health, lighting, and noise regulations and standards in effect and applicable to equipment
furnished at the time of manufacture.
G. SAMPLES
Samples of items shall be furnished, if requested by the City, without charge, and if not
destroyed, shall upon request be returned at the bidder’s expense.
H. VENDORS SALES TERRITORY
City waives any responsibility or liability for Respondents bidding products "outside" their
authorized territory by manufacturer or product line. Any Respondent bidding outside an
approved manufacturer line does so at his own risk and discretion. Respondents shall comply
with all sales terms according to the original bid and Purchase Order regardless of claim or
dispute with product line representatives.
I. WORKMANSHIP
All parts not specifically mentioned which are necessary for the unit to be complete and ready
for operation or which are normally furnished as standard equipment shall be furnished by the
successful bidder. All parts shall conform in strength, quality, and workmanship to the accepted
standards of the industry.
Page 32 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 22
TECHNICAL SPECIFICATIONS
A. BRAND NAMES
Whenever in this invitation, any particular materials, process and/or equipment are indicated or
specified by patent, proprietary or brand name, or by name of manufacture, such wording will
be deemed to be used for the purpose of facilitating description of the material, process and/or
equipment desired and will be deemed to be followed by the words “or equal.”
B. SCOPE
The City of Georgetown requests qualified bidders to provide all chemicals, equipment,
materials and labor necessary to supply and deliver various water and waste-water treatment
chemicals on an as needed basis, for treatment at various locations throughout the City.
Successful Bidder shall:
Provide a monitored 24-hour seven (7) days per week telephone number(s) for
water/wastewater chemical order placement and delivery on an emergency basis. Next day
delivery of chemicals on an emergency basis shall be required.
C. BACKGROUND
The City of Georgetown, Texas has a total of three (3) surface water treatment plants and one
(1) ground water treatment plant with a combined treatment capacity of approximately 38
million gallons per day (“MGD”). There are also five (5) waste-water treatment facilities with
a combined treatment capacity of approximately seven (7) MGD. Additionally, the City
operates three (3) relevant water pump stations.
The Water Services Department is responsible for the overall management, and support of
Water Distribution Operations, Wastewater Collection Operations, Irrigation Operations, Water
Treatment Plant Operations and Wastewater Treatment Plant Operations. Department
activities include strategic planning and management for the water services utility, including
contract negotiation and management for utility contracts. Additional activities include utility
budgeting, capital improvement planning and project management.
The City is currently utilizing the following chemicals for treatment:
Water
1. Aluminum Sulfate 48%
2. * CLARIFLOC C-9545
3. Sodium Hypochlorite 12.5%
4. Liquid Ammonia Sulfate 10%
5. Sodium Permanganate 40%
6. Chlorine Gas (150 lb. cylinders)
7. * Aqualum 3012
Page 33 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 23
Waste-water:
1. Aluminum Sulfate 48%
2. Sodium Hypochlorite 12.5%
3. * CLARIFLOC C-6266 (450 lb. drums)
4. * CLARIFLOC C-6286 (450 lb. drums)
5. Sodium Bisulfite
* Note: Brand names are for the purpose of describing the standard of quality, performance and characteristics
desired, and are not intended to limit competition. Bids are encouraged for “equal” items. (See Section F)
D. QUANTITIES
Estimated yearly quantities are based upon the best information available to the City at this
time. Due to variability in treatment plant processes, actual quantities required during contract
period may be more or less than estimated. The City’s estimated quantities do not represent
any guarantees.
E. BIDDER RESPONSIBILITIES
Successful Bidder shall:
• Supply, upload, deliver and unload chemical products in accordance with, but not be
limited to EPA, OSHA and FDA guidelines and shall comply with all federal, state and
local code requirements to include obtaining permits required for providing and
delivering the goods as specified herein;
• Conduct background checks and verify employment eligibility on all staff that will have
access to City property in accordance with the state and federal laws;
• Provide all equipment, tools, materials, supervision, labor, administration to ensure
prompt delivery of chemicals ordered as specified herein.
E. CITY OF GEORGETOWN RESPONSIBILITIES
The City of Georgetown shall:
• Issue orders for chemical deliveries with all relevant information to include delivery date,
delivery location, purchase order number and receive all materials in accordance with City
policy;
• Provide all pertinent information with regard to delivery conditions for each location
during the post-award meeting;
• Coordinate work rules and procedures at post award meeting to ensure protection of
Bidder’s and City’s employees.
F. PRODUCT SPECIFICATIONS
Page 34 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 24
• Products delivered and used for water and waste-water treatment and the delivery of
said chemicals shall comply with all local health codes, USDA, FDA and applicable
standards of insurance companies, federal government, state government, local
government, municipalities and other regulating authorities. This statement includes
environmental protection agency (EPA) and the U.S. Public Health Service. Products or
services that have a lesser or reduced effect on human health and the environment
when compared with competing products and services that serve the same purpose.
This comparison may consider raw materials acquisition, product, manufacturing,
packaging, distribution, reuse, operation, maintenance, or disposal of the product or
service
• All chemicals specified shall:
a. Meet with the intended use, critical requirements, and delivery specifications
outlined herein;
b. Be delivered to one of the following locations:
i. Lake Georgetown Surface Water Treatment Plant ii. Park Water Treatment Plant iii. South Side Water Treatment Plant iv. Domel Ground Water Treatment Plant v. Dove Springs Waste-water Treatment Plant vi. Pecan Branch Waste-water Treatment Plant vii. San Gabriel Waste-water Treatment Plant viii. Cimarron Hills Waste-water Treatment Plant ix. Berry Creek Waste-water Treatment Plant x. Stonewall Pump Station Post Chlorination xi. Pastor Pump Station Post Chlorination xii. Hoover Pump Station Post Chlorination
All treatment plants are located within City limits excepting areas conducting
system post chlorination. Physical address and any special delivery difficulties or
requirements shall be provided at post-award meeting.
• Brand name
Brand names are for the purpose of describing the standard of quality, performance,
and characteristics desired, and are not intended to limit competition. Bids received for
items of like nature and quality are encouraged, will be considered, and shall be clearly
identified as “equivalent” in the required bid line. Specification sheets shall accompany
the submitted bid for all chemicals. The City reserves exclusive right to determine
product equivalency.
• Chemicals
The chemicals shall be certified as suitable by an accredited certification organization
in accordance with NSF/ANSI Standard 60 or 61. Specification sheets for each chemical
shall be submitted with bid. The chemicals the City is seeking bids for are as follows:
a. Aluminum Sulfate 48% b. Chlorine Gas (150 lb. cylinders) c. CLARIFLOC C-9545 – Or approved equivalent d. CLARIFLOC C-6266 (450 lb. drums) – Or approved equivalent e. CLARIFLOC C-6286 (450 lb. drums) – Or approved equivalent
Page 35 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 25
f. Liquid Ammonia Sulfate 10% g. Aqualum 3012- Or approved equivalent h. Sodium Bisulfite i. Sodium Hypochlorite 12.5%
j. Sodium Permanganate 40%
• Chemical Samples/Testing
The City will perform, or may request from successful bidder, routine sampling and
testing of chemical deliveries to verify conformance with the specifications.
Verification testing will be performed at the City’s cost. The City reserves the right to
have the Successful Bidder, at their own expense, remove and replace any chemical
that does not need the specifications. The City reserves the right to request samples
for testing to ensure compliance with the specifications prior to award.
G. DELIVERY SERVICES
Some City owned equipment shall be available for offloading (e.g. hand truck). The use of
a lift may be required for offloading at Pecan Branch Waste-water Treatment Plant and
Dove Springs Waste-water Treatment Plant locations.
The City’s security requirements shall be discussed at the post-award meeting between the
City and Successful Bidder.
Successful Bidder shall:
i. Set delivery appointments Monday through Friday between 7:00 AM and 2:00 PM.
Deliveries will not be accepted on weekends or holidays outside of the stated time
period except by prior agreement from the City’s designated representative;
ii. Deliver all placed orders within four (4) working days.
iii. Pick up empty containers from each site when delivering plant chemicals;
iv. Provide a delivery vehicle that has maximum clearance of 11 ft. 7 in. and be suitable
for off- loading by a City supplied overhead hoist;
v. Provide a delivery vehicle that must be equipped with air for offloading of chemical(s)
if required;
vi. Deliver chemicals in a clean and easily identified vehicle, and be in a clean, properly
identified container;
vii. Ensure that deliveries are accompanied by a packing/delivery slip indicating the City’s
Purchase Order number, a description and quantity of the goods and Successful
Bidder’s company name;
viii. Provide Material Safety Data Sheets (MSDS): Under the “Hazardous Communication
Act,” commonly known as the “Texas Right to Know Act,” a Vendor must provide to
the City WITH EACH DELIVERY Material Safety Data Sheets, which are applicable to
hazardous substances as defined in the Act;
ix. Deliver each chemical ordered, as specified by order placement.
x. Ensure that split loads will not come at any additional charge to the City.
Page 36 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 26
Additional services may be requested on an as needed basis, or added as a part of routine
services, at the City’s option. Additionally, the City may elect to increase or decrease
number of locations, amount of goods ordered and frequency of delivery service when
necessary.
QUOTATION FORM
A. DELIVERY REQUIREMENTS
Respondent will show exact cost to deliver. Response must show the number of days required
to deliver items or provide services to the City’s designated location under normal conditions.
Unrealistically short or long delivery promises may cause Response to be disregarded. Failure to
state delivery time obligates Respondent to complete delivery in 14 calendar days.
FOB: GEORGETOWN, TX
DELIVERY DATE:__________________ (calendar days)
B. DISCOUNTS
Cash discounts will not be considered in determining award; all cash discounts offered will be
taken if earned. Respondent will list and deduct all discounts not based on early payment from
prices quoted.
C. QUANTITIES
Quantities indicated below are estimated based upon the best available information. The City
reserves the right to increase or decrease the quantities by any amount deemed necessary to
meet its needs without any adjustments in the unit prices bid.
D. QUOTATION
All Responses must be submitted through the City’s E-Bidding system.
Bid Form and all lines are posted on the City of Georgetown’s bidding website at:
https://gtowntx.ionwave.net/CurrentSourcingEvents.aspx
1. In order to be considered responsive all bid line items must be completed and submitted by
an authorized representative and by the deadline for submission of response indicated in
Notice to Bidder section D – Schedule of Events.
2. The Bidder, by submitting a response, acknowledges that he/she has received and read the
entire document packet sections defined above including all documents incorporated by
reference, and agrees to be bound by the terms therein.
E. UNIT PRICES
Prices should be itemized. Unit prices shall be set to no more than four (4) decimal places. The
City reserves the right to award by item or by total bid. If there are discrepancies between unit
prices and extension, the unit price will prevail.
F. VALIDITY OF PRICING
Page 37 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 27
Pricing will be considered firm for acceptance for a minimum of 60 days after the due date unless
otherwise specified in the Solicitation. The validity period may be extended beyond that date on
agreement of parties.
G. EXHIBITS
The following exhibits shall become part of this solicitation and any resulting purchase order or
contract:
1. Exhibit 1 – Chemicals List
2. Exhibit 2 – Physical address for each location
Page 38 of 80
Page 39 of 80
Page 40 of 80
Page 41 of 80
Page 42 of 80
Page 43 of 80
Page 44 of 80
Page 45 of 80
Exceptions
AA. Interlocal Agreement Exception-
DPC Industries, Inc. does not participate in or give consent to Interlocal Agreements and
respectfully rejects the Interlocal Agreement Clause in this bid. The prices we have quoted in
this bid are exclusive to the City of Georgetown.
Page 46 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 31
EXHIBIT 1
Chemicals
Estimated Annual Quantities
Chemical Name Tank
Capacity
Delivery
Method
Estimated
Annual
Chemical
Usage
Average Order
Quantity
Average #
of Orders
/ year
Lake Georgetown Surface Water Treatment Plant
Sodium Hypochlorite 12.5%
12,000
gallons Bulk
275,000
gallons 4,800 gallons 57
Aqualum 3012
(or approved equivalent) 1,400 gallons Bulk 9,000 gallons 1,000 gallons 9
Aluminum Sulfate 48%
12,000
gallons Bulk
215,000
gallons 4,300 gallons 50
Liquid Ammonia Sulfate 10% 4,800 gallons Bulk
70,000
gallons 4,800 gallons 14
Sodium Permanganate 40% N/A
55-gallon
drums 50 drums 4 drums 12
CLARIFLOC C-9545
(or approved equivalent) N/A
450 lb.
drums 12 drums 4 drums 3
Park Water Treatment Plant
Liquid Ammonia Sulfate 10% 5,000 gallons Bulk
18,000
gallons 3,000 gallons 6 split
Sodium Hypochlorite 12.5% 6,500 gallons Bulk
75,000
gallons 4,800 gallons 16
Aluminum Sulfate 48%
12,000
gallons Bulk 5,000 gallons 4,300 gallons 1
South Side Water Treatment Plant
Liquid Ammonia Sulfate 10% 5,000 gallons Bulk
12,000
gallons 2,000 gallons 6 split
Sodium Hypochlorite 12.5% 2,200 gallons Bulk
36,000
gallons 2,000 gallons 18
Domel Ground Water Treatment Plant
Sodium Hypochlorite 12.5% 2,250 gallons Bulk
20,000
gallons 1,500 gallons 4
Liquid Ammonia Sulfate 10% 500 gallons Bulk 5,000 gallons 250 gallons 20
Dove Springs Waste-water Treatment Plant
Page 47 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 32
CLARIFLOC C-6266
(or approved equivalent) N/A
450 lb.
drums 32 drums 4 drums 8
Pecan Branch Waste-water Treatment Plant
Sodium Hypochlorite 12.5%
500 - 1,000
gallons Bulk 2,400 gallons 500 gallons 5
Aluminum Sulfate 48% 8,000 gallons Bulk
97,200
gallons 4,500 gallons 22
CLARIFLOC C-6286
(or approved equivalent) N/A
450 lb.
drums 32 drums 4 drums 8
San Gabriel Waste-water Treatment Plant
Sodium Hypochlorite 12.5%
2,000-3,000
gallons Bulk
57,600
gallons 4,800 gallons 12
Sodium Bisulfite
200-750
gallons Bulk 7,800 gallons 1,300 gallons 6
CLARIFLOC C-6286
(or approved equivalent) N/A
450 lb.
drums 32 drums 4 drums 8
Cimarron Hills Waste-water Treatment Plant
Sodium Hypochlorite 12.5% 300 gallons Bulk 3,650 gallons 300 gallons 12
Berry Creek Waste-water Treatment Plant
Sodium Hypochlorite 12.5% 700 gallons Bulk 5,500 gallons 500 gallons 11
Stonewall Pump Station Post Chlorination
Chlorine Gas N/A
150 lb.
cylinders 48 cylinders 4 cylinders 12
Pastor Pump Station Post Chlorination
Chlorine Gas N/A
150 lb.
cylinders 48 cylinders 4 cylinders 12
Hoover Pump Station Post Chlorination
Chlorine Gas N/A
150 lb.
cylinders 48 cylinders 4 cylinders 12
Page 48 of 80
ITB No. 202205
Contract No. 22-0068-GC DPC Ind for Sodium Hypochlorite 12.5%
Water and Waste-Water Treatment Chemicals pg. 33
EXHIBIT 2
Physical Addresses for each location:
Lake Georgetown Surface Water Treatment Plant
3601 DB Wood Road
Georgetown, Texas 78628
Park Water Treatment Plant
301 WL Walden Drive
Georgetown, Texas 78626
South Side Water Treatment Plant
2706 S. Austin Avenue
Georgetown, Texas 78626
Domel Ground Water Treatment Plant
550 Market Street
Georgetown, Texas 78626
Dove Springs Waste-water Treatment Plant
400 Rock Dove Lane
Georgetown, Texas 78626
Pecan Branch Waste-water Treatment Plant
3502 FM 971
Georgetown, Texas 78626
San Gabriel Waste-water Treatment Plant
1107 North College
Georgetown, Texas 78626
Cimarron Hills Waste-water Treatment Plant
213 Birdstone Lane
Georgetown, Texas 78628
Berry Creek Waste-water Treatment Plant
30002 Briarcrest Drive
Georgetown, Texas 78628
Stonewall Pump Station Post Chlorination
223 Drystone Trail
Georgetown, Texas 78642
Pastor Pump Station Post Chlorination
1716 W. University Avenue
Georgetown, Texas 78628
Hoover Pump Station Post Chlorination
2675 CR 223
Georgetown, Texas 76527
Page 49 of 80
202205 Addendum 2
DPC Industries, Inc.
Supplier Response
Event Information
Number:202205 Addendum 2
Title:Water and Wastewater Treatment Chemicals
Type:Invitation to Bid
Issue Date:2/17/2022
Deadline:3/4/2022 03:00 PM (CT)
Notes:PLEASE SEE ADDENDUM NO.2
The City of Georgetown is soliciting bids for Water and Waste-water
Treatment Chemicals with the following definitions, term and
conditions of bidding. Upon City’s acceptance of a Bid and issuance
of a Purchase Order or Notice to Proceed, this Invitation to Bid shall
be incorporated into the agreement between the Parties.
Bids must be electronically submitted through the City E-bid system
accessible via City’s web site
at https://gtowntx.ionwave.net/CurrentSourcingEvents.aspx on or
before March, 4, 2022 at 3:00 PM and immediately thereafter
publicly opened and read aloud.
Questions regarding use of the E-bid System may be directed
by email to: conner.mcgowan@georgetown.org
The public opening will be held virtually. This is accessible
using the link and call in information provided below:
Microsoft Teams meeting
Page 1 of 6 pages Vendor: DPC Industries, Inc.202205 Addendum 2Page 50 of 80
Join on your computer or mobile app
Click here to join the meeting
Or call in (audio only)
+1 512-672-8405,,331638622# United States, Austin
Phone Conference ID: 331 638 622#
Contact Information
Contact:Conner McGowan
Address:Purchasing
GMC
300-1 Industrial Avenue
Georgetown, TX 78626
Email:conner.mcgowan@georgetown.org
Page 2 of 6 pages Vendor: DPC Industries, Inc.202205 Addendum 2Page 51 of 80
DPC Industries, Inc. Information
Address:601 W Industrial Blvd.
Cleburne, TX 76033
Phone:(800) 437-3088
Fax:(817) 641-4799
Web Address:www.dxgroup.com
The Bidder/Proposer affirms that they are duly authorized to submit this Bid/Proposal, that this Bid/Proposal has not been
prepared in collusion with any other Bidder/Proposer, and that the contents of this Bid/Proposal have not been
communicated to any other Bidder/Proposer prior to the official opening. Further, Bidder/Proposer certifies that it: i) does
not boycott Israel; ii) will not boycott Israel during the term of the Agreement; and iii) is not engaged in business with Iran,
Sudan, or a foreign terrorist organization.
Linda Lisby llisby@dxgroup.com
Signature Email
Submitted at 3/3/2022 4:03:17 PM
Requested Attachments
Reference Form BEST VALUE REFERENCE FORM.pdf
Best Value Reference Form
Response Attachments
Certification and Acknowledgment.pdf
Certification and Acknowledgment
Certification Required By Texas Government Code.pdf
Certification Required By Texas Government Code
1295.pdf
1295
CIQ.pdf
CIQ
W-9.pdf
W-9
Exceptions.pdf
Exceptions
Bid Attributes
1 Certification and Acknowledgement
I have acknowledged and signed the Certification and Acknowledgement form.
I agree. (I agree.)
2 Bidder Reference
bidder has provided a minimum of three references.
I agree. (I agree.)
Page 3 of 6 pages Vendor: DPC Industries, Inc.202205 Addendum 2Page 52 of 80
3 Certification Required by Texas Government Code
I have acknowledged and signed Certification Required by TGC.
I agree. (I agree.)
4 Experience
Number of years’ experience in providing water and wastewater treatment chemicals
76
5 Business History
Number of organizations/businesses provided for:
10
6 Types of Business History
Please describe the types of organizations/businesses you have provided for.
We provide water treatment chemicals to municipal, governmental and industrial businesses.
7 History with City of Georgetown
Please provide the number of years the Company has done business with the City of Georgetown if applicable.
No response
8 Physical Location
List your business's location/proximity to the City of Georgetown.
Cleburne, TX
9 Addendum Acknowledgment
I have received and reviewed Addendum No. 1 and 2
I agree. (I agree.)
Bid Lines
1 Aluminum Sulfate 48%
Quantity:1 UOM:gallon No Bid
Item Notes:Estimated Annual Quantity - 317,200 gallons
Refer to Exhibit 1 in Bid Document
2 Aqualum 3012
(or approved equivalent)
Quantity:1 UOM:gallon No Bid
Item Notes:Estimated Annual Quantity - 9,000 gallons
Refer to Exhibit 1 in Bid Document
Page 4 of 6 pages Vendor: DPC Industries, Inc.202205 Addendum 2Page 53 of 80
3 Chlorine Gas
Quantity:1 UOM:cylinder Price:$250.00 Total:$250.00
Item Notes:Estimated Annual Quantity -144 cylinders
Refer to Exhibit 1 in Bid Document
Supplier Notes:Extended price for 144 cylinders = $36,000
4 CLARIFLOC C-6266
(or approved equivalent)
Current Delivery Method 450 lb drums
Quantity:1 UOM:pound No Bid
Item Notes:Estimated Annual Quantity - 14,400 lbs (QTY 32 450lb drums)
Refer to Exhibit 1 in Bid Document
5 CLARIFLOC C-6286
(or approved equivalent)
Current delivery method: 450 lb drums
Quantity:1 UOM:pound No Bid
Item Notes:Estimated Annual Quantity - 28,800 pounds (QTY 64 450lb drums)
Refer to Exhibit 1 in Bid Document
6 CLARIFLOC C-9545
(or approved equivalent)
Current delivery method: 450 lb drums
Quantity:1 UOM:pound No Bid
Item Notes:
Estimated Annual Quantity - 5,400 pounds (QTY 12 450lb drums)
Refer to Exhibit 1 in Bid Document
7 Liquid Ammonia Sulfate 10%
Quantity:1 UOM:gallon No Bid
Item Notes:
Estimated Annual Quantity - 105,000 gallons
Refer to Exhibit 1 in Bid Document
Page 5 of 6 pages Vendor: DPC Industries, Inc.202205 Addendum 2Page 54 of 80
8
Sodium Bisulfite
Quantity:1 UOM:gallon No Bid
Item Notes:
Estimated Annual Quantity - 7,800 gallons
Refer to Exhibit 1 in Bid Document
9 Sodium Hypochlorite 12.5%
Quantity:1 UOM:gallon Price:$2.75 Total:$2.75
Item Notes:
Estimated Annual Quantity - 475,150 gallons
Refer to Exhibit 1 in Bid Document
Supplier Notes:Extended price for 475,150 gallons = $1,306,662.50
1
0
Sodium Permanganate 40%
Delivery method: 55 gallon drum
Quantity:1 UOM:drum No Bid
Item Notes:
Estimated Annual Quantity - 2,750 gallons (QTY 50 55 gallon drums)
Refer to Exhibit 1 in Bid Document
Response Total: $252.75
Page 6 of 6 pages Vendor: DPC Industries, Inc.202205 Addendum 2Page 55 of 80
Page 56 of 80
City of Georgetown, Texas
Water Utility Board
April 14, 2022
S UB J E C T:
C onsideration and pos s ible rec ommendation to purc hase (3) three 125hp Hydromatic S ubmersible P umps
to replace existing submers ibles loc ated at S mith Branc h Lift S tation, from Aus tin Armature Works, LP, of
Buda, Texas , in the amount of $169,260.00. -- Isaac C onde, Water S ervices Tec h S pecialist/C hels ea
S olomon, Direc tor of Water Utilities
IT E M S UMMARY:
Approval will allow Water S ervice to replace out of date s ubmersibles to an updated model with available
parts for any future repair.
• Existing pumps loc ated at S mith Branc h LS have were installed in 1993.
• S inc e 2013 each submers ible has been sent for repair twelve times for various repairs .
• R epairs per pump average $7,500.00. Average amount s pent on repairs- $270,000.00.
• P arts for exis ting s ubmersibles are now obs olete.
Vendor
Aus tin Armature Works, LP
Buy-Board C ontract# 589-19
o Hydromatic S ubmers ible P ump x 3
Model S 8L 12500M4-4, 125hp, 460v, 3 phas e, 1750 rpm
S TAF F R E C O MME N D AT IO N:
S taff recommends approval of the purchas e of (3) three 125hp Hydromatic S ubmersible P umps to replace
existing submers ibles loc ated at S mith Branc h Lift S tation, from Aus tin Armature Works, LP, of Buda,
Texas , in the amount of $169,260.00.
F IN AN C IAL IMPAC T:
F unds shall be pulled from:
• P R J000057 Lift S tation Upgrades
o Hydromatic S ubmersible - $59,420.00 per pump
Total C ost- $169,260.00
S UB MIT T E D B Y:
Isaac C onde, Water S ervices Tec h S pecialist/skm
AT TAC H ME N T S:
Description Type
SMITH BRANCH PUMPS Quote Aus tin Armature Works Backup Material
Page 57 of 80
Product ID Qty Description Sales Price Total
Quote
Ship To:Quote To:
BESTWAY Net 30
Quoted ByTermsShip Via Customer RFQ
Contact
3/18/2022 NSQ17930000623
Customer Number Quote Date Quote Number
CITY OF GEORGETOWN
Attn: ACCTS PAYABLE
PO BOX 409
GEORGETOWN, TX 78627-0409
(512) 930-3679 x
Charles Moore Jr
%"$!+%%)#%#)"*%!)-#-!%%')!-')!1
Customer PO
GEORGETOWN CITY OF
Municipal Complex
300-1 Industrial Ave
GEORGETOWN, TX 78626
FOB
51444-020-7 3 Hydromatic Submersible Pump S8L12500M4-4,
125HP/460/3/1750rpm
169,260.0056,420.00
7-10wk lead time
Freight 1 Prepaid and Add to Invoice 0.000.00
169,260.00
0.0000%
169,260.00
0.00
0.00
Subtotal:
Sales Tax 1:
Freight:
Total:
0.00Other:
0.0000%0.00Sales Tax 2:
SIGNATURE:DATE:
PO# ( IF NOT ALREADY ISSUED ):
Due to the Volitilty of the Current Market Quotes are only Valid for 15
days until further notice.
Buy Board# 589-19
Smith Branch Lift Station
Page 58 of 80
City of Georgetown, Texas
Water Utility Board
April 14, 2022
S UB J E C T:
C onsideration and pos s ible rec ommendation to approve the G enerator Maintenance agreement with Holt
C AT /Holt P ower S ystems , of S an Antonio, Texas, to perform Level three (3) service on all twenty-nine
(29) utility owned generators , for an estimated cost of $75,530.52. -- C hels ea S olomon, P E- Water Utilities
Director
IT E M S UMMARY:
Upon approval, the C ity of G eorgetown and Holt C AT will join a s ervic e agreement for Level three (3)
s ervic e to twenty-nine (29) generators owned by the water utility. T hes e generators are generally located at
wastewater Treatment fac ilities, was tewater lift s tations, and portable stand-by generators . T hes e generators
need to get on a routine testing and maintenanc e sc hedule to help extend their useful life and to diagnos e
concerns in advanc e of need. T hese generators were used heavily during the winter storm and routine
annual maintenance by a generator service company is rec ommended.
In the previous years twelve (12) s elect generators were serviced on an as needed basis but were not put on
a routine sc hedule. T his agreement will allow a higher level of preventative maintenanc e to our generators
and ensure repairs are identified and remediation in a timely manner. G enerators will receive the 3 year
s ervic e level due to lac k of prior maintenance. T hese generators were taxed heavily during the winter s torm,
many have been in the sys tem for 10+ years . T his will get the maintenanc e bac k on trac k, so we can get
into a more routine maintenanc e sc hedule.
S TAF F R E C O MME N D AT IO N:
S taff recommends approval of the G enerator Maintenance agreement with Holt C AT /Holt P ower S ystems ,
of S an Antonio, Texas, to perform Level three (3) service on all twenty-nine (29) utility owned generators,
for an estimated cost of $75,530.52.
F IN AN C IAL IMPAC T:
T he Utility requested bids from three companies spec ialized in generator maintenanc e, Holt C AT was the
low bid. F unding will be split between Was tewater O perations, P lant O perations, Water
O perations . T here are available funds for generator maintenance.
S UB MIT T E D B Y:
C helsea S olomon, P E, Water Utility Director/skm
AT TAC H ME N T S:
Description Type
Task Lis t/Bid Request for Generators Backup Material
Holt Bid Backup Material
Stewart Stevenson Bid Backup Material
Aus tin Gen. Bid Backup Material
Page 59 of 80
DETAILED DESCRIPTION OF SERVICE LEVEL
“City of Georgetown is requesting a bid for Level 3 services for a total of
29 generators throughout the system.”
Scheduled Maintenance LEVEL 1 - Recommended Quarterly:
GENERAL
• Visual Inspection - Visual inspection of overall condition of unit to identify foreign objects, loose
or broken fittings, guards, and components.
•Wipe off unit - Clean oil, coolant, fuel, and acid deposits. Police generator area.
COOLING SYSTEM
•Radiator/Heat Exchanger - Visual inspection for leaks, damage, and debris. Check louver
operation.
•Coolant - Visual inspection for correct level and condition of coolant (rust, oil, and
contaminants). Check coolant conditioner concentration and temperature protection. Check filler
cap gasket and sealing surface. Replace filler cap as required at additional cost.
•Hoses and Connections - Visual inspection of all hoses for deterioration. Check tightness of
connections.
•Fan Drive Pulley and Fan - Check for loose or worn pulleys. Check fan operation and
clearance.
•Fan Belts - Inspect for wear or deterioration. Check tension and adjust as necessary.
•Jacket Water Heater - Inspect for proper operation. Record engine temperature prior to
starting unit.
•Water Pump - Visual and operational inspection for leaks or unusual noises.
FUEL SYSTEM – LIQUID (DIESEL/GASOLINE)
•Fuel Tank - Visually inspect fuel tank system for leaks and fuel level (Natural gas and LP as
well). Test day tank pump for proper operation.
•Water Trap/Separator - Drain water from fuel tank if possible or water separator if applicable.
•Fuel Lines and Connections - Inspect for leaks and check line brackets mounting (Natural gas
and LP as well).
Page 60 of 80
•Governor and Controls - Inspect governor oil level. Inspect controls and linkage for proper
operation. Add oil as necessary.
•Fuel Filters (Primary/Secondary) - Inspect for damage, leaks, and proper operation.
•Fuel Pressure- Record if available.
AIR INDUCTION AND EXHAUST SYSTEM
•Air Filter Service Indicator - Record reading. Inspect for proper operation. Reset indicator.
•Air Filter - Inspect. Clean, as necessary. Replace as required at additional cost.
•Air Inlet System - Inspect piping and air filter housing for damage, loose connections, and
evidence of leaks. Clean air filter housing if air filter is cleaned or replaced. Check housing seals
and gaskets.
•Turbocharger - Inspect for oil leakage, exhaust leakage, or unusual noises.
•Exhaust Manifold - Inspect for damage, loose or missing hardware, evidence of exhaust
leakage, and wet-stacking. Provide load bank recommendation.
•Exhaust System - Inspect silencer and piping for damage, corrosion, or leakage. Check rain
cap. Check supports for vibration damage and loose connections.
LUBE OIL SYSTEM
•Oil Level - Inspect for correct oil level. Visually inspect unit for leaks. Add as required at
additional cost.
•Oil Pressure - Record oil pressure reading. Operational and visual inspection of prelube pump
if applicable.
•Crankcase Breather - Inspect for proper operation. Check connections and inspect hose for
deterioration. Visual inspection for excessive blowby.
STARTING SYSTEM
•Batteries - Inspect for damage or leakage, clean battery with acid neutralizer. Clean and
tighten all battery cable connections. (Lead acid batteries only)
•Batteries (Specific Gravity) - Check electrolyte level and specific gravity. (Lead acid batteries
only)
•Battery Charger - Inspect for proper operation, loose terminals, and deteriorated wiring.
Record output.
Page 61 of 80
•Starting Motor - Inspect electrical connections and wiring. For air starters, inspect oil jar and
feeder operation. Perform operational check for abnormal engagement and cranking noises.
•Alternator - Inspect for proper operation, loose connections, and mounting hardware. Check
belts, pulley, and voltage output. Record output if applicable.
ENGINE MONITORS AND SAFETY CONTROLS
•Safety Controls - Inspect for loose connections, wiring deterioration, and proper operation.
•Remote Annunciator and Alarms - Inspect and test all panel and system alarms for proper
operation.
CONTROL PANEL
•Start Controls-Manual/Auto - Operational check for proper operation. Check automatic start:
with customer approval.
•Voltmeter - Operational check for correct readings. Record readings.
•Ammeter - Operational check for correct readings if load is available. Record readings.
•Frequency Meter - Operational check for correct readings. Load and no-load readings if load is
available.
GENERATOR
•Verify anti-condensation heater operation if applicable. Record temperature.
•Vibration Isolators - Check for proper adjustment and condition.
•Check reduction gearbox oil level if applicable.
Scheduled Maintenance LEVEL 2 (Includes All Service Level 1 Inspections, As
Well As the Following) -Recommended Annually;
FUEL SYSTEM
•Fuel Filter - Replace. Inspect for proper sealing and operation.
LUBE OIL SYSTEM
•Oil and Filters - Change. Inspect all gaskets and seals.
•Crankcase Breather - Inspect and clean as required. Replace if applicable at
additional cost.
Page 62 of 80
COOLING SYSTEM
•Lube fan drive bearing as required.
GENERATOR
•Generator Rear Bearing - Lubricate if applicable per manufacturer specification.
•Change reduction gearbox oil – if applicable.
CONTROL PANEL
•Circuit Breakers - Inspect for free movement and tight connections, if accessible.
Scheduled Maintenance LEVEL 3 (includes All Services Previously Listed
Under Level 1 And Level 2,
As Well As the Following)-Recommended Every Three (3) Years:
COOLING SYSTEM
•Coolant - Drain and replace coolant. (Coolant flush as required at additional cost.)
•Thermostats - Replace
•Fan Belts - Replace
•Hoses - Replace all cooling system hoses including jacket water heater hoses.
STARTING SYSTEM
•Batteries – Replace (Lead Acid ONLY)
•Alternator – Verify pulley alignment if applicable.
GENERATOR
•Visually inspect exciter, Permanent Magnet (PMG) if applicable, and rotating rectifiers.
Services and pricing subject to change without notice. 3 Revised 9 Jun, 2016
AIR INDUCTION AND EXHAUST SYSTEM
•Air Filter - Replace.
Page 63 of 80
DEALER:HOLT CAT CUSTOMER NEW/RENEW
5665 Southeast Loop 410 ACCOUNT NO
San Antonio, TX 78222 ADDRESS INVOICING
CITY, ST,ZIP YEARS
PRODUCT REP Bob Schernik
CONTACT NAME
PHONE NUMBER SERVICING FREQUENCY
QUOTE DATE 02/17/2022 EMAIL
Quote Valid through Date: 03/19/2022
START DATE 02/17/2022
END DATE 12/31/2022
SPECIAL INSTRUCTIONS
ANNUAL TRIENNIAL 2 Hr 4 HR AUTOMATIC FUEL Megger ADDITIONAL
SERVICE SERVICE LOADBANK LOADBANK TRANSFER SAMPLE TESTING SERVICES
Manufacturer Serial Number Site Name/Unit #PM1 Qty TOTAL PM2 PM3 TEST TEST SWITCH PM TESTING
AA D4B00451 Sunny Trails LS -$ -$ -$ $2,205.83 -$ -$ -$ -$ -$ -$ $2,205.83
AA NPS00394 Cimarron Hill 1 -$ -$ -$ $2,053.93 -$ -$ -$ -$ -$ -$ $2,053.93
AA D4B02818 Oaks at San Gabriel LS -$ -$ -$ $2,293.51 -$ -$ -$ -$ -$ -$ $2,293.51
AA D4P00133 GT Meadows LS -$ -$ -$ $2,219.37 -$ -$ -$ -$ -$ -$ $2,219.37
AA CN300350 Gabriels Bluff LS -$ -$ -$ $2,014.43 -$ -$ -$ -$ -$ -$ $2,014.43
AA CN300365 River Vista LS -$ -$ -$ $2,005.43 -$ -$ -$ -$ -$ -$ $2,005.43
AA CN400407 Stillwater LS -$ -$ -$ $1,955.62 -$ -$ -$ -$ -$ -$ $1,955.62
ON K050855920 Berry Creek -$ -$ -$ $2,046.53 -$ -$ -$ -$ -$ -$ $2,046.53
CM A130452536 Sun City LS -$ -$ -$ $3,568.86 -$ -$ -$ -$ -$ -$ $3,568.86
KH SGM32BKP8 Park LS -$ -$ -$ $1,875.81 -$ -$ -$ -$ -$ -$ $1,875.81
KH 2330094 Mayfield LS -$ -$ -$ $1,763.36 -$ -$ -$ -$ -$ -$ $1,763.36
ON A170147924 Saddlecreek LS -$ -$ -$ $2,975.10 -$ -$ -$ -$ -$ -$ $2,975.10
ZZ 95090604208 Gatlin Creek LS -$ -$ -$ $2,033.05 -$ -$ -$ -$ -$ -$ $2,033.05
ZZ 95090604240 Rivers Edge LS -$ -$ -$ $1,997.05 -$ -$ -$ -$ -$ -$ $1,997.05
ZZ 95090604363 Lakeside LS #2 -$ -$ -$ $2,024.05 -$ -$ -$ -$ -$ -$ $2,024.05
KH 2273403 South Western LS -$ -$ -$ $2,913.39 -$ -$ -$ -$ -$ -$ $2,913.39
GC 2067357 Pecan Branch -$ -$ -$ $5,025.49 -$ -$ -$ -$ -$ -$ $5,025.49
ZZ 94110600769 Lakeside LS -$ -$ -$ $2,503.21 -$ -$ -$ -$ -$ -$ $2,503.21
CM F170208459 Westinghouse LS #2 -$ -$ -$ $4,156.17 -$ -$ -$ -$ -$ -$ $4,156.17
AA SDA00262 Portable #1 (110-30)-$ -$ -$ $2,351.47 -$ -$ -$ -$ -$ -$ $2,351.47
AA 7AK01019 Portable #2 (110-24)-$ -$ -$ $1,991.85 -$ -$ -$ -$ -$ -$ $1,991.85
AA 81Z14852 Dove Springs -$ -$ -$ $4,174.45 -$ -$ -$ -$ -$ -$ $4,174.45
CM 1072514335 Smith Branch LS -$ -$ -$ $3,212.80 -$ -$ -$ -$ -$ -$ $3,212.80
CM 10717441 Portable #3 -$ -$ -$ $3,544.77 -$ -$ -$ -$ -$ -$ $3,544.77
ZZ 95130600163 Hillwood LS -$ -$ -$ $1,871.61 -$ -$ -$ -$ -$ -$ $1,871.61
ZZ 360981-1-1-0613 Highlands @ Mayfield LS -$ -$ -$ $2,337.63 -$ -$ -$ -$ -$ -$ $2,337.63
ZZ 95130500419 Kasper LS -$ -$ -$ $2,040.58 -$ -$ -$ -$ -$ -$ $2,040.58
CM D180348591 Santa Rita -$ -$ -$ $2,056.57 -$ -$ -$ -$ -$ -$ $2,056.57
AA 16501001086 112-62 -$ -$ -$ $4,318.60 -$ -$ -$ -$ -$ -$ $4,318.60
$75,530.52
EXTENDED
TOTAL INSPECTION
Year 1 Total
isaac.conde@georgetown.com
Holt Power Systems is pleased to offer you a Scheduled Maintenance program for your emergency generator(s) at your location. Holt follows NFPA 110 and manufacturer's recommendations in maintaining stand-by generators. As stated and recommended, PM Level 1 services should be
performed on a quarterly basis, PM Level 2 services should be performed on an annual basis and PM Level 3 services should be performed once every three years. In addition, it is recommended that a minimum two (2) hour Load Bank Test be performed in conjunction with the annual services,
when the load on the generator is less than 30% of the name plate rating on the generator. Please reference the attached "Detailed Description of Service Levels" to provide you with an accurate definition of the service levels mentioned herein.
Year 1 QUARTERLY
Georgetown, TX 78627 1
Isaac Conde
(512) 930-8149 Annual
MAINTENANCE AGREEMENT
City of Georgetown Renewal
0265000
PO Box 409 Per Incident
Page 64 of 80
Bob Schernik - Holt CAT Customer Acceptance Signature Date
Product Support Representative
Ph: 512 789 6419 / bobby.schernik@holtcat.com
NOTE:
The Tri-Annual service ( PM3 ) is performed once every three years in place of the Annual service ( PM2 ).
All listed pricing includes normal hour labor rates, travel & applicable parts. Additional charges will apply for after-hours service.
Prices are subject to change without signed Customer Support Agreement.
This agreement can be cancelled with a 30-day written notice by either party.
Holt CAT agrees to provide the above-mentioned services at the stated prices for the length of this agreement and gives authorization for the commencement of stated services.
IronPro Maintenance Agreements are auto-renewed prior to the end of your agreement at current year pricing.
To opt out of auto-renew initial here:
CURRENT GENERATOR SERVICE LABOR RATES ARE AS FOLLOWS:
Normal Hour Labor (Monday through Friday, 8:00 A.M. to 5:00 P.M.)$165.00/Hour
Overtime Labor $247.50/Hour
Holiday Labor $330.00/Hour
A trip fee per day will apply for work performed outside of this agreement dependent on location.
The above labor rates are subject to change without notice
Page 65 of 80
March 10, 2022
City of Georgetown
5501 Williams Dr., Georgetown, TX 78633
Attention: Isaac Conde
Ref: Bid Request for Level 3 Services on 29 Generators
Proposal
1) Level 3 Services on 29 Generators
As outlined on Detailed Description
of Service Levels
Scope of Work $ 160,200.00
Freight $ 150.00
Your Investment $ 160,350.00
Taxes not included
BY EXECUTION BELOW, STEWART & STEVENSON POWER PRODUCTS LLC AGREES
TO SELL, AND CUSTOMER AGREES TO BUY, THE GOODS AND SERVICES INCLUDED
IN THIS PROPOSAL, WHICH INCLUDES THE PRICE, DELIVERY, COMMERCIAL NOTES,
AND ADDITIONAL TERMS OF SALE at https://www.stewartandstevenson.com/terms-of-sale/
Freight: S&S San Antonio, Texas.
Joey Edwards
Power Generation Sales
Stewart & Stevenson
Accepted by customer------------------------------------------
Date---------------------------------------------------------------- .
STEWART & STEVENSON
POWER PRODUCTS, LLC
SAN ANTONIO BRANCH
5717 I-10 SAN ANTONIO, TX 78129
TEL 210 662 - 1000
Page 66 of 80
Austin Generator Service
2004 Howard Lane
Austin, TX 78728
Office: 512-251-2247
Fax: 512.251.3315
To: City of Georgetown
Attn: Isaac Conde
Reference: Level 3 Generator Services
Austin Generator Service is pleased to offer the following proposal for the below mentioned
emergency power generation equipment.
Site Address Make KW
Berry Creek LS 7551 Airport Rd Cummins 80
Sunny Trail LS 2009 Sunny Trail Dr Olympian 100
Hillwood LS 1421 Legacy Crossing MTU 125
Southwestern LS 698 Smith Creek Rd Kohler 200
Saddlecreek 3922 SH 130 Cummins 200
Sun City LS 151 Stetson Trail Cummins 300
Cimarron Hills 2 714 Cimarron Hills CAT 30
Smith Branch LS 2201 E University Ave Onan 400
Mayfield LS 1577 CR 176 Kohler 40
Gatlin Creek LS 2109 Limestone Lake Dr MTU 80
GT Meadows LS 3698 SH130 Olympian 80
Cimarron Hills 1 200 Dove Tail Ln CAT 90
Highlands at Mayfield LS 5421 E New Hope Dr MTU 180
Gabriels Bluff LS 503 NE Inner Loop CAT 50
Kasper LS 3021 Westinghouse Rd MTU 150
Lakeside LS 136 Lake Rim Cir MTU 60
Lakeside LS #2 928 Cedar Lake Blvd MTU 60
Oaks at San Gabriel LS 10621 Vista Heights Dr CAT 116
River Vista LS 1168 River Vista Blvd CAT 50
Rivers Edge LS 430 San Gabriel River Rd MTU 40
Stillwater LS 801 Piney Bend CAT 60
Westinghouse LS #2 716 Centerbrook Pl Cummins 250
San Gabriel WTP 301 W L Walden Dr CAT 125
San Gabriel WTP 301 W L Walden Dr CAT 80
San Gabriel WTP 301 W L Walden Dr Cummins 135
Dove Springs WWTP 400 Rock Dove Ln CAT 500
Santa Rita 900 W Hwy 29 Cummins 125
Cimarron Treatment 204 Birdstone Lane CAT 90
Portable 112-62 5001 Williams Dr MTU 400
Date: 3/18/2021
Page 67 of 80
Austin Generator Service
2004 Howard Lane
Austin, TX 78728
Office: 512-251-2247
Fax: 512.251.3315
Scheduled Maintenance Level 3 (per scope of work provided by customer)
Includes all services under Scheduled Maintenance Level 1 and Level 2. All generator checks, oil and
filter changes, coolant replacement, thermostats, fan belts, hoses, batteries, 2 hour load bank tests, and
ATS maintenance.
Total Price for Scheduled Maintenance Level 3: $179,307.00
NOTES:
All work to be performed during normal business hours.
To accept this proposal please initial the options above and sign below, please email document to my
attention.
_______________________________
Customer Acceptance (printed name)
_______________________________ _____________________________
Title Purchase Order Number
_______________________________ _____________________________
Customer Acceptance Signature Date
Page 68 of 80
Austin Generator Service
2004 Howard Lane
Austin, TX 78728
Office: 512-251-2247
Fax: 512.251.3315
COMMERCIAL TERMS AND CONDITIONS
1. Engagement of Services
Once work is authorized by the customer, Austin Generator Services (AGS) is committed to certain “ramp up” expenses, both direct and indirect (i.e., specific
training, travel, special tools, materials, project management, etc.) which are generally priced into the entire scope of the project. If the project is canceled,
delayed, terminated or significantly changed through no fault of AGS, these expenses will be due and payable to AGS on a pro-rata basis. Any request for
reimbursement of these expenses will be itemized and defined.
2. Changes to Scope of Work
AGS will notify the customer if there is a material change to the Scope of Work that will require AGS to expend more monies than originally budgeted. The
customer agrees to pay AGS for such expenses plus reasonable profit and overhead if the customer desires to continue under the changed Scope of Work.
A detailed specification was not included with the request for quotation. Equipment and services are limited to this quotation. Any additional
requirements are not included with this quotation. Austin Generator Service makes no guarantees regarding the performance of listed equipment in
connection with customer loads. All start up and service calls will be performed by Austin Generator Service unless otherwise noted.
3. Exclusions and Assumptions
Exclusions:
▪ Repairs to existing circuits, wiring, plumbing, landscaping, sprinklers, etc.
▪ Painting on newly installed conduit, boxes or equipment
▪ Overtime, after hours or holiday work
▪ Underground conduit, saw cut and concrete work
▪ Repairs to existing underground circuits or wiring.
▪ Repairs to existing underground utilities, sprinkler systems or damaged landscaping or vegetation
▪ Repairs to damage of any unmarked underground pipe caused from trenching or boring.
▪ Repairs or replacement of concrete or asphalt surfaces.
▪ Repairs or replacement of any sheetrock (drywall) or painted surfaces.
▪ Repairs or replacement of any existing structural components.
▪ Repairs of any latent defects of existing wiring.
▪ Warranty on any existing wiring, devices or equipment or that supplied by others.
▪ This proposal does not include any repairs or modifications to existing circuitry.
▪ Cutting or coring of concrete walls or flooring.
▪ Removal of any existing equipment from customer's location.
▪ Trip charges will be added to proposed amount if AGS is required to suspend work at customer's request.
▪ Any charges from Electric provider for service.
▪ Any code corrections required by the City Inspector for existing conditions.
Assumptions:
▪ Work to be done during regular business hours.
▪ Customer to provide access to work area.
▪ Allow up to six weeks for delivery of standard equipment, longer for custom equipment.
▪ Pricing assumes existing conduit is in usable condition.
▪ Ceilings and walls are free and clear of reasonable obstructions: i.e. fire blocks in walls, concrete and blocks in walls and ceilings.
▪ Please allow up to one to two weeks for scheduling.
▪ Trip charges will be added to the proposed amount if AGS is required to suspend work due to customer's request.
▪ Reoccurring trips will be charged at $150.00 per hour per additional trip.
▪ Any time spent waiting, in excess of one half-hour, for access to site will be charged at $150.00 per hour per man.
▪ Conduit to be surface mounted on concrete walls where necessary.
▪ Any items located in front of the electrical panels to be relocated by others.
▪ Coring, conduit, stub-ups, and fire stopping are furnished and installed by others.
▪ Customer will provide access to all areas where placement of equipment and devices is necessary. If access is not available when previously
agreed upon, there will be additional charges for lost time.
▪ Power to certain areas may be interrupted to complete the work.
Page 69 of 80
Austin Generator Service
2004 Howard Lane
Austin, TX 78728
Office: 512-251-2247
Fax: 512.251.3315
4. Permits and Taxes
Permits are not included unless specifically noted. Permits, inspection fees, drawings, etc., can be provided by AGS at an additional cost. Any additional
requirements listed in local codes, general specifications or other sources are not included with this quotation. State and local taxes may not be included
in the proposed price unless specifically noted.
5. Austin Generator Service’s Employees
The customer agrees that it shall not hire any employee of AGS who is currently working on a project for the customer, or any employee of AGS who has
worked on a project for the customer within the last twelve months. The customer further agrees not to hire any former AGS employee that performed any
work on a project for the customer at any time within the prior twelve months. The customer agrees and understands that this provision is necessary so
that AGS can protect its investment of time and money in its employees, as well as any confidential or proprietary information known by its employees.
6. Payment Terms
For Cash Sales, AGS requires a 50% deposit with order, 35% due upon delivery of equipment, balance due upon completion of startup and testing. For
Financing options, see GE Terms and Conditions. A 20% Cancellation fee will apply (of total quoted price). Pricing is firm for order(s) received within 30
days of quotation date. A service charge may be charged on all past due amounts. Amounts will be considered past due 30 days after date of invoice.
7. Warranty
Standard equipment manufacturers warranty applies. AGS will warranty all labor and material on all generator and electrical service work for 2 years. AGS
will warranty labor and material on workmanship / code compliance indefinitely.
8. Indemnity
Subject to the provisions herein, each Party will maintain commercially reasonable insurance for its respective business activities. Each Party will defend,
indemnify and hold the other Party, their respective officers, directors, shareholders, members, managers, partners, agents, affiliates, employees and
independent contractors harmless from any claims, cost, demands, suits or liability arising out of the indemnifying Party’s negligent acts or omissions or the
negligent acts or omissions of its employees, sub-contractors and agents, whether based upon breach of contract, negligence, strict liability or otherwise, arising
from or incidental to the services contemplated under this Agreement; provided, however, that the Party seeking such indemnification shall give the
indemnifying Party (i) prompt written notice of any such claim or threatened claim, and (ii) full cooperation in any defense or settlement of the claim (at
the expense of the indemnifying Party). The foregoing indemnification obligation shall not apply to the extent that such claim is the fault of or is caused by
the negligence or willful misconduct of the Party seeking indemnification, and shall not apply to the extent the cost or damages of the Party seeking
indemnification are covered by their own insurance.
9. Attorney’s Fees
If Austin Generator Service, Inc. is required to hire attorneys to collect amounts owed under this agreement, the customer ag rees to reimburse Austin
Generator Service for all attorneys’ fees, expert fees and other legal expenses that it may incur to collect such amount.
10. Incorporation by Reference
Unless expressly agreed in writing otherwise, these Standard Terms and Conditions are a part of, and hereby incorporate by re ference, all Proposals
submitted by Austin Generator Service to the customer and any Credit Agreement signed by the customer, and all terms and conditions of any such Proposals
or Credit Agreements.
By signing an AGS proposal, the signatures to this agreement warrant that they have authority to enter into this contract
and that they have read the above Standard Terms and Conditions and agree to abide by them.
Page 70 of 80
City of Georgetown, Texas
Water Utility Board
April 14, 2022
S UB J E C T:
C onsideration and pos s ible rec ommendation to approve a c ontract to C unningham C onstruc tors &
As s ociates , Inc. of G eorgetown Texas for the c onstruc tion of the S ouths ide Water Treatment P lant
Ultrafiltration Membrane Improvements P rojec t in the amount of $5,380,000.00. – Wesley Wright, P.E.,
S ystems Engineering Direc tor / C hris P ousson, C I P Manager
IT E M S UMMARY:
T his P rojec t is the S outhside Water Treatment P lant Ultrafiltration Membrane improvements project. T his
project is to replace the c urrent s ystem that frequently requires the membrane filters to be cleaned and
replaced. T he current sys tem initially installed in the early 2000’s utilizes filters that are outdated, obs olete
and can no longer be repaired or replac ed.
T he projec t inc ludes furnis hing and installing a new 3.6 million gallon per day (MG D) ultrafiltration
membrane s ystem and ancillary equipment. T he new sys tem is somewhat univers al and c apable of utilizing
multiple different filter canis ters from different s uppliers. During the T C EQ required pilot program, the
city tested three different filters . All are readily available on the market, as well as others.
T he projec t was advertis ed in the Williams on C ounty S un on Marc h 2, 2022, and March 9, 2022. P lans
and S pecific ations were provided to three (3) pers pective bidders through C DM S mith. O n Marc h 29,
2022, at 2 p.m. we rec eived one (1) bid for the projec t.
T he sole bidder for the projec t is C unningham C onstruc tors & Assoc iates (C C A) of G eorgetown Texas .
C C A is c urrently working for the C ity of G eorgetown on the Lake Water Treatment P lant P has e I V
expans ion and previous ly completed the Lake G eorgetown Water Treatment P lant P hase I I I expans ion.
C C A has als o c ompleted three (3) Wells R anch W T P ’s for the C ity of New Braunfels. O n multiple
occ as ions, they have s uc cessfully demonstrated the experienc e and ability to complete this project.
W hile the city only rec eived one bid and while the bid price is approximately 22% higher than the
engineer ’s estimate, such inflationary prices are c ommonly oc curring on multiple recent bids . Additionally,
the remaining us able filters have already reduc ed the plant’s max day c apacity to only 2MG D (down from
3MG D). T he loss of additional filters will only further reduce plant c apacity, and a fully functional facility
is necessary for the c ity to c ontinue to meet daily production demands, espec ially during s ummer peak
demand.
If approved, the existing plant would be taken offline at the end of this summer’s peak water demand.
R ehabilitation work is c ontractually obligated to be c ompleted, with the plant bac k online for the S ummer
of 2023.
S TAF F R E C O MME N D AT IO N S:
C DM S mith and S taff rec ommend awarding a c ontract to C unningham C onstruc tors & Assoc iates, Inc .
of G eorgetown Texas for the cons truction of the S outhside Water Treatment P lant Ultrafiltration
Membrane Improvements P roject in the amount of $5,380,000.00.
F IN AN C IAL IMPAC T:
Page 71 of 80
F unds for this projec t are available in the Water C I P Budget
S UB MIT T E D B Y:
Wesley Wright, P.E., S ystems Engineering Direc tor/C hris P ousson, C I P Manager.
AT TAC H ME N T S:
Description Type
Letter of Recommendation Backup Material
Bid Tab Backup Material
Southside WTP Photos Backup Material
Page 72 of 80
9430 Research Boulevard
Building I, Suite 200
Austin, Texas 78759
Tel: (512) 346-1100
Fax: (512) 345-1483
April 4, 2022
Mr. Chris Pousson
CIP Manager
City of Georgetown
300-1 Industrial Ave.
Georgetown, TX 78627
RE: Southside WTP Ultrafiltration Membrane Improvements Project
Recommendation of Award
Dear Mr. Pousson:
The Southside WTP Ultrafiltration Membrane Improvements project was advertised for public bid on
March 2 and March 9, 2022, in the Williamson County Sun. Through our office, we provided plans and
specifications to three prospective bidders, but would note that a majority of the prospective bidders
now obtain bid documents directly through the City procurement and bid portal. At the start of
bidding, CDM Smith also sent the invitation to bid to forty (40) potential contractors, subcontractors,
and plan rooms to generate early interest in the project.
On March 29, 2022, at 2:00 p.m., bids were received at the Georgetown Municipal Complex,
Purchasing Department, at 300-1 Industrial Avenue, Georgetown, Texas 78626 for the construction of
the Southside WTP Ultrafiltration Membrane Improvements project and then opened and publically
read aloud. One bid was received; the name of the bidder and total project bid amount is summarized
below:
Firm Base Bid Deduct Alt. #1 Total Bid
1. Cunningham Constructors & Assoc., Inc. $5,380,000 not submitted $5,380,000
A bid tabulation is attached. The work to be performed primarily includes removal of the failing 3
mgd membrane water treatment system initially installed in early 2000’s and furnishing and installing
a new 3.6 million gallon per day ultrafiltration membrane system and ancillary equipment. We spoke
to some contractors that chose not to bid. Two indicated they were too busy due their current high
workload and another indicated that he was not familiar with the specified membrane system
manufacturers which was a concern given the large percentage of the work to be furnished by the
membrane equipment supplier. We also believe that the highly specialized nature of most of the
Page 73 of 80
Mr. Chris Pousson
April 4, 2022
Page 2
proposed work to be done by subcontractors (i.e., membrane and electrical vendors) combined with
market conditions (backlog and labor shortages), could have deterred other prospective bidders.
The bid amount submitted by Cunningham Constructors & Assoc., Inc. is 22% above the opinion of
probably construction cost of $4,400,000. It is our opinion that the price submitted is high, but should
be considered for award given the City’s need for this plant to be rehabilitated and online by the
summer of 2023 and given the rising price inflationary period we are currently in. We would also
indicate that the WTP improvements unit cost of approximately $1.49 per gallon ($5,380,000/3.6
MGD = $1.49) is within the range of what we are seeing for other recent WTP projects although no
building-related facilities are included in this project.
In addition to submitting the bid, Cunningham Constructors submitted a Statement of Bidder’s
Experience (Section 00400). As listed in Section 00400, Cunningham Constructors has successfully
completed several similar WTP projects. The project experience references submitted and their
current Lake WTP Phase IV expansion and their previous projects including the Lake WTP Phase III
Expansion project and the three Wells Ranch WTP projects for the City of New Braunfels
demonstrates their experience and ability to complete the proposed improvements. Thus, based on
the successful completion of these previous projects, we believe that Cunningham Constructors can
successfully complete the Southside WTP Ultrafiltration Membrane Improvements project as
designed and specified.
We recommend award of the total base bid price of $5,380,000 to Cunningham Constructors &
Assoc., Inc.
Sincerely,
Gerald S. Furrier, P.E., BCEE
CDM Smith Inc.
TBPE Firm Registration No. F-3043
cc: Wesley Wright, P.E., David Herzog - City of Georgetown
Allen Woelke, P.E., Ana Marie Karamalegos, P.E. - CDM Smith
Attachment Enclosed
Page 74 of 80
CITY OF GEORGETOWN
SOUTHSIDE WTP FOUNDATION IMPROVEMENTS
BID DATE: MARCH 29, 2022
BID TABULATION
Bidders
Cunningham Constructors
& Assoc., Inc.
Acknowledged Addenda
Provided Bid Security (5%)
Provided Information from 00400
Total Base Bid Amount 5,038,000.00$
Deductive Alternative No. 1 Amount -
TOTAL BID (Base + Add. 1 and Add. 2)5,038,000.00$
March 31, 2022
Page 75 of 80
CITY OF GEORGETOWN
SOUTHSIDE WTP ULTRAFILTRATION MEMBRANCE IMPROVEMENTS
BID DATE: MARCH 29, 2022
BID TABULATION
BASE BID AMOUNT (BASE BID ITEM Nos. 1 - 3)
Bid Item Item Description
Estimated
Quantity
1
BASE BID ITEM NO. 1: Insurance, Bonds and
Mobilization/Demobilization Related Expenses not to exceed 5% of
Total Bid.
1
2
BASE BID ITEM NO. 2: Furnish and install all necessary labor, materials,
equipment and incidentals necessary to construct Southside WTP
Ultrafiltration Membrane Improvements for a 3.6 million gallon per
day ultrafiltration membrane system with Base Bid Ultrafiltration
Membrane manufacturer H2O Innovation, Inc as specified and shown
on the drawings including all ancillary equipment, complete in place as
detailed and specified, except those costs specifically included in the
other items in this Schedule of Prices.
1
3
BASE BID ITEM NO. 3: Owner-directed improvements are considered
provisional amounts to be used only if directed and are exclusive of
work indicated in the Contract Documents for which payment is
included in other items in the Bid Form. Contractor’s cost for bonds,
insurance, overhead, profits, etc. associated with this allowance shall
be included in the lump sum bid items above; no mark-up shall be
allowed for these funds.
1
-
Bid Item Item Description
Estimated
Quantity
1
DEDUCTIVE ALTERNATIVE ITEM NO. 1: Furnish and install all
necessary labor, materials, equipment and incidentals necessary to
construct improvements for a 3.6 million gallon per day Ultrafiltration
Membrane System with one of the alternative Ultrafiltration
Membrane manufacturers listed in Specification Section 466133
(Wigen or Westech) including all modifications required to comply
with the drawings and as specified and shown on the drawings
including all ancillary equipment, complete in place as detailed and
specified, except those costs specifically included in the other items in
Base Bid Item No. 1 and 3. No other alternative UF membrane system
manufacturers will be considered. The Contractor shall be responsible
for preparing revised layouts and redesign of equipment areas,
including all civil, structural, mechanical, electrical and instrumentation
modification, which shall be submitted to the Engineer for review and
approval. For this item, submit the total revised price for Base Bid
Item No.2 as revised herein for the alternative manufacturer.
1
ADDITIVE POSSIBILITIES
-Total Base Bid with Deduct Alt. No. 1 NO DEDUCT ALT BID SUBMITTED
$5,380,000.00Total Base Bid (Item Nos. 1-3) $ -
DEDUCTIVE ALTERNATIVE BID ITEM NO. 1
Provide Bid Security (5%)
Provide Information from 00400
NO DEDUCT ALT BID SUBMITTED
Lump Sum
March 31, 2022
Cunningham Constructors & Assoc., Inc.
Bidders
Acknowledged all Addenda
Lump Sum
$250,000.00
$5,030,000.00
$100,000.00
Page 76 of 80
Page 77 of 80
Page 78 of 80
Page 79 of 80
Page 80 of 80