R-88-1153 - 8/25/1988WHEREAS, the City of Round Rock has duly advertised for bids for
a flow computer system for the West Wastewater Treatment Plant, and
WHEREAS, Gulf Systems has submitted the lowest and best bid, and
WHEREAS, the City Council wishes to accept the bid of Gulf
Systems, Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of Gulf systems is hereby accepted as the lowest
and best bid, and the Mayor is hereby authorized and directed to
execute on behalf of the City a contract with Gulf Systems for a flow
computer system for the West Wastewater Treatment Plant.
ATTEST:
RESOLVED this
C29RESGULFS
RESOLUTION NO. //.53/C
day of August, 1988.
MIKE ROBINSON, Mayor
City of Round Rock, Texas
DATE: August 22, 1988
SUBJECT: Council Agenda, August 25, 1988
ITEM: 10C. Consider a resolution authorizing the Mayor to
enter into a contract with Gulf Systems for
Flow Computers at the West Wastewater Treatment
Plant.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
In order to comply with Water Commission
requirements, two flow recorders need to be
installed at the West Wastewater Treatment
Plant. One bid was received on 8 -9 -88.
Public Works staff recommends award to
Gulf Systems for the price, of $9,000.00.
CITY OF
ROUND ROCK
PUBLIC WORKS
PROJ ECT
FLOW COMPUTER
SPECIFICATIONS AND
CONTRACT DOCUMENTS
1153/&
FLOW COMPUTER
SPECIFICATIONS AND CONTRACT DOCUMENTS
THE CITY OF ROUND ROCK, TEXAS
AUGUST 1988
TABLE OF CONTENTS
1.0 NOTICE TO BIDDERS NB -1
2.0 BID DOCUMENTS BD -1
3.0 POST BID DOCUMENTS PBD -1
4.0 GENERAL CONDITIONS GC -
5.0 SPECIAL CONDITIONS SC -1
6.0 TECHNICAL SPECIFICATIONS T -1
1.0 NOTICE TO BIDDERS
NOTICE TO BIDDERS
Saaled proposals addressed to the City Manager, City of Round Rock,
221 East Main Street, Round Rock, Texas 78664, for furnishing and
delivering two (2) Flow Canputers to the City of Round Rock, Texas, will
be received until Tuesday, August 9, 1988 at 2:00 p.m. then publicly
opened and read aloud. No bids may be withdrawn after the scheduled
opening time. Any bids received after scheduled bid opening time wiil be
returned unopened.
Bids must be submitted on City of Round Rock proposal forms and
must be accompanied by an acceptable bid security, payable to the City
of Round Rock, Texas, equal to five percent (5%) of the total bid
amount. Proposal forms, Specifications and Instructions to Bidders may
be obtained from the Department of Public Works, 300 South Blair, in
Round Rock, Texas, beginning July 21, 1988 for a non - refundable charge
of $5.00 per set.
In case of ambiguity, duplication or obscurity in the bids, the
City of Round Rock reserves the right to construe the meaning thereof.
The City of Round rock further reserves the right to reject any or all
bids and waive formalities and irregularities in the bids received.
The successful bidder will be expected to execute the standard
contract prepared by the City of Round Rock, and to furnish performance
and payment bonds when required as outlined in the bid documents.
Publication Dates: 7/18/88
7/25/88
8/01/88
8/08/88
NB - 1
Joanne Land
City Secretary
City of Round Rock
2.0 BID DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Prior to submitting any proposal, bidders ar required to read the
specifications, proposal, contract and bond forms carefully; to
inform themselves by their independent research, test and
investigations of the difficulties to be encountered and judge for
themselves of the ease of providing the services outlined in the
proposal and all attending circumstances affecting the cost of
providing the services outlined in the proposal and the time
required for their completion; and obtain all information required
to make an intelligent proposal.
2. Should the bidder find discripancies in, or omissions from, the
specifications, or other documents, or should he be in doubt as to
their meaning, he should notify at once the Owner and obtain
clarification or addendum prior to submitting any bid.
3. It shall be the responsibility of the bidder to see that his bid is
received at the place and time named in the Invitation to Bidders.
Bids received after closing time will be returned unopened.
4. Bids shall be submitted in sealed envelopes plainly marked "Sealed
Bid" and showing the name of the project, the job number, and the
opening date and time.
5. Bids shall be submitted on proposal forms furnished by the City of
Round Rock.
6. All proposals shall bec accompanied by a cashier's check upon a
National or State bank in an amount less than five percent (5%) of
the total maximum bid price, payable without recourse to the City
of Round Rock, or a bid bond in the same amount from a reliable
surety company, as a guarantee performance and payment bonds within
ten (10) days after notice of award of contract to him. Proposal
guarantees must be submitted in the same sealed envelope with the
proposal. Proposals submitted without check or bid bonds will not
be considered.
7. All bid securities will promptly be returned to the respective
bidder except that of the top three (3) successful bidders which
the City of Round Rock will hold until the successful bidder will
be returned.
8. Until the award of the contract, the City of Round Rock reserves
the right to reject any and all proposals and to waive
technicalities; to advertise for new proposals; or to do the work
otherwise when the best interest of the City of Round Rock will be
thereby promoted.
BD -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
9. In case of ambiguity or lack of clarity in the statement of
prices in the bids, the City of Round Rock reserves the
right to consider the most favorable analysis thereof, or to
reject the bid. Unreasonable (or unbalanced) p r i c e s
submitted in a bid may result in rejection of such bid or
other bids.
10. Award of the contract, if awarded, will be made within
thirty (30) days after opening of the proposals, and no
bidder may withdraw his proposal within said thirty (30)
day period of time unless a prior award is made.
11. Within ten (10) days after written notification of award of
the contract, the successful bidder must furnish a
satisfactory performance bond in the amount of one - hundred
percent (100 %) of the total contract price and a
satisfactory payment bond in such amount, both duly executed
by such bidder as principal and by a corporate surety duly
authorized to so act under the laws of the State of Texas
and Surety.
12. If the total project amount is less than $25,000.00, the
performance and payment bond requirement will be waived by
the City of Round Rock. Payment will be made following
completion of the work.
13. Failure to execute the construction contract within ten (10)
days of written notification of award or failure to furnish
the surety bond as required, shall be just cause for the
annulment of the award. In case of the annulment of the
award, the proposal guarantee shall become the property of
the City of Round Rock, not as a penalty, but as a
liquidated damage.
14. No contract shall be binding upon the City of Round Rock
until it has been signed by its Mayor after having been duly
authorized to do so by the City Council.
15. The Contractor shall not commence work under this contract
until he has furnished certification of all insurance
required and such has been approved by the City of Round
Rock, nor shall the contractor allow any subcontractor to
commence work on his subcontract until proof of all similar
insurance that is required of the subcontractor has been
furnished and approved.
16. Any quantities given in any portion of the contract
documents, including the plans, are estimates only, and the
actual amount of work required may differ somewhat from the
estimates. The basis for the payment shall be the actual
amount of work done and /or material furnished.
BD -2
17. No Texas sales tax shall be included in the prices bid for
work under this contract. This contract is issued by an
Organization which is qualified for exemption pursuant to
the provisions of Article 10.04 (h) of the Texas Limited
Sales, Excise and Use Tax Act. The contractor performing
this contract may purchase, rent or lease all materials,
supplies, equipment used or consumed in the performance of
this contract by 'issuing to his supplier an exemption
certificate complying with State Comptroller's ruling
495 -0.07. Any such exemption certificate issued by the
contractor in lieu of the tax shall be subject to the
provisions of the State Comptroller's ruling 495 -0.09 as
amended to be effective July 1, 1979.
18. No conditional bids will be accepted.
BD -3
and fiunly bound unto the
The CONDITIONS OF THIS OBLIGATION
has submitted the above mentioned
the "SPECIFICATIONS FOR FURNISHING
at the office of the OWNER on
BID BOND
ITCH ALL MEN BY THESE PRESENTS, THAT WE
, hereinafter refer-
red to as the "OWNER ", in the penal sum of five percent (5 %) of the total
amount of the bid of the PRINCIPAL submitted to the OWNER, for services
described below; for the payment of which sum in lawful money of the
United States of America, well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents. In no case shall the liability of
the SURETY hereunder exceed the sum of $
NOW, THEREFORE, if the PRINCIPAL is awarded the contract, and within the
time and manner required under the heading "Instructions to Bidders ",
after the prescribed forms are presented to him for signature, enters
into a written agreement, substantially in the form contained in the
Specifications, in accordance with the bid and files the town bonds with
the OWNER, one to guarantee faithful performance and the other to
guarantee payment for labor and materials, then this obligation shall be
null and void, otherwise, it shall be and remain in full force and
effect.
In the event suit is brought upon this bond by the OWNER and judgement is
recovered, said SURETY shall pay all costs incurred by the OWNER in such
suit, including a resonable attorney's fee to be fixed by the Court.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this
day of , 19 .
Principal Surety
By (Seal) By: (Seal)
BD
, as PRINCIPAL and
, as SURETY, and held
ARE SUCH THAT whereas, said PRINCIPAL
bid to the OWNER, for services under
FLOW COMPUTERS
, for which bids are to be opened
, 19 .
'E
1
F
PROPOSAL BIDDING SHEET
JOB NAME: Flow Computers
JOB LOCATION: Round Rock, Williamson County, Texas
OWNER: City of Round Rock, Texas
DATE: August, 1988
Gentlemen:
Pursuant to the foregoing Notice to Bidders and Instructions to
Bidders, the undersigned bidder hereby propcses to do all the work,• to
furnish all necessary superintendence, labor, machinery, equipment, tools,
matAr;als, insurance and miscellaneous items, to complete all the work on
which he hfris as provided by the attached supplemental specifications for
providing FLOW COMPUTERS and binds himself on acceptance of this
proposal to execute a contract and bond for completing said project
within the time stated, for the following prices, to wit:
BASE BID
Bid Item Description Unit
Them Quantity Unit and Written Unit Price Price
1. 2 Ea. Flow Computer, complete
including delivery,
per Each
for Four Thousand
Dollars
'and 00 Cents $ 4,000 00 $ 8.000.00
TOTAL BASE BID (Item 1) $ 8.000.00
ALTERNATE BID A
lA 2 Ea. Flow Computer, complete
including delivery and
installation, per Each
for Four Thousand
Five Hundred Dollars
and • 00 Cents $ 4,500.00 $ 9,000.00
•
TOTAL ALTERNATE BID A $ 9,000.00
BD - 5
Amount
If this proposal is accepted, the undersigned agrees to execute the
contract and provide necessary bonds and insurance certification as
per the Instructions to Bidders and commence work within five (5) days
after written notice to proceed. The undersigned further agrees to
complete the work in full within 45 calendar days after the date of
the written notice to proceed.
The undersigned certifies that the bid prices contained in the
proposal have been carefully checked and are submitted as correct and
final. The owner reserves the right to reject any or all bids and may
waive any informalities.
Respectfully submitted,
Pre .du -
Title for: N mcLu
Name of firm Secretary, if Contractor
is a Corporation
BD -6
P.O. Bo< 453'2 /456%) 78
_ Ad re s
5125 4$-!1
Te ephone
0 I.i ELI ►_� ��" •
3.0 POSP BID DOCUMENTS
THE STATE OF TEXAS
COUNTY OF WELLIAMSON
AGREEMENT
KNOWN ALL MEN BY THESE PRESENTS
That this Agreement made and entered into this U/' ,;clay of
A.D., 19 �`� , by and between the CEPY OF ROUND ROCK TEXAS, it
Mayor, FFE Party, hereinafter termed the Owner, and 4k1D
of the City of Ougitiu ,County of , State of
, Second Party, hereinafter termed Contractor.
The
The
The
The
The
The
TiAtacii
Notice to Bidders
Instructions to Bidders
Proposal and Bidding Sheets
Performance & Payment Bonds
Certificate of Insurance
General Conditions
of Agreement
PBD -1
WICNESSEPH: That for and in consideration of the payments and
agreements hereinafter mentioned to be made and performed by said First
Party (Owner), the said Second Party (Contractor) hereby agrees with tho
First Party to commence and complete the work for certain
imprpvements at the prices set forth in the Contractor's Proposal dated
gl 9 fr ' or certain improvements described as follows:
The Contractor shall perform all work - --
described in the Specifications anal shall meet all requirements of this
Agreement, the General and Special Conditions of the Contract and such
Orders and Agreements for Extra Work as may subsequently be entered by
the above named parties to this Agreement
. The Contractor hereby agrees to commence work under this
contract within 5 consecutive calendar days after the date in the Notice
to Proceed given to the Contractor and shall cause work to progress in a
manner satisfactory to the Owner. Such work shall be completed in full
within 45 calendar days after the date of the written Notice to Proceed.
Time is of the essence to this contract-
The Owner agrees to pay the Contractor in current funds, and to
make payments on account, for the performance of the work in
accordance with the Contract, at the prices set forth in the Contractor's
Proposal, subject to additions and deductions, all as provided in the
General Conditions of the Agreement.
The following documents together with this Agreement, comprise
the Contract, and they are as fully a part thereof as if herein repeated
in full:
The Special Conditions of Agreement
The Technical Specifications
The Special Provisions
Addenda
Change Orders
The Plans
1
1
1
1
1
1
1
,AGREEMENT (CONTINUED)
IN WITNESS WHEREOF the Parties to these presents have executed this Agreement
in the year and day first above written.
ATTES •
By
OA AL AL! # i
Cl Secretary
PBD -2
CITY OF ROUND • +CK TEXAS, OWNER
By
Mayor
Contractor
• THE STATE OF TEXAS
COUNTY OF WILLIAMSON
PERFORMANCE BOND .
KNOW ALL MEN BY THESE PRESENTS
THAT,
City of , County of , and State of
as.principal, and
•
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly bound unto the City of Round Rock, Texas,•here-
inafter called THE CITY, COUNTY OF WILLIAMSON, TEXAS (Owner), in the penal sum
of Dollars ($ ) for
the payment whereof, the said Principal and Surety bond themselves, and their
heirs, administrators, executors, successors and assigns jointly and severally,
by these presents:
WHEREAS, the Principal has entered into a certain written contract with the
Owner, dated the day of , 19 , to which contract
is hereby referred to and made a part hereof as fully and to the same extent as
if copies at length herein consisting of:
of the •
NOW THEREFORE,. THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully perform said contract and shall, in all respects, duly and faith-
fully observe and perform all and singular the convenants, conditions and agreements
in and by said Contract, agreed and convenanted by the Principal to be observed and
performed, including but not limited to, the repair of any and all defects in said
work occasioned by and resulting from defects in materials furnished by or workman-
ship of, the in performing the work covered by said Contract and occurring
within a period of twelve (12) months from the date of the Contract Completion
Certificate and all other covenants and conditons, according to the true intent
and meaning of said Contract, and the Plans and Specifications hereto annexed, then
remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of
Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities
on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copies at length herein. • .
Surety, for value received, stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the contract, or to the work per-
formed thereunder, or the plans, specifications, or drawings accompanying the
same, shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed thereunder.
PBD •- 3
1.
PERFORMANCE BOND (CONTINUED)
1
� ' IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this
11
instrument this day of , 19
11 Principal Surety
1 By - By •
Title Title
11 Address " " Address'
']
' I The name and address of the Resident Agent of Surety is:
1
I
11
1 1
1!
1
1
11
1
1
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THAT,
County of and State of
as principal, and
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly bound unto THE CITY OF ROUND ROCK, hereinafter
called THE CITY, COUNTY OF WILLIAMSON, TEXAS (OWNER), in the penal sum of
Dollars ($ )
for the payment whereof, the said Principal and Surety bond themselves, and
their heirs, administrators, executors, successors and assigns, jointly and
severally, by these presents: • •
WHEREAS, the Principal has entered into a certain written contract with the
Owner, dated the day of • , 19 _, to which contract.is
hereby referred to and made a part hereof as fully and to the same extent as
if copies at length herein.
NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE SAID Prin- .
cipal shall pay all claimants supplying labor and material to him or a subcon-
'-tractor in the of the work provided for in said contract, then, this
obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of
Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities
on this bond shall be determined in accordance with the provisions of and
said Article to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the contract, or to the work per-
formed thereunder, or the plans, specifications or drawings accompanying the
same shall in anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed
this Instrument this day of , 19 •
Principal Surety
By
Title
Address
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS
of the City of
II The name and addre c,f the Resident Agent of Surety is :
PRn - 5
qOf CERTIFICATE OF INSURANCE
COVERAGES
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS. AND COND1-
TION90F SUCH POLICIES,
TYPE OF INSURANCE
GENERAL LIABILITY
A i3 COMMERCIAL GENERAL LIABILITY
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCPEOUL ED 30
HIRED Ad TOO
` 03 053300 3)10E0
GARAGE LIABILOT
EXCESS LIABILITY
OTHER THAN UMBRELLA FORM
TPP300421
POLICY NUMBER
WC694207
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS
003C/ E'/ECTRE
DATE ,M1.U06-Y
12 -11 -87
12 -11 -87
'Ot'CY EiPRA003
CATE ■MM,CDNY'
12 -11 -88
12 -11 -88 $ 100
$ 500
$ 100
ALL LIMITS IN THOUSANDS
GENENAI 003330333 S 300
=ROaCTS COAIPOPS AGGREGA•E S 300
PER50331 1 000 0RNSNG'3.03I $ 300
URAE•.01 S _ 300
15:
S
300.3
5003
,PEA 2 45GN1 C
woR
03ui11l
S
rArUroav
$
*03nE,A _
:000H ACC'015 :'
1015EASE POLICY L MI•)
I DISEASE EACH EMPLOYEE)
1
WORKERS' COMPENSATION
AND
EMPLOYERS' UABILITY
OTHER
CERTIFICATE HOLDER
.City of Round Rock
214 E. Main,
'Round Rock, Texas 78664
Attn: Danny Halden
CANCELLATION
Issue DATE (M ADOITT)
9 -14 -88
SHOULD ANY OF THE ABOVE DESC LIED POLICIES BE CANCELLED BEFORETHE EX•.
• PIRATON DATE THEREOF, THE ISSUING COMPANY WILL
MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILTY OF ANY KIND THE COMPANY, ITS NTS OR REPRESENTATIVES.
AUTHORIZED REPRESE
COMPANY
LETTER B Northwestern
PRODUCER
Dan Ross Insurance
4202 Spicewood Springs Rd. #105
Austin, Texas 78759
INSURED
A.T. Systems, Inc.
dba Gulf Systems
P.O. Box 4537
Austin, Texas 78765
19
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A Northwestern National Lloyds
COMPANY G
LETTER
COMPANY D
LETTER
COMPANY E
LE
National Casualty
TYPE OF
INSURANCE
POLICY
NO.
EFFECTIVE
. —DATE .
EXPIRATION
.. DATE.... .
—
.LIMITS.OF.LIABILITY
Workmen's
Compensation
•.
Statutory,.State of
Texas, $
Employer'.s Liability
Comprehensive
General
Liability
Includes
Contractual
---- •- Liability
Covers
Independent
Contractors
Owner's
Protective
•
•
• -
. •
•
•
.
.
:'.
Bodily. Injury
$ • •- each person
$ each person
.
Property.Damage
$' ". each accident
$• aggregate
Bodily Injury
.$ each person
'•$ each accident
Property Damage
•$ • • • ...each accident
$ • aggregate -
Comprehensive
Automobile %_:
Liability--. ..
Owned
Vehicles
-- Hired
Vehicles
Non -owned
.Vehicles
Includes
Contractual
Liability
...
•
- ... '
-
.
-
•
.
.
/
-_
::;le•:
- • '
- . -
,_ '
Bodily Injury -
'$ .• •..:.•each person ''
'$ • each accident
Property Damage .
S each accident
•
.
1
TO: City of Round Rock
214 East Main Street
Round Rock, Texas 78664
CERTIFICATE OF INSURANCE
THIS IS TO CERTIFY THAT is, at the date of
this certificate, insured by this company with respect to the business opera-
tions hereinafter described, for the types of insurance and in accordance with '
the provisions of the standard policies used by this company, and further here-
inafter described. Exceptions to standard policies are noted on the reverse -
side hereof.
PBD - 6
Date:
Description of Work:
1 '
1 1 (
1
CERTIFICATE OF INSURANCE (CONTINUED)
The above policies either in the body thereof or by appropriate endorsement provide
that they may not be changed or cancelled by the insurer in less than ten (10) days
after the insured has received written notice of such change or cancellation.
This Certificate of Insurance neither affirmatively or negatively amends, extends, '
or alters the coverage afforded by policy or policies indicated by this certificate.
PBD - 7
(Name of Insurer
By:
Title:
Address:
by
MAINTENANCE BOND
BOND NUMBER AMOUNT
That we,
KNOW ALL MEN BY THESE PRESENTS,
(hereinafter called the "Principal.")
as Princpai, and the , a corporation duly
organized under the laws of the State of , and duly licensed
to transact business in the State of (hereinafter ca ll e d th
"Surety"), as Surety, are he and firmly bound unto
THE CITY OF ROUND ROCK, TEXAS
(hereinafter called the "Obligee "),
in the sum of dollars
(5 ),for the payment cf which sum well and truly to be made,
we, the said Principal and the caul Surety, bind ourselves, our heirs, executors,
administrators, succes -s and assigns, j3intly and severally, firmly by these
presents.
Sealed with our seals and dated this day cf ,A.D.
nineteen hundred and
WHEREAS, the said Principal has heretofore entered into a contract with
dated , 19 , far construction of
WHEREAS, the said Principal is required to guarantee the work
under swirl contract, against defects in materials or
workmanship, which may develop during the period of year(S) from the
date cf acceptance of the project above described, by owner
THE CITY OF ROUND ROCK, TEXAS
NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATION IS SUCH, that if
said Prindcal shall faithfully carry out and perform the said guarantee, and
shall, on due notice, repair and make good at its own expense any and all
defects in materials or workmanship in the said work which may develop during
the period of year(S) from the date of acceptance of the project above
described, by owner
THE CITY OF ROUND ROCK, TEXAS
or shall pay over, make good and reimburse to the said Obligee all lass and
damage which said Obligee may sustain by reason of failure or default of said
Principal so to do, then this obligation shall be null and void; otherwise stall
remain in full force and effect.
Principal
PBD - 8
Surety
by
4.0 GENERAL CONDITIONS
GENERAL CONDITIONS OF THE AGREEMENT
General Conditions of the Agreement, on file at the Department of Public Works, 300
South R1air, Round Rock, Texas 78664, are hereby included by reference.
GC - 1
5.0 SPECIAL CONDITIONS
SECTION 01- INFORMATION
01 - ENGINEER
The word "Owner" in these Specifications shall be
understood as referring to the City of Round Rock, 221
East Main Street, Round Rock, Texas 78664, named and
designated in the Agreement as the "Party of the first Part"
acting through its duly authorized officers and agents.
01 - COPIES OF SPECIFICATIONS FURNISEED
The Agreement will be prepared in not less than five (5)
counterpart (original signed) sets. Owner will furnish
Contractor two (2) sets of conforming Contract Documents and
Technical Specifications free of charge, and
additional sets will be obtained from the owner at
commercial reproduction rates plus 20% for handling.
01 -03 GOVERNING CODES
All services contracted for and as provided for under these
Specifications shall be governed by any existing Resolutions,
Codes and Ordinances, and any subsequent amendments or
revisions thereto as set forth by the Owner.
01 - LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME
The Contractor agrees that time is of the essence for this
Contract and that the definite value of damages which would
result from delay would be incapable of ascertainment and
uncertain, so that for each day of delay beyond the number of
days herein agreed upon for the canpletion of the work herein
specified and contracted for, after due allowance for such
extension of time as is provided for under the provisions of
Section 4.02 of the General Conditions, the Owner may withold
permanently fran the Contractor's total compensation, not as
penalty but as liquidated damages, the sum of $50.00 per
calendar day.
SC -1
1
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
1
1
1
SECTION 02- SPECIAL CONSIDERATIONS
02 - 01 CROSSING UTILITIES
Prior to commencing the work associated with this contract, it
shall be the Contractor's responsibility to make arrangements
with the Owners of such utility companies to uncover their
particular utility lines or otherwise confirm their location.
Certain utility companies perform such services at their own
expense, however, where such is not the case, the Contractor
will cause such work to be done at his own expense.
02 -02 UTILITY SERVICES FOR CONSTRUCTION
The Contractor will be responsible for providing his own
utility services while performing the work associated with
this contract. No additional payment will be made for this
item.
02 -03 GUARANTEES
Guarantee work, including equipment installed, shall be free
from defects due to faulty workmanship for a period of one
(1) year from the date of final acceptance by the Owner.
Materials furnished shall be free from defects for a period
of one (1) year or the period provided by the manufacturer,
whichever is longer, from the date of final acceptance by the
Owner. Upon notice from Owner, the Contractor shall
repair defects in all construction or materials which develop
during specified period and at no cost to Owner. Neither
final acceptance, Certificate of Completion, final payment
nor any provision in Contract Documents relieves Contractor
of above guarantee. Notice of observed defects will be given
with reasonable promptness. Failure to repair or replace
defect upon notice entitles Owner to repair or replace same
and recover reasonable cost thereof from Contractor.
Prior to payment by the Owner to the Contractor, the
Contractor shall provide to the Owner a Maintenance Bond for
not less than ten (10) percent of the total contract amount
and such bond shall be in force for a time period as outlined
above.
02 - MINIMUM WAGE SCALE
Minimum wage scale as specified and regulated by the State of
Texas and the Federal Government.
SC -2
02 -05 LIMIT OF FINANCIAL RESOURCES
The Owner has a limited amount of financial resources
cannitted to this Project; therefore, it shall be understood
by all bidders that the Owner may be required to change
and /or delete any items which he may feel is necessary to
accanplish all or part of the scope of work within its limit
of financial resources. Contractor shall be entitled to no
claim for damages for anticipated profits on any portion of
work that may be emitted. At any time during the duration of
this contract, the Owner reserves the right to snit any work
from this contract. Unit prices for all items previously
approved in this contract shall be used to delete or add work
per change order.
02 - CONSTRUCTION REVIEW
SECTION 03- INSURANCE
The Owner shall provide a project representative to review
the quality of materials and workmanship.
02 - LIMITS OF WORK AND PAYMENT
It shall be the obligation of the Contractor to canplete all
work included in this contract, so authorized by the Owner,
as described in the contract documents and technical
specifications. A11 items of work not specifically paid for
in the bid schedule shall be included in the unit price bids.
Any question arising as to the limits of work shall be left
up to the interpretation of the Owner.
03 -01 Insurance policies must be obtained by the Contractor or
separate endorsement obtained by his existing insurance
policies on projects that involve special hazards, such as
blasting, excavation on public properties, etc.
The principal types of insurance which will be necessary are:
Comprehensive General Liability Insurance. The Contractor
shall provide and maintain during the life of this Contract
and until all work under said Contract has been completed and
accepted by the Owner, a comprehensive General Liability
insurance policy, said policy and the issuing carrier
approved by the Owner, which specifically insures the
contractual liability of the Contractor assumed under
Paragraph 3.17 in the General Conditions entitled
Indemnification ". The liability coverage under this
policy shall cover Independent Contractors.
SC -3
Liability limits for the Comprehensive General Liability
insurance coverage under this policy shall not be less than
the following:
Bodily Injury $300,000 each person
$300,000 each accident
Property Damage
$100,000 each accident
$100,000 aggregate
A $500,000 umbrella coverage shall also be required.
Public Liability and Property Damage to protect the
Contractor, any of his sub- contractors and the Owner against
claims arising from personal injury, including accidental
death, as well as claims or property damage.
The amount for liability is $250,000 /$500,000. The amount of
property damage is $100,000 per accident.
Automobile and Truck Public Liability and Property Damage to
protect the same individuals as indicated above, and in the
same amount of liability.
Worker's Ca pensaion and Employer's Liability
Builder's Risk Insurance is necessary to cover loss of or
damage to the building materials while the project is under
construction.
The Contractor shall supply to the Owner a Certificate of
Insurance, on a form supplied by the insurance canpanies or a
form similar to the attached samples from the Contractor
prior to the start of work.
Owner's Protective as required by the General Conditions of
the Agreement.
SC - 4
6.0 TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS FOR FLOW COMPUTERS
GENERAL
TRANSDUCER
SENSOR CABLE
There shall be supplied two (2) each Flow Computers, and
they shall be delivered complete with all cables, connectors,
mounting brackets, appurtenances, and all other hardware
necessary for their complete installation, operation and
intended application. The Flow Computers shall be delivered
to the Owner at the location as specified by the Owner.
Each Flow Computer shall consist aE a solid state pressure
transducer and a computer capahle of being field mounted.
Each Flow Computer shall be equivalent to Model WDM -4
Flow /Level Computer as manufactured by
Montedoro-Whitney and shall be as specified herein.
The Depth Transducer shall be of the solid state, direct
immersion, piezo-resistive type. The Transducer shall be
polyurethane encapsulated and shall have a direct hydraulic
coupling, and shall interface with the fluid through a
permanently gel - filled port not larger than 1/32nd of an inch
diameter, so that it shall be immune to fouling by silt,
sludge, bacterial growth; and shall not be affected by
velocity changes. The Transducer shall be temperature
compensated, and barometric-pressure equalized, and shall
have an integral amplifier to allow the Transducer to have
an output voltage of 1-6 VDC. The Transducer shall have a
flat stainless steel plate attached to its bottom to allow for
mounting.
The Depth Transducer sh$11 be designed specifically for
installation beside a 90 V -Notch Weir on the wall
immediately adjacent to the Weir and a stainless steel
mounting bracket to allow for such installation shall be
provided.
The Depth Transducer shall have an accuracy of 0.25% Full.
Scale, minimal hysteresis, and repeatability of + one count.
The Depth Transducer and the Computer shall be
interconnected by means of special, oceanographic grade
cable. The sensor cahle shall have a waterproof outer jacket
T -1
COMPUTER
of polyurethane which shall, remain flexible to -40 degrees
F. The sensor cable shall be resistant to acidental
penetration, and shall contain within a single jacket both
the electrical conductors and the atmospheric reference
tut The sensor cable shall be permanently bonded to the
Transducer housing to provide a permanent water -tight aal
There shall be supplied a Computer, suitahle for fi.id
installation, including stainls steel mounting packets as
required. The Computer shall be manufactured by the same
manufacturer of the above specified specified sensor.
However, a Computer compatible with the above specified
sensor and equivalent to the aforementioned Computer may
be supplied with written approval from the Owner. In all
cases the computer shall meet the following minimum
criteria
-
HOUSING
The Computer shall be furnished housed in a NEMA 4X
water tight enrleeure, of torsion- resistant fiberglass, with
locking hasps and Lexan viewing window. The dimensions of
the enclosure shall be adequately sized to contain the
computer, printer, back -up battery and all other necessary
appurtenances and shall be as relected by the Owner.
COMPUTER
The Computes shall be a dedicated microprocessor, of CMOS
electronic design, which shall operate on either AC voltage
of 110 VAC 60 HZ or on 12 VDC. The Computer shall
accomplish all of the specified functions of the instrument
internally.
FUNCTIONS
The Computer shall be programmable in the field for time,
date, instrument identification number, flow equation,
engineering units, display scaling, output scaling, and printer
operation functions. All such field programming shall be
accomplished by means of either front panel elector
switches ar internal matrix programming switches. No
external programming device shall be required.
FLOW EQUATIONS
The Computer shall be supplied pre- programmed with flow
equations for most common weirs and flumes, and shall be
T -2
cap hle of being optionally programmed in the field for any
smooth depth- to-flow relationship, including half -round pipe,
and the Manning equation.
FRONT PANEL
There shall be supplied on the front panel a liquid crystal
display which shall indicate either depth or flow, as Pelected
by a rotary switch on the front panel. Also on the front
panel shall be a rotary switch which shall control the
functions of the integral digital printer. The rotary switches
shall also provide for: setting and viewing date and time
(including year, month, day, hours and minutes); testing and
viewing back -up battery system status; and, setting and
viewing the identification number or code There shall also
be located on the front panel a 6 -digit electromechanical
totalizer of the "secret reset" variety, which shall be
programmah1P by the matrix switches in the Computer.
DIGITAL PRINTER
Mounted integrally with the front panel, and internally in
the NEMA 4X enclosure shall be a digital printer which shall
be controlled by the dedicated microprocessor. The printer
shall accept an RS -232 -C ASCII output from the
microprocessor, and shall be controlled by the front panel
switches. The printer shall: print the results of the
automatic system diagnostic check on command; print the
header, time, date, and instrument identification number on
demand, or automatic -any a 0000 hours every day; print the
column headers "FLOW" or "DEPTH" as selected on rhw
matrix switches; and pant averages of either flaw or depth
on mlected time intervals of 1, 2, 5, 10, 15, 20, 30, or 60
minutes. These time intervals shall be user - selectable by
means of the matrix switches in the Computer. At 0000
hours, or on demand, the printer shall print "AVERAGE
DAILY FLOW (LEVEL) " /QUANTPPY; "MINIMUM FLOW
(LEVEL)" /QUANTITY /TIME; "MAXIMUM FLOW
( LEVEL ) " /Q UANTIT Y/TIM E.
Sufficient thermal printer paper shall be supplied with the
printer to allow for an entire year of operation with one
roll of paper when the time interval of 60 minutes or
"hourly average flow" is selected. An additional five (5) rolls
of thermal printer paper, each capable of allowing for an
entire year of operation as outlined above, shall also be
supplied
Analog chart recorders, or digital printers which print only
digital code shall. not be acceptable
T -3
TRADE NAMES
OUTPUTS
The Computer shall generate digitally with 0 to 4095 steps
of resolution a 4 -20 mADC output, a 1 -5 VDC output, a
programmahlP SPST Dry contact sampler trigger, and an
RS -232 -C ASCII output.
BATTERY BACK -UP SYSTEM
The Computer shall integrally contain a a1f- recharging
12VDC battery back -up system which shall maintain the
computer in operating mode for a minimum of 3 hours after
loss of AC power. The battery shall be a rechargpah1P,
cealerl, lead acid gel cell, and shall be housed internally in
the instrument enclosure. The status of the battery back -up
system shall be capable of being checked and tested by the
Computer.
Except as specified otherwise, wherever in the
specifications an article or class of material is designated
by a trade name or by the name or catalog number of any
maker, patentee, manufacturer, or dfa1r, such designations
shall be taken as intending to mean and specify the articles
described or another equal thereto in quality, finish, and
serviceability for the purpose intended, as may be
determined and judged by the Owner in the Owner's golf.
discretion.
MATERIALS AND WORKMANSHIP
Where mai-prialA or equipment are specified by a trade or
brand name, it is not the intention of the Owner to
discriminate against an equal product of another
manufactures, but rather to set a definite standard of
quality for performance, and to establish an equal hams for
the evaluation of bids. Where the words "equivalent ",
"proper" or "equal to are used, they shall be understood to
mean that the item referred to shall be "proper", the
"equivalent" of, or "equal to" some other item, in the
opinion or judgement of the Owner. Unless otherwise
specified, all materials shall be new and the best of their
respective kinds and shall be in all cases fully equal to
approved samples. Notwithstanding that the words or equal
to" or other such expressions may be used in the
specifications in conection with a material, manufactured
article or process, the material, article or process
specifically designated shall be used, unless a substitute is
approved in writing by the Owner, and the Owner will have
the right to require the use of such sper•ifimlly designated
material, article or process
T -4
INSTRUCTION MANUALS
There shall be included with each Flow Computer supplied, a
new and complete set of Instruction Manuals that contain all
necessary and pertinent information and manufacturer's
recommendations for the proper operation, maintenance and
installation of each Flow Computer.
INSTALLATION
Each Flow Computer shall be installed in accordance with
the manufacturer's recommendations.
PAYMENT
Each installation shall be in accordance with all applicahla
ccdes and ordinances as adopted by the City of Round Rock,
Texas. All electrical work wi11 be inspected by the Building
Inspection Department of the City of Round Rock. All
non - electrical work will be inspected by the Public Works
Department of the City of Round Rock. The Contractor
will correct any part of the installation deemed
unacceptable by Building Inspection or Public Works.
The Owner shall specifiy the location for each installation.
Upon completion of installation, a demonstration shall be
made to the Owner and/or the Owner's representatives
showing that all functions of each Flow Computer operate
Properly.
Payment for materials furnished will be made by the Owner
within thirty (30) days after the date that such materials
are delivered to the Owner and have been deemed
acceptable by the public. Works Department of the City of
Round Rock, Texas.
Payment for materala furnished and installed will be made
by the Owner within thirty (30) days after the
date that installation is complete and deemed acceptable by
the Public. Works Department of the City of Round Rock,
Texas.
Note that payment will not be made until all appropriate
Maintenance Bonds have been provided to the Owner as
stipulated in Section 02 -03 of the Special Conditions.
T -5