Contract - DPC Industries, Inc. - 3/24/2022 CITY OF ROUND ROCK AGREEMENT FOR
PURCHASE OF WATER TREATMENT CHEMICALS
WITH
DPC INDUSTRIES,IN
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS-
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for the purchase of water treatment chemicals, and for
relatedgoods and services (referred to herein as the "Agreement"), is made and entered into on
it day of the month of
2022 by and between the CITY OF
this the a�—
ROUND ROCK, a Texas home-rule municipality, whose offices are located at 221 East Main
Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and DPC
INDUSTRIES, INC., whose offices are located at P.O. Box 59, Cleburne, Texas 76033 (referred
to herein as the "Vendor").
RECITALS:
WHEREAS, City desires to purchase water treatment chemicals; and
WHEREAS, City has issued its "Invitation for Bid" forte provision of said goods and
services; and
WHEREAS, City has determined the bid submitted by Vendor is the lowest responsible
bid; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.0 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City agrees to buy specified goods and Vendor is obligated to sell same. The Agreement
includes the following: (a) City's Invitation for Bid, designated Solicitation Number 22-011
dated October 2021 (11713"); (b) Vendor's Response to IFB; and (c) any exhibits and/or addenda
k-w-tZ-M
4890-2567-0927/ss2 I
thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving
preference in the following order:
(1) This Agreement;
(2) Vendor's Response to IFB;
(3) City's Invitation for Bids, Addenda,exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of of parties
tothis Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.0 EFFECTIVE DATE AND TERM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto and shall remain in full force and effect unless and until it expires by operation
of the to indicated herein or is terminated or extended as provided herein.
B. The to of this Agreement shall be for sixty (60) months from the effective date
hereof.
C. City reserves the right to review the relationship at any time and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.0 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor to supply the goods as outlined in the IFB; Addenda to IFB; and
Response to IFB submitted by Vendor, all as specified in Exhibit "A," incorporated herein by
reference for all purposes. The intent oft ese documents is to formulate an Agreement listing
the responsibilities of of parties as outlined in the 11713 and Addenda to IF B and as offered by
Vendor in its Response tote IFB.
The provision of goods which are the subject matter of this Agreement are described in
Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully
a part of this Agreement as if repeated herein in full,
4.0 ITEMS AWARDED AND SCOPE OF WORK
Items Awarded. Line Item No. 2 in "Attachment A - Bid Sheet" of Exhibit "A" (chlorine
(1501b cylinders) is awarded to Vendor.
Scope of or : Vendor shall satisfactorily provide the items described in Line Item No. 2 of
Exhibit "A," attached hereto, within the contract to specified in Section 2.0. Vendor's
undertakings shall be limited to providing goods and/or services for City and/or advising City
concerning those matters on which Vendor has been specifically engaged. Vendor shall perform
its services in accordance with this Agreement, in accordance with the appended exhibits, in
accordance with due care, and in accordance with prevailing industry standards for comparable
services.
5.0 COSTS
A. In consideration for the goods to be provided by Vendor, City agrees to pay
Vendor the amounts set forth in Line Item No. 2 of"Attachment A—Bid Sheet" of Exhibit"A."
B. The City shall be authorized to pay the Vendor an amount not-to-exceed Three
Hundred Thousand and No/100 Dollars ($300,000.00) for the term of this Agreement.
6.0 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
C. Delivery or performance dates.
7.0 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the goods as
determined by City's budget for the fiscal year in question. City may affect such ten-nination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
3
8.0 PROWT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice forte performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September I
of the fiscal year in which the payment becomes overdue, in accordance with V,T,C,A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City inthe event:
A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor
or supplier about the goods delivered or the service performed that cause the
payment to be late; or
B. The terms of a federal contract, grant, regulation, orstatute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
9.0 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer.,
employee or elected representative with respect tote performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.0 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
11.0 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
4
12.0 INSURANCE
Vendor shall meet all insurance requirements set forth in Part 11 of IFB 22-011 and on the
City's website at:
b,LtpLs.',�'w%vw.roundrocktexail,gy��[Q,��p (a 1corr i.nsuirance 0T201.1..2.L)df"
13.0 CITY'S REPRESENTATIVES
City hereby designates the following representatives authorized to act in its behalf with
regard tuthis Agreement:
Chad Kinder
Superintendent®Utility Services
3400 Sunrise Road
Round Rock, Texas 78665
512-567-6427
ckindcr��i;roundrocktex
.............. asggy,
14.0 RIGHT TO ASSURANCE
Whenever either party tothis Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made tote other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation oft is Agreement.
1 ® DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re-advertisement of the service and that it may not
be considered in future bids carte same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default oft is Agreement if it does any of the following:
AFails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
B. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
CBecomes insolvent or seeks relief under the bankruptcy laws of the United
States.
1 ® TERMINATION AND SUSPENSION
A. City haste right to terminate this Agreement, in whole or in Part, for
convenience and without cause, at any time on thirty (30)days' written notice to Vendor,
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor haste right to terminate this Agreement only for cause, that being inthe
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: on City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance oft is Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of ten-nination, Vendor
shall submit a statement showing in detail the goods an&or services satisfactorily performed
under this Agreement tote date of termination. City shall then pay Vendor that portion oft e
charges, if undisputed. The parties agree that Vendor is note title to compensation for services
it would have performed under the remaining to oft a Agreement except as provided herein.
17.0 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and of City, its successors,
assigns, officers, employees and elected officials han-nless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited tote right to seek
contribution) against any third party who may be liable for anindemnified claim.
18.0 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
B. In accordance with Chapter 2271, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contact contains
written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel during the terms of this contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this
Agreement.
6
C. In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearrn entity or firearm trade association; and (2) will not
discriminate during the to of the contract against a firearm entity or firearm trade association.
The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a
practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association, and it will not discriminate during the to ofthis Agreement against a firearm
entity or firearm trade association.
D. In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1) does not boycott energy companies; and(2)will not
boycott energy companies during the to of this Agreement. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott energy companies, and it will
not boycott energy companies during the to of this Agreement.
19.0 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect tote terms ofthis Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization oft e
other party.
20.0 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
I When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
DPC Industries, Inc.
P.O. Box 59
Cleburne, Texas 76033
Notice to City:
City Manager Stephan L. Sheets, City Attorney
221 East in Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.0 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect tote enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions oft e State of Texas.
22.0 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
23.0 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating tothis Agreement ora breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
24.0 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement orthe
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible tote intent ofthe
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
25.0 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
8
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion ofthis Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms oft is
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for is it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original ofthis document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
9
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas DPC Industries, Inc.
mr
By-. .................................................... .... By:
Pring me, Printed Name:
Title: Title: Afx'nce!t�
Date §'ign d: Date Signed:
.........................................
est®
B
Y
mea an Spin �City C erk
ForLCity, , p roved as to Form:
11
By: .....................
Stephan L. Sheets, City Attorney
10
Exhibit "A"
!PTC21ASINING DIVISION
ROUND ROCK f'16-XAS
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round
Rock,
City of Round Rock
Water Treatment Chemicals
IFS 22-011
lasslitem: 885-94/19 -3
October 2021
CHEMICALSWATER TREATMENT
PART I
GENERAL REQUIREMENTS
1® : The City of RoundRock, herein er't a City' seeks a bidfrom firms experienced in ro idin
aer treatment icals to various locations within the Utilities and Environmental Services
Department.
Z BACKGROUND: The City seeks to establish multi-year agreement withqualified vendors to provide
scheduled bulk deliveries of water treatment chemicals to the Water Treatment Plant, Wastewater
Treatment Plant, Lake Creek Pump Station, and Georgetown Lake p Station. The City reserves te
right to award contracts to multiple vendors.
SOLICITATION3. : Tis solicitation packet is comprised f the of o in -
Part I ®General Requirements Page(s)2-5
Part IIDefinitions, Standard Terms and Conditions and age
Insurance Requirements
Part III—Supplemental Terms and Conditions Page(s))7-9
Part V®Specifications Page(s) -13
Attachment id Sheet Page 14
AttachmentReference Sheet Pae 1
4. AUTHORIZED PURCHASING C Per questions or clarification of specifications, you may
contact:
Allen Reich
Purchaser Supeis r
Purchasing nisi Purchasing ii ion
City of Round Rock Cityf Round Rock
Phone: 1 ®21 tee® 512-218-5417
E-mail- reich aroundrocktexas. o E-mail: ckaufrnan round roc ktexas. ov
The individual(s) listed above is/are the only authorized City contact(s))fort is solicitation. The authorized
purchasing contact(s) may be contacted by e-mail for clarification for this solicitation including
specifications. No other City employee or representative may be contacted about this solicitation prior to
contract approval. No authority is intended or implied that specifications may be amended, or alterations
accepted rior to solicitation opening ithou#written approval oft e City of Round Rockthrough the
Purchasing e a ent.
6. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
Solicitation released October 21 2021
Deadline for submission of questions November 1, 2021 „ CST
City responses to questions or addendums Approximately November 5, 2021 5:00
PM, CST
rDeadline for submissionof responses November 18, 2021 @ 1PM, CST
Page of 16
City of Round Rock Exhibit "A"
Water Treatment Chemicals
IF 22-011
Class/item: 885-94 1190-36
October 2021
All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted
above.A copy of all questions submitted and the City's response tot questions shall be posted on the
City's webpage in the for of an addendum at:
ns/
Questions shall be submitted in writing to the"'Authorized Purchasing Contact". The City reserves the right
to modify these dates. Notice of date change will be posted tote City's website:
ns/
6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
or any updates pertaining to the solicitation
described herein. Various updates may include addendurns, cancellations, notifications, and any other
pertinent information necessary for the submission of a correct and accurate response, The City will not be
heId responsible for any further communication beyond updating the website.
7. RESPONSE DUE . Signed and sealed responses are due at or before 3:00 PM, on the due date
not in PART 1, Section®5
5—Schedule of Events. it or hand deliver sealed responses to:
City of Round Rock
Ann: Allen Reich
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
A. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title,
number, due date, and "DO NOT OPEN".
B. Facsimile or electronically transmitted responses are not acceptable.
CResponses cannot be altered or amended after opening.
D. orssponse can be withdrawn after opening without written approval from the City for an acceptable
reason.
E. The City will not be bound by any oral statement or offer made contrary to the written specifications.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property
of the City.
G. Late responses will not be considered and will be returned unopened if a return address is provided.
8. RESPONDEqjBZQUfflkMgM: The City of Round Rock makes no warranty that this checklist is a full
comprehensive listing of every requirement specified in the solicitation.This list is only a tool to assist
participating Respondents in compiling their final responses. Respondents are to carefully read the entire
solicitation.
Respondent shall submit one (1)evident signed"Original" and one identical-to-the-original electronic copy
of the IFI3 response on a flash drive. An electronic signature on the"original"solicitation response is
acceptable but any resulting contract shall be signed in ink. The submittal is required to include all
addendums and requested attachments. The bid response along with samples and/or copies shall be
provided at the Respondent's expense and shall become the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply orservice. Respondents are
advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all
costs associated with responding to this IFB;will be solely at the interested parties'expense. Not responding
to this IFB does not preclude participation in any future RFP/RFQIIF B.
For vour bid to be rest)onsive. addendums and the aftachmen.WidentifiedbolowshalI be subrWitted
with vogLpMposal.
D Addendums:Addendums.may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response. The Bidder shall be responsible for monitoring the City's
website at!gWsj „Lq! gkjMa_§_go_v1c rty,.-.Dmo,,Ls—okqit-at-imv�s—;'for any updates pertaining to
the solicitation.
Page 3 of 16
City of Round Rock Exhibit "A"
Water Treatment Chemicals
IFB 22-011
Class/item: 885-94 91
October 2021
• Attachment A: BID SHEET. The bid response shall be submitted on the itemized, signed Bid Sheet
provided in the solicitation packet. Failure to complete and sign the bid sheet will result in
disgualification. If they is a conflict between the unit price and extended price, the unit price will take
precedence. ubmission of responses on forms other than the City's solicitation document may result in
disqualification of the response.
® Attachment B: REFERENCE SHEET- Provide the name, address,telephone number and E-MAIL of at
least three(3)valid Municipal, Government agencies, orf s of comparable size that have utilized
services that are similar in type and capacity within the last two(2)years. City of Round Rock
references are not applicable, References may be checked prior to award. If references cannot be
confirmed or if any negative responses are received it may result inthe disqualification of submittal.
9. BEST VALUE EVALUATION AND CRITERIA: The it reserves the right to reject any or all responses, or
to accept any response deemed rnost-advantageous, or to waive any irregularities or informalities in the
response received that best serves the interest and at the sole discretion of the City.All solicitations
received may be evaluated based on the best value for the City. In determining best value, the City may
consider:
A. Purchase price.
B. Reputation of Respondent and of Respondent's goods and services.
C. Quality of the Respondent's goods ands rvic s.
D. The extent to which the goods and services meet the City's needs.
E. Respondent's past performance with the City.
R The total long-term cost to the City to acquire the Respondent's goods or services.
G. Any relevant criteria specifically listed in the solicitation.
H. If the solicitation is evaluated with points, the respondent must earn a minimum of 15 points on criteria
not related to cost in order to be considered for contract award.
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing.
10. CONFIDENTIALITY OF CONTENT- As stated in Section 16 of City of Round Rock Purchasing Definitions,
gt-andard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to
the Texas Public Information Act. Following an award, responses are subject to release aspublic
information unless the response or specific its of the response can be shown to be exempt from the
Texas Public Information Act, Pricing is not considered to be confidential under any circumstances
X Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped, bold red letters stating"CONFIDENTIAL" on that section of the
document.The City will not be responsible for any public disclosure of confidential information if it is not
clearly marked as such.
B. If a request is made under the Texas Public Information Act to inspect information designated as
confidential,the Respondent shall, upon request from the City, furnish sufficient written reasons and
information as to by the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
11. SUSPENSION OR DEBARMENT CERTIFICATION: The provisions of the Code of Federal Regulations 2
CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is
prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred
or whose principals are suspended or debarred from doing business with the Federal Government, State of
Texas, or the City of Round Rock.
12. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed for a contract
award requiring council authorization. The"Certificate of Interested Parties"for must be completed on the
Texas Ethics Commission website, printed, signed, and submitted to the City by the authorized agent of the
Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior
to final contract execution. Link to Texas Ethics Commission Webpage:
5,htrn
Page 4 of 16
City of Round Rock Exhibit "A"
Water Treatment Chemicals
IFB 22-011
Classlitem: 885-9411 -3
October 2021
13. EX PARTiELCOMMUNICATION: Please note that to insure the proper and fair evaluation of a bid, the City
of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Bidder tot City
Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the bids prior to
the time a bid decision has been made. Communication between Bidder 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 Bidder from consideration ora rd of the bid then in evaluation, or any future bid.
Page 5 of 16
City of Round Rock Exhibit "A"
Water Treatment Chemicals
IF 22-011
Classiltem: 885-94 11 0-3
October 2021
PART 11
DEFINITIONS, STANDARD TERMS AND CONDITIONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS.STANDARD TERMS AND CONDITIONS: By submifting a response to this solicitation, the
K—espondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of
release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on
the face of a purchase order. In addition,the Supplemental Terms and Conditions listed in Section III, shali
also be enforced as part of the contract, and can be obtained from the City's website at:
L%2&A Q�6r,,Ap @n—m pmt-st�i,Ma,Pry, ^
2. INSURANCE, The Respondent shall meet or exceed all insurance requirements set forth in Standard
Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and
downloaded from the City's website at:
Page 6 of 16
City of Round Rock Exhibit "A"
Water Treatment Chemicals
IFB 22-011
ClassiItem: 885-94/190-36
October 2021
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
Ia he terms of the awarded agreement shall include but not be limited to the
following:
A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60)
months.
& Upon expiration of the contract term,the Contractor agrees to of over under the terms and conditions
of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project
up to 90 days.
2. RESPONDENT gUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The
Respondent shall:
A. Be firms, corporations, individuals, or partnerships normally engaged in providing water treatment
chemicals as specified herein and have adequate organization, facilities, equipment, financial
capability, and personnel to ensure prompt and efficient service to the City.
B. Provide all labor, supplies and materials required to satisfactorily perform the services as specified
herein and own or acquire at no cost to the City all construction aids, appliances, and equipment
Respondent deems necessary and maintain sole responsibility for the maintenance and repair of
Respondent's vehicles, equipment, tools, pumps, and all associated costs. The City shall not be
responsible for any Respondent's tools, equipment, pumps, or materials lost or damaged during the
performance of the services specified herein,
C. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the
United States, or not having a home office inside the United States will not be included for consideration
in this procurement process.
3.
® The City reserves the right to remove any employee from City property for violation of federal,
Tta-te, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent
shall:
A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules, and regulations in the performance of these services.
B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause
injury or damage to any persons or property within and around the work site. In case of conflict, the
most stringent safety requirement shall govern.
C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,judgments,
fines penalties and liability of every kind arising from the breach of the successful Respondents'
obligations under this paragraph.
4. WORKFORCE., Successful Respondent shall:
X Ensure Respondent's employees perform the services in a timely, professional, and efficient manner.
B. Ensure Respondent's employees, while working on City property,wear a company uniform that clearly
identifies the as the Respondent's employee.
C. Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor, The City reserves the right to verify citizenship or right to work in the United
States.
5. PRICING. The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and
maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits,
insurance, bonds, and risk management. No separate line-item charges shall be permitted for either
response or invoice purposes.
Page 7 of 16
City of Round Rock Exhibit "A"
Water Treatment Chemicals
IFS 22-011
Class/item: 885-94 1190-3
October 2021
6. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to provide
requested chemicals. Respondent may, however, use subcontracting /or common carrier for authorized
transportation of chemicals,
7. PRICE INCREASE- Contract prices for water treatment chemicals shall remain firm throughout the initial
tweIv e (12) month term of the contract. A price increase to the agreement may be considered on the
anniversary date oft Contract each year and shall be equal to the consumer price index for that year, but
at no time can the increase be greater than 15%for any single line it unless otherwise approved by the
city.
A. Consumer Price Index(CPQ.- Price adjustments will be made in accordance with the percentage
change int U.S. Department of or Consumer Price Index(CPI-U)for all Urban Consumers, The
price adjustment rate will be determined by comparing the percentage difference between the CPI in
effect for the base year six-month average(January through June OR July through December); and
each (January through June OR July through December six month average)thereafter. The
percentage difference between those two CPI issues will be the price adjustment rate. No retroactive
contract price adjustments will be allowed. The Consumer Price Index(CPI) is found at the Bureau of
Labor Statistics, Consumer Price Index website: h!W://www.bls.gov/cpo
B. Procedure to Request Increase:
i. it the written price increase request with the rate detail comparison and comprehensive
calculation and any supporting documentation to the designated City Contract Specialist a minimum
of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be
verified and confirmed. All written requests for increases must include the City of Round Rock
contract number, solicitation reference information and contact information fort authorized
representative requesting the increase. Price increase requests shall be sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock, TX 79664-5299
ii. on receipt of the request,the City reserves the right to either accept the escalation and make
change to the purchase order within 30 days of the request or negotiate with the Vendor or cancel
thea r ent or purchase order if an agreement cannot be reached on the value of the increase.
8. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondent(s) performance
at any time during the contract term.
9. ACCEPTANCEIINSPECTION: Acceptance inspection should not take more than five(5) working days.
The a-warded respondent will be notified within the time frame if the services delivered are not in full
compliance with the specifications. In the event the services are not performed to the satisfaction of the
City,the vendor shall agree torp or rvices to specification at no additional cost to the City, If any
agreement or purchase order is cancelled for non-acceptance,the needed services may be purchased
elsewhere.
10. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
............._.
minimum or maximum purchase ismade orimplied. The City will only order the services)goods needed to
satisfy requirements within budgetary constraints, is may be more or less than indicated,
11. PERMITS:The successful Respondent shall verify and obtain all necessary permits, licenses, and/or
certificates required by federal, state, and local laws, ordinances, rules, or regulations for the completion of
the services as specified if required for the project.
12. AWARD., The City reserves the right to enter into an Agreement ora Purchase Order with a single award,
split award, primary and secondary award, non-award, or use any combination that best serves the interest
and at the sole discretion ofthe City. Respondents to the solicitation will be notified when City staff
recommendation of award has been made. Thea rd announcement will be posted to the City's website
Page 8 of 16
City of RoundRock "A"
Water Treatment Chemi Is
IFB 22-011
Class/item: / 190-36
October 2021
t h sill run ro texas. v/cit - uin sseslsol'rcit lostonce City Council has approved the
recommendation of awardand the agreements been executed.
13. POST AWARD MEETING: The City successful s m ns) may have a post award meetingo
discuss, but not be li i to the following:
A. The methodto providesmooth r transition of services or from a current
contractor.
B. Provide i contact(s)information for implementation of agr t.
C. Identify specific it stop s,goals, and strategieso meet objectives,
14. POINT OF CONIACT(POQ 1 DESIGNATED REPRESENTATIVE:
Contractor'sA. . In order to maintain consistent standards of quality work performed
across the City, the Cityshall be providedwith a desIgnatedn identified point of contact upon award
of the contracto include n c information. The City's designated representative shall a notified
the Respondent immediately s o the point of contact change.
B. The City's designated representative:
Chad Kinder
Water Treatment
Utilities it I Services
Phone: 512-341-3134
E-mail:wkinderb-rocindrocktexas
15. I V.j 7
The City has enteredinto Int rloc I Agreements withother Governmenta
cis pursuant to the
Interlocal o tion Act, Chapter 791 of the Texas Government Code.The Contractor agrees tooffer
the same prices and conditions to other eligible agencies that have an Interlocal agreement
with the City
B. The City dos not accept any responsibility or liability for the purchases by other government agencies
through an interlocal o tiv n
Evac 9 of 16
City of Round Rock Exhibit "A"
Water Treatment Chemicals
IFB 22-011
Class/item: 885-94/190-36
October 2021
PART IV
SCOPE OF WORK
I
® The City seeks to establish a multiyear agreementwith qualified vendors to provide scheduled
bulk deliveries of water treatment chemicals to the surface water treatment plant, ground water treatment
plant, and wastewater treatment plant. This contract can be awarded to multiple vendors.
2. TRANSPORTATION AND DELIVERIBE2glagMENMTS: The following transportation requirements are
ex este to be followed for the duration of the resulting contract-
A. Respondent may use subcontracting and/or common carrier for authorized transportation of chemicals.
B. Chemicals shall be delivered in conformance with all applicable federal, state, and local laws.
C. Items delivered shall be in new and unused condition.
D. All chemicals delivered shall be in suitable containers for shipment and storage.
E. All empty containers shall be removed by the vendor upon delivery of new containers at no cost to the
City.
F. All chemical deliveries shall be transported in clean, properly identified, and labeled vehicles used only
for the transport and delivery of the designated chemical. As applicable, the City will accept a
certification of cleanliness in lieu of dedicated tanker trucks so long as all other elements of the
chemical specifications are met.
GAll deliveries must include a certified weight ticket.
H. Deliveries shall be made during normal working hours; Monday-Friday 7:0 :OOP unless
otherwise agreed upon.
I. All deliveries shall be scheduled with the City.
J. Respondent shall notify the City of any possible delays and will continue to advise the City daily until
the delivery is made. Default in scheduled delivery or failure to meet specifications, authorizes the City
to purchase the product from a supplier of choice and charge overage(if any)to the defaulting vendor.
KDelivery locations are as follows:
i. Water Treatment Plant
5494 NAH 35
Round Rock, TX 78681
K Brushy Creek Regional Wastewater Plant
3939 E. Palm Valley Blvd.
Round Rock, TX 78664
iii. Lake Creek Well Site
310 S. Burnet St.
Round Rock, TX 78664
iv. Georgetown Lake Pump Station
2050 Cedar Breaks Rd.
Georgetown,TX 78628
3. CHEMICAL SPECIFICATIONS:
A, Chlorine., Chemical shall-
i. Be approved as a drinking water additive in accordance with National Sanitation Foundation
(NSF)/American National Standards Institute(ANSI)Standard 60.
ii. Be filtered with a media removing eighteen to twenty microns prior to filling any container for
delivery to the City of Round Rock.
iii, Be 99.5 percent pure by volume.
iv. Contain no soluble mineral or organic substances in quantities producing deleterious or injurious
effects on the health of persons consuming water that has been treated properly with liquid
chlorine.
v. Not to exceed 150 parts per million (ppm) moisture by weight
Page 10 of 16
City of Round Rock Exhibit "A"
Water Treatment Chemicals
IF B 22-011
Class/item: 885-94 11 0-3
October 2021
vi. Not to exceed 10 ppm lead, 1 pprn mercury, 3 pprn arsenic or 30 ppm of the sum of all heavy
metals.
vii, Use City owned equipment (hoist apparatus, hand truck, etc.)
viii. The successful Respondent shall maintain a twenty-four(24) hour emergency service for liquid
chlorine(if proposed)emergencies that includes, at a minimum, the following:
a) Trained and certified personnel in hazardous materials response that shall be on-site within two
(2) hours of emergency notification from the City.
b) Have all necessary equipment and apparatus for managing and rernediating any emergency
leak or release of chlorine from Respondent supplied cylinders or container&
c) Follow procedures for the removal and disposal of defective or leaking cylinders or containers.
ix. The successful respondent shall, AT NO ADDITIONAL COST TO THE CITY, provide annual
training to city employees on the characteristics and safe handling practices of chlorine gas if
chlorine product is being proposed.
x. Respondent shall provide a safety data sheet(SDS) and, upon request from the City, a certificate
of analysis(COA)or certificate of compliance(COC).
BLiould Aluminum Sulfate: Material shall-
i. Be approved as a drinking water additive in accordance with NSFIANSI Standard 60.
ii. Contain no less than 8 percent water-soluble aluminum oxide.
iii. Contain no less than .35 percent water soluble iron.
iv. Be free of insoluble and suspended matter, including but not limited to chips, dirt, grit, and all other
foreign matter.
v. Possess adequate clarity for the easy reading of measuring devices.
vi. Be delivered into four 10,000-gallon bulk storage tanks through a standard 2-inch female quick
connect.
vii. The quantity of chemical sample product requested by the City shall be at least five (5)gallons,
viii. Respondent shall provide a safety data sheet(SDS) and, upon request from the City, a certificate of
analysis (COA)or certificate of compliance(COC).
C. Liguid Alum! um. Sulfate w Sulfate: Material shall-
i. Be approved as a drinking water additive in accordance with NSFIANSI Standard 60.
ii. Contain no less than 8 percent water-soluble aluminum oxide.
iii. Contain no less than .35 percent water soluble iron.
iv. Be free of insoluble and suspended matter, including but not limited to chips, dirt, grit, and all other
foreign matter.
v. Possess adequate clarity for the easy reading of measuring devices.
vi. Be delivered into four 10,000® allon bulk storage tanks through a standard 2-inch female quick
connect.
vii. The quantity of chemical sample product requested by the City shall be at least five (5)gallons.
viii. Respondent shall provide a safety data sheet(SDS)and, upon request from the City, a certificate
of analysis(COA) or certificate of compliance(COC).
D. Aluminum Chl Material shall®
i. Be approved as a drinking water additive in accordance with NSF/ANSI Standard 60.
ii. Contain approximately 50%aluminum chlorohydrate by weight.
iii. Contain no more than 100 ppm Fe203.
iv. Contain a relative basicity of 8310.
v. Be free of insoluble and suspended matter, including but not limited to chips, dirt, grit, and all other
foreign matter.
vi. Possess adequate clarity for the easy reading of measuring devices.
vii. Be delivered into four 10,00 - alion bulk storage tanks through a standard 24inch female quick
connect.
Page I I of 16
City of Round Rock Exhibit "A"
Water Treatment Chemicals
IFB 22-011
Class/item: 885-941190-36
October 2021
viii. Respondent shall provide a safety data sheet(SIDS) and, upon request from the City, a certificate of
analysis(C A)or certificate of compliance(COC).
E i i i is oMaterial shall-
i. Be approved as a drinking water additive in accordance with NSFIA Standard 60,
ii. Have a high molecular weight.
iii. Be cationic.
iv. Be a liquid that is readily soluble in water at all concentrations.
v. Be effective over a pH range of 5.0 to 7.0 Standard Units.
vi, Be effective over a temperature range from five degrees Celsius to 30 degrees Celsius.
vii. Be resistant to chlorine.
viii. Contain no less than .36 percent water soluble iron.
ix. Be free of insoluble and suspended matter, including but not limited to chips, dirt, grit, and all other
foreign matter.
x. Possess adequate clarity for the easy reading of measuring devices.
A. Be in clean, properly identified and labeled fifty-five (55) gallon drums.
A. Respondent shall remove emptied containers when new containers are delivered.
viii. Respondent shall provide a safety data sheet(SIDS)and, upon request from the City, a certificate of
analysis (COA)or certificate of compliance(COC).
F. Sodium Permancianate 20%: Material shall®
i. Be approved as a drinking water additive in accordance with NSFANSI Standard 60.
iL Contain 19 to 21.5®/ sodium permanganate.
iii. Have a pH between 5 and 8 standard units.
iv. Have a specific gravity of 1.'15 to 1.17.
v. Be delivered into a bulk storage container through 2-inch female quick adapter
vi. The successful Respondent shall maintain a twenty-four(24) hour emergency service for
Potassium Permanganate emergencies that includes, at a minimum, the following:
a) Trained and certified personnel in hazardous materials response that shall be on-site within two
(2) hours of emergency notification from the City.
b) Have all necessary equipment and apparatus for managing and remediating an emergency
leak or release of sodium permanganate.
viii. Respondent shall provide a safety data sheet(SIDS) and, upon request from the City, a certificate of
analysis (COA)or certificate of compliance (COC).
G. Liguld Amm Mum Sulfate: Material shall-
i. Be approved as a drinking water additive in accordance with NSFIANSI Standard 60.
ii. Contain no soluble mineral or organic substances in quantities producing deleterious or injurious
effects on the health of persons consuming water that has been treated properly with chlorine.
iii. Contain 10%/® ammonia(N 1-13).
iv. Be completely soluble in water.
v. Be delivered into a bulk storage tank through a standard 2-inch female quick connect.
A. The successful Respondent shall maintain a local twenty-four(24) hour emergency service for
liquid ammonium sulfate emergencies that includes, at a minimum, the following:
a) Trained and certified personnel in hazardous materials response that shall be on-site within two
(2) hours of emergency notification from the City.
b) Have all necessary equipment and apparatus for managing and remediating an emergency
leak or release of liquid ammonium sulfate.
vii. Respondent shall provide a safety data sheet(SIDS) and, upon request from the City, a certificate of
analysis (COA)or certificate of compliance(COC).
H. Sodium Hydroxide(17%),. Material shall®
i. Contain 17—20% sodium hydroxide.
Page 12 of 16
City of Round Rock Exhibit "A"
Water Treatment Chemicals
IB 22-011
Class/item: 885-941190-36
October 2021
ii. Be completely soluble in water.
hL Be in clean, properly identified and labeled totes used only for the transport and delivery of sodium
hydroxide.
iv. The successful Respondent shall maintain a local twenty-four(2 4) hour emergency service for
liquid ammonium sulfate emergencies that includes, at a minimum,the following:
a) Trained and certified personnel in hazardous materials response that shall be on-site within two
(2) hours of emergency notification from the City.
b) Have all necessary equipment and apparatus for managing and remediating ane r ency
leak or release of sodium hydroxide.
vii. Respondent shall provide a safety data sheet(SDS)and, upon request from the City, a certificate of
analysis (COA)or certificate of compliance(COC).
4. TESTING REM"OPMMS:
A. The City of Round Rock reserves the right to request chemical product samples of all other chemicals
in addition tothe required samples for liquid aluminum sulfate, liquid aluminum sulfate with 2%copper
sulfate, and liquid cationic polymer coagulant aid.
8, Upon request from the City, the awarded vendor shall submit samples for testing within 14 days of the
request at no cost to the City.
C. Samples will be sent to:
Chad Kinder
3400 Sunrise Rd.
Round Rock, TX 78665
5. CONTRACTOR M
11BILITIES
LNSIBILITI : The Respondent shall®
)PO _
A. Provide the City with a primary and secondary POC for each delivery.
B. Notify the City's POC 1 hour prior to delivery. If the City's primary point of contact is not avaible,
contractor shall contact the secondary point of contact.
C. Ensure each delivery driver has adequate directions to the delivery location.
RESPONSIBILITIES. The City will-
A. Provide access to all delivery locations and have personnel on site at the time of delivery.
B. Provide the vendor with a primary and secondary POC for all deliveries.
C. Coordinate all deliveries with vendor.
D. Be responsible for inspecting delivered products for conformance.
Page 13 of 16
City of Round Rock Exhibit "A"
Water Treatment Chemicals
IFB 22-011
ClassiItem: 885-941190-36
October 2021
ATTACHMENT A
BID SHEET
1. ATTACHMENT A—BID SHEET is posted in Solicitation Documents for IFB 22-011 Water Treatment
Chemicals in an Excel format on the City of Round Rock website at:
nst
A. In order to be considered responsive Attachment A-Bid Sheet must be completed, signed by an
authorized representative and returned by the deadline for submission of response indicated in Part I
Section 5—Schedule of Events.
B. The Respondent, by submitting and signing Attachment A—Bid Sheet, acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by reference, and are to be bound by the terms therein.
C. In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database.To register, go to: ��//round�ror.ktx�vend�oit ,munisselfseirvicecomNeridors/defaiLait.aspx
DBy the signature affixed on Attachment A—Bid Sheet, the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated
the antitrust laws oft is State, codified in Section 15.01 et seq., Texas Business and Commerce Code,
or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any
competitor, or any other person engaged in such line of business.
E. The Respondent agrees, if this Offer is accepted within 120 calendar days after the Due Date, to fully
comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet.
Page 14 of 16
City of ound Rock Exhibit "A"
Water Treatment Chemicals
IFB 22-011
Class/item: f m3
October
ATTACHMENT B
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION
SOLICITATION
RESPONDENT'S NAMEAD��
Provide the name, ,telephone numUkrlakA-MAIL of at least three(3)valid Municipal,Government
agencies or f comparable size have utilized services that are similar in type andcapacity within the last
two( )year& Cityn ock references ar not applicable. References may be checked ricr to award. I
references cannot be confirmed or if negative responses are received it may result in the disqualification of
submittal.
1. Company's
Name of Contact
Title of Contact
E-Mail Address
Present Address
CIty, State,Zip Code
Telephone Nu r
. Company's Name
Name of Contact
Title of Contact
C'.
E-Mail Address 0\
Present Address L
City® State,Zip Code
Telephone Number { } Fay r ( )
. any' e 411 .�(m Ion
b
Name of Contact
Title of Contact
E-Mail Address
Present Address
City, State®Zip Code
Telephone Number ( } Fay berg ( }
FAILURE I UI INFORMATION WI°T THE SOLICITATIONMAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROMCONSIDERATION FOR AWARD.
Page 16 of 1
Exhibit "A"
TEXASRO
UND ROCK
r"GnmaN
ADDENDUM
CITY OF ROUND ROCK,TEXAS
Solicitation: I 1 1114121
This addendum Is to incorporate the following n s to the above referenced solicitation:
I> I I I ® In Part IV of the solicitation multiple chemical ion te"The quantitysof chemical sa ple
product requested by the City shall be gft least five (5)gallons."
This statement for each of these chemical ction ll now read"The quantity of chemical sample product
requested by the Cityll be u
p_Lo five ( gallons." The typicalirequested will be 8oz.
II, i
Q. What is the average size order for liquid cationic oly r
A. The typical order would be 20 drums.
Q. What size I ill the Cityrequire fortesting?
A. The typical sample size requested will be 8oz.
Q. When do I send my chemical samples to the City for review?
k The City does not expect chemical samples to be submitted with the bids.The City reserves the right to
request chemical samples prior to award of the contract or at any point In time during the resulting contract(s).
III. Additional information: le a the attached bid tabulation o the previous solicitation, Invitation for Bid
16-013 Water Treatment Chemicals,
I . ALL OTHER TERMS AND CONDITIONS I THE SAME.
APPROVED BY: 1114121
Iles Reich, Purchaser
Purchasing Office,
By the signature affixed belowthis addendum is hereby inc rpor into and made a part of the above referenced
solicitation.
ACKNOWLEDGED
A"-k L�1� )C5 leg k
Name Authorized'Sig nature Date
FAILURERETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
CONSIDERATION
Exh
° 64 86
Alftachmen
Sheet
Water Treatment Chemicals
IFB 22-011
The Rasp dant represents by#hair signature bela that they era sub ittln [rsin ran u a bind the respondent to fuffy
oomply with the solicitation documents containedin IFB 22-011 Water Treament Chemicals.The Respondent acknowledges that they have received
and ad the entire solicitation packet. antes addendums,and all documents Incorporated by reference,and agrees to be bound by the terms
therein.
Special Instructions: Be advised thatt _taken to any DortionI ill I _ r c n I srnstiv bids
l not be considered and unauthorized ma i tions to the bids set format will result in the rejection of the bid. The City reserves the right to
purchase r less than the quantities indicated bala
iUn unft,cost,
Extended Total
0.0t)e DID
1 Chlorins ®n Indar 205 'Ton � )
�®� $0.00
1 ire 1 I in 250 Each
d r $0.00
s
3 Granulated CL2 70%(HTH) 1000 lbs $0.00
4 Liquid r inu Sulfate 500 Dry Ton $0.00
Liquid u i uSulfate with 2% r ralfate Dry Tarr MOO
Aluminum Cis rata 150 -PA Tan
7 Liquid ui a anisPolymer(65 gallon, 110 000 Ids $0.00
3 Sodium Permennanate 0 25,550 Ids
Liquid mania u M1000 all n 4 el 0,40
10" Sodium Hydorxide17% 3.025aUan 0®00
lob
Estimated Annual Totah! $0 .00
t� a
d q
NAME:COMPANY
SIGNATURE OF AUTHORIZED REPRESENTATIVE:
PRINTED
PHONE NUMBER: -
EMAIL ADDRESS:
t.off't