Title
Consider a memorandum/resolution authorizing a Letter of Agreement with Pump Solutions, Inc., for removal and installation of six submersible chopper pumps at Lift Stations #21, 22 and 24, in the amount of $227,857.00.
Body
DATE: January 20, 2026
TO: Kent Cagle, City Manager
FROM: Christopher Noll, Interim Executive Director of Public Works
SUBJECT: Authorize the execution of a Letter of Agreement with Pump Solutions, Inc., for the removal and installation of six submersible chopper pumps at Lift Stations #21, 22 and 24
BACKGROUND AND FINDINGS:
In June 2024, a five-year maintenance plan was approved to bring the City’s water and sewer stations up to date. In January 2025, staff advertised for a multi-year bid for pump replacements at twelve lift stations and two pump stations. Lift stations 21, 22, and 24 were on the list for replacement. On March 18, 2025, Council approved the rejection of the one response received for Bid 25-16, Multi-Pump Replacements, due to the quote not matching the specifications.
This letter of agreement is based on the quote from Pump Solutions, Inc., for the replacement of six submersible pumps at three lift stations; #21, #22, and #24.
Lift Station #21 was constructed in 2005 and operates two 20-horsepower (HP) submersible pumps. With a rated capacity of 1.0 million gallons per day (MGD), it receives flow from the northern and central Splawn Ranch subdivision and surrounding areas and conveys this flow downstream to Lift Station #24.
Lift Station #22 was constructed in 2010 and operates two 50-HP submersible pumps. With a rated capacity of 2.2 MGD, it receives flow from Lift Station #23B and subdivisions located north of the site along the eastern side of Bunny Trail and conveys this flow downstream to Lift Station #20.
Lift Station #24 was constructed in 2005 and operates two 75-HP submersible pumps. With a rated capacity of 2.5 MGD, it receives flow from Lift Station #21 and the southern portion of the Splawn Ranch subdivision and conveys this flow downstream to Bell County Water Control Improvement District #1 Wastewater Treatment Plant.
The contractor is a member of The Interlocal Purchasing System (TIPS) contract #23010401. Staff is requesting Pump Solutions, Inc., be approved to provide the removal and installation of two submersible chopper pumps at each lift station, totaling six pumps. Immediate replacement is highly recommended to ensure continued functionality of sanitary sewer services, resolve complications during routine maintenance, and establish long-term reliability for future needs.
The funding is allocated in the Fiscal Year (FY) 2026 Water and Sewer Division Budget.
THE ALTERNATIVES CONSIDERED:
N/A
Which alternative is recommended? Why?
N/A
CONFORMITY TO CITY POLICY:
This purchase will be made with Pump Solutions, Inc., through TIPS contract no. 23010401. Purchases made through a cooperative contract are exempt from the competitive bidding process, as stated in Texas Local Government Code section 271.102, subchapter F, “a local government that purchases goods or services under this subchapter satisfies any state law requiring the local government to seek competitive bids for the purchase of goods or services.
FINANCIAL IMPACT:
What is the amount of the revenue/expenditure in the current fiscal year? For future years?
The total expenditure for FY 2026 is $227,857.00.
Is this a one-time or recurring revenue/expenditure?
One-time
Is this revenue/expenditure budgeted?
Yes, funds are available in the Water & Sewer Fund in account 550-56315-400-405-000000.
If not, where will the money come from?
N/A
Is there a sufficient amount in the budgeted line-item for this revenue/expenditure?
Yes
RECOMMENDATION:
Authorize the City Manager, or his designee, to execute a Letter of Agreement with Pump Solutions, Inc., in the amount of $227,857.00 utilizing the cooperative TIPS contract number 23010401 and authorize the City Manager, or designee, to execute any and all change orders within the amounts set by State and Local law.
DEPARTMENTAL CLEARANCES:
Public Works
Purchasing
Finance
Legal
ATTACHED SUPPORTING DOCUMENTS:
Agreement
TIPS Contract
Certificate of Insurance
Certificate of Interested Parties
Presentation