Loading...
R-90-1464 - 6/14/1990CITY OF ROUND ROCK PUBLIC WORKS PROJ ECT TELEVISION INSPECTION SYSTEM SPECIFICATIONS AND CONTRACT DOCUMENTS iLicaig z TBLCONTV/1 TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS REQUEST FOR PROPOSAL INSTRUCTIONS TO BIDDERS FACTORS FOR PROPOSAL EVALUATION PROPOSAL AND BIDDING SHEETS NOTICE TO PROCEED NOTICE OF AWARD AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT SPECIAL CONDITIONS OF THE AGREEMENT SPECIFICATIONS Mayor Mike Robinson Mayor Pro.tem Charles Culpepper Council Members John Hood Tish Oatman Pete Correa Ronnie Jean Jhmmy Joseph City Manager Robert L. Bennett, Jr. City Attorney Stephan L Sheets THE CITY OF ROUND ROCK 221 East Alain Street Round Rock, Texas 78664 512- 255-9612 REQUEST FOR PROPOSALS Sealed proposals should be addressed to the City Secretary, City of Round Rock, 221 East Main Street, Round Rock, Texas, 78664, for furnishing all labor, material and equipment and performing all work required for the construction and installation of a TELEVISLON INSPECTION SYSTEM. The work in general includes construction of equipment racks and installing of television equipment in a vehicle to be applied by the City. The Contractor shall be responsible for providing all design, superintendence, labor, supplies, materials, transportation, etc..., for completing the job as detailed on the proposal plans and in the contract documents. Proposal forms, specifications, and instructions to bidders may be obtained from the Department of Public Works, 300 South Blair in Round Rock, Texas beginning April 16, 1990. Sealed proposals will be received until. ll:00 A M, May 11, 1990, at which time all proposals shall be publicly opened and read aloud in the City Council Chambers. All proposals shall be addressed to the "City Manager, Proposal for Television Inspection System ", 221 East Main Street, Round Rock, Texas 78664. No proosals may be withdrawn after the scheduled closing date. Any proposals received after schedule deadline time will be returned unopened. Bid envelopes should state date and time of bid and "Television Inspection System ". In case of ambiguity, duplication, or obscurity in the proposals, 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 xopasals and waive any informalities and irregularities in the proposals received. The successful supplier will be expected to execute the standard contract prepared by the City of Round Rock. JOANNE LAND Assistant City Manager/ City Secretary City of Round Rock INSTRUCTIONS TO BIDDERS PROPOSAL INSTRUCTIONS TO BIDDERS The proposal shall be submitted on the proposal forms which are included herein, and shall be en -1ne d in a sealed envelope addressed to: The City of Round Rock 221 East Main Street Round Rock, Texas 78664 Attn: City Manager and shall be identified as follows: "PROPOSAL FOR TELEVISION INSPECTION SYSTEM" to be submitted prior to 11:00 AM, May 11, 1990. A proposal will not be accepted unless prepared on the proposal forms provided. Unauthorized conditions, limitations or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without addition, alterations or erasures. Alternative proposals will not be considered unless called for. No oral, telegraphic or telephonic proposls or modifications will be considered The proposal may be withdrawn upon request by the supplier without prejudice to himself prior to, but not after, the time fixed for receiving of proposal, provided that the request is in writing, has been executed by the supplier or his duly authorized representative, and is filed with the City of Round Rock. DISQUALIFICATION OF SUPPLIERS More than one proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. Reasonable grounds for believing that any supplier is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such supplier is interested. If there is mason for believing that collusion exists among suppliers, all proposals will be rejected and none of the participants in such collusion will be considered in future propsals. AWARD OF CONTRACT - RESERVATION OF RIGHTS Contracts, if awarded, will be awarded to responsible supplier whose proposals is determined to be most advantageous to the municipility considering the relative importance of price and other evaluation factors included in this Request for ProposaL The City of Round Rock reserves the right to reject any or all proposals, to accept the best proposal, and to waive any informality in any proposal. All proposals received shall become the property of the City of Round Rock. Notice of Award of COULcdct shall be given by the Owner within sixty (60) days after the hid opening. d rop / ** 1af2 EXECUTION OF CONTRACT A bidder to whom award is made shall execute a written contract with the City of Round Rock on the form of agreement provided. Failnre or efncal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be a just cause for the annulment of the award. If the successful supplier refuses or fails to execute the Contract, the City of Round Rock may award the Contract to the recond best responsible supplier. If the second best responsible supplier refuses or fails to execute the Contract, the City of Round Rock may re- advertised the work. PROPOSAL SIGNATURE If the proposal is made by an individual, it shall be signed and his full name and his address shall be given; if it is made by firm it shall be signed with the co- partnership name by a member of the firm, who shall sign his own name, and the name and address of each member shall be given; and if it is made by a corporation the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate real, and the names and titles of all officers of the corporation -hall be given. BIDDERS EXAMINATION OF SITE Each bidder shall examine carefully the site of the proposed work and the Contract Documents therefor. It will be assumed that the supplier has investigated and is satisfied as to the conditions to be encountered; as to the character, quality and quantity of materials to be furnished an as to 'he requirements cif the Contract, Specifications and Drawings. ADDENDA Bidders desiring further information, or interpretation of the Plans or Specifications must make a request for such information in writing to the Owner, prior to 48 -hours before the closing date . Answers to all such requests wfl be given in writing to all suppliers, in Addendum form, and all Addenda will be bound with, and made a part of, the Contract. Documents. No other explanation or interpretation will be considered ffiral cr binding. Should a supplier find discrepancies in, or omissions from the Plans, Specifications or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Owner in order that a written Addendum may be sent to all suppliers. Any addenda issued prior to twenty-four (24) hours of the opening of proposals will be mailed or delivered to each Contractor contemplating the submission of a proposal on this work. The proposal as submitted by the Contractor wili be so constructed as to include any Addenda if such are issued by the Owner prior to twenty -four (24) hours of the opening of proposals. irstp / ** 2of2 The intent of this Request for Proposals (RFP) is to enable the City of Round Rock to acquire sire a Television Inspection System(s) that meets or exceeds the Tecifications within this RFP. The City reserves the right to accept the best proposal for the City of Round Rock. The systems should be cap h1P of achieving the inspection requirements presented in the specifications section of this RFP. Therefore, the major factors which will be used in evaluating your proposal and their relative importance are as follows: The purpose of the specifications is to describe the minimum acceptable requirements for the Television Inspection equipment with accessories for the custom installation in the City's Utility Van described in a asperate proposal. which can be obtained at Public Works. Upon completion of installation, the van - mounted television inspection system and its accessories shall be tPstad and fully operational upon delivery and accompanied by a qualified instructor. The system and its installation shall conform to all applicable O.S.H.A. safety regulations. The City retains the right to re or accept any and all proposals. If any potential problems exist with these conditions, please note them in the response to this RFP; otherwise, the City will assume they are acceptable. Failure to accept all provisions will not eliminate any vendor from consideration. FACTORS FOR PROPOSAL EVALUATION L Performance of similiar Installations. 25 % 2. Training and Support. 5% 3. Cost of Equipment. 70 % 1 of 1 PROPOSAL TO CPPY COUNCIL OF ROUND ROCK, TEXAS FOR THE PROCUREMENT OF A TELEVISION INSPECTION SYSTEM The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that the bidder has carefully examined the form of the contract, Notice to Contractors, instruction to suppliers, general conditions, general requirements of the proposed work; and agrees that he/she will provide all the necessary labor, machinery tools, apparatus, and other items incidental to the design and construction, and will do all the work and furnish all the matPriAlq called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City of Round Rock as herein set forth. It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be inoreased or diminished as may be considered necessary, in the opinion of the City of Round Rock, to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City of Round Rock; but not shown on the plans or required by the specifications, <„ accordance with the provisions of the General Conditions. Similarly, they may be decreased to coven deletion of work so ordered. The undersigned supplier agrees to commence work within ten (10) days after written Notice to Proceed. ACKNOWLEDGEMENT OF PAYMENT ITEMS The undersigned acknowledges that the foregoing proposal items are the only items of payment under this contract and that his proposal price under these items reflects the complete charges for furnishing all labor, material, and equipment to complete the project as outlined in the plans, specifications, and couiadct documents. KNOWLEDGE OF CONDITIONS AND CONTRACT DOCUMENTS The undersigned warrants that he/she has examined the purposed vehicle specifications, the plan drawings, specifications, and all other parts of the Contract Documents. proposal* Page 2 of 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT TIME If awarded the Contract, the undersigned agrees to complete the work according to submitted schedule but in no case greater than 90 calendar days. OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reserves the right to reject any or all Proposals or to waive any informalities or technicalities in any proposal in the interest of the Owner, except as specifically limited by the terms cf the Contract Documents or applicable laws or governmental regulations. ADDENDA The undersigned acknowledges receipt of the following addenda: Addendum No. Dated SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully submitted by: (1) Name Todd B. Kinloch (2) Address P• 0. Box 4919, Pasadena, Texas 77502 (3) Phone Number 800 - 39 2 - 3322 (4) 1 Type of firm: ( ) Individual, ( ) Partnership, ( x) Corporation (5) Corporation organized under the laws cf the State of Texas (6) List the names and addresses of all members of the firm or names and titles of all officers of the corporation: Phil;n Stein. l 06 geburrow. Houston. Texas. President L. J. Guillot, 4309 Fairway, Pasadena, Texas, Vice - President L.D. Keister, 131 N. Richey, Pasadena, Texas, Secretary Page 3 of 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (7) Numbers of years experience Twenty -five (8) List at lead five (5) similar projects completed within the last five (5) years. Contract Amount/Date Completed/Name and Address pf Owner and telephone number. See attached users list (9) Suppliers submitting proposals shall include the following information in their response packets proposal* A. Detailed Component list B. System Specifications C. Technical Literature D. Table of Compliance E. Purchase/installation Schedule Payment of taxes, in the State of Texas Yes x No If requested by the Owner, Bidders may be required to submit a notarized financial statement, financial data or other information and references sufficiently comprehensive to permit an appraisal of his current financial conditions. Page 4 of 6 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 PROPOSAL BIDDING SHEET JOB NAME: Television Inspection System JOB LOCATION: Round Rock, Williamson County, Texas OWNER: City of Round Rock, Texas DATES: 1990 Gentlemen: Pursurant to the foregoing Request for Proposals and Instructions to Suppliers, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materialq, insurance and miscellaneous items, to complete all the work on which he proposes as provided by the attached supplemental Television Inspection System and binds himself on acceptance of this proposal to execute a contract for completing said project within the time stated, for the following prices, to wit ' 2. 1 4. 1 BASE PRICE BID QUANTITY UNIT ITEM DESCRIPSTION UNIT AMOUNT ITEM & WRITTEN UNIT PRICE PRICE 1 1 L.S. Television In S60,53. *60,539.0o spection System Complete in-place per specifications for $ sixty thousand five hundred and thirty -nine dollars and zero cents. 3. 1 htAcht/ * ** Support (1 Year) Training. Maintenance 0. Year). TOTAL: $6 Dollars 00 cents 5of6 0 0 0 0 0 0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 If this proposal is accepted, the undersigned agrees to execute the contract as outlined in the Instructions to suppliers and commence work within ten (10) days after written Notice to Proceed. The undersigned further agrees to complete the work in full within ninety (90) calendar days after the date of the written Notice -too- Proceed. The undersigned certifies that the proposal prices contained in the proposal have been carefully checked and are submitted as , correct and final The owner reserves the right to react any or all hid and may waive any informalities Repectfully Submitted, Todd B. Kinlooh Date: May 11, 1990 6of6 P. 0. Boy; 4919 Pasadena. Texas 77502 Address Sales Representative 800-392-3'322 Title for Telephone Naylor Supply Co. Inc. ij ;/ 71- �. Name cf firm P'esident ' if Contractor is a Corporation " NOTICE OF AWARD Dated this (Slay of 3,) iL I 1990. The City of Round Rock , JUN 20 1990 PROJECT: Television Inspection System Dear Mr. 4�1/ The Owner has considered the Proposal submitted by you for the above described work in response to its Advertisement for Proposals. You are hereby notified that your Proposal has been accepted for items in the amount of $ (00, 639 • Qo You are required by the Instructions to Suppliers to execute the Agreement within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish Certificate of Insurance within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your Proposal as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. By: G — /Zt.ed_yP -� Fredarirk Rne all Line Maintenance Manager ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by Philip W. Stein this the 20day of June 1990. notawd/4 Naylor S y Co., Inc jr ~ r. ; " j�, ; � // r Title Pr i sident I( PROJECT: Television Inspection System Dear The Owner has considered the Proposal submitted by you for the above described work in response to its Advertisement for Proposals. You are hereby notified that your Proposal has been accepted for items in the amount of $ You are required by the Instructions to Suppliers to execute the Agreement within ten (10) c-alPndar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish Certificate of Insurance within ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner's acceptance of your Proposal as abandoned. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. notawd/4 Dated this day of NOTICE OF AWARD 1990. The City of Round Rock By: Frederick Rm.--,="n Line Maintenance Manager ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the day of 1990. CONTRACTOR By: Title: DATE: TO: PROJECT: Television Inspection System Dear You are hereby notified to commence work in accordance with the Agreement dated on or before and you are to complete the work within consecutive calendar days thereafter. The date of completion of all work is therefore 1990. ntproced/1 NOTICE TO PROCEED The City of Round Rock ACCEPTANCE OF NOTICE By: Frederick Riga all Line Maintenance Manager Receipt of the above NOTICE TO PROCEED is hereby acknowledged by , this the day of , 1990. CONTRACTOR By Title THE STATE OF TEXAS ) AGREEMENT KNOW ALL MEN BY THESE PRESENTS COUNTY OF WILLIAMSON ) That this Agreement made and entered into this 5? day of_� A.D. , 1990, by and between the CITY OF ROUND ROCK, TE AS, it's Mayor, First Party, herein s termed the Owner and (f„Y, Sul'eoe of the City of AcApp , County of 1 4.1 3 t_9.21C , State of AS , Second Party, hereinafter termed Contractor. WITNESSETH: 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 the First Party to commence and complete the construction of certain improv at the prices set forth in the Contractor's Proposal dated 51(k go for certain improvements described as follows: Television Inspection System The Contractor shall perform all work shown on the Plans and described in the Specifications and 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 ten (10) consecutive calendar days after the date of the written Notice to Proceed and shall cause work to progress in a manner satisfactory to the Owner. Such work shall be completed in full within ninety (90) 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,. sub 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 fully a part thereof as if herein repeated in full: Request for Proposals Instruction to Suppliers Proposal and Pricing Sheets Certificate of Insurance General Conditions of Agreement Basis of Measurement & Payment agreepbd4 PBD -1 Special Conditions of Agreement Technical Specifications Special Provisions Change Orders Plans Addenda AGREEMENT - continued In WITNESS WHEREOF the Parties to these presents have executed this Agreement in the year and day first above written. ATTEST: agreepbd/4 PBD-2 CITY OF ROUND ROCK, TEXAS, OWNER : /1/ AL\ l kl.on , JUgi( (A, i r- Contractor GENERAL OONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT L DEFINITIONS 1.01 Calendar Day. A calendar day shall be the 24 hour period from one midnight to the next consecutive midnight. 1.02 Contract Documents. The Contract Documents shall consist of the Invitation to Suppliers; the Instruction to Bidders; the Propceal; the Signed Agreement; the General Conditions of the Agreement; the Special Conditions of the Agreement; the Specifications; the Plans; the Standard Drawings; Addenda; and duly authorized Change Orders. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In ca of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Proposal, Special Conditions of the Agreement, Specifications, Plans, and General Conditions of the Agreement. 1.03 Contractor. "Contractor" shall mean the business organization or individual named and designated in the Contract Agreement as the "Party of the Second Part" who has entered into this contract for the performance of the work covered thereby, and its, his, or their duly authorized agents and other legal representatives. 1.04 Extra W ork. The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner to be done by the Contractor to accomplish any change, alteration, or addition to the work shown on the Plans, or reasonably implied by the Sper- ifications, and not covered by the Contractor's Proposal, except as provided under "Changes and Alterations ", herein. 1.05 Owner. "Owner" shall mean the City of Round Rock, Texas, named and designated in the Agreement as the "Party of the First Part' acting through its duly authorized officers and agents. 1.06 Plans. "Plans" shall mean and inrinrle (a) all drawings prepared by the Owner as a basis for proposal, (b) all supplementary drawings furnished by the Owner as and when required to clarify the intent and meaning of the contract and (c) drawings submitted by the Contractor to the Owner for acceptance prior to construction. 1.07 Specifications. "Specifications" shall mean (a) all written descriptions, methods and instructions prepared by the Owner as a basis for proposals, (b) all supplementary written material furnished by the Owner as and when required to clarify the intent or meaning of all written descri methods and instructions and (c) all written descriptions, methods and instruction submitted by the Contractor for acceptance by Owner prior to Construction. -1- gc /ag/3 1.08 Subcontractor. "Subcontractors" shall mean and refer only to a business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contract work, or (b) furnishing material worked to a special design according to the Contract plans or specifications; it does not, however, include one who merely furnishes material not so worked. 1.09 Substantially Completed. The term "substantially completed" shall mean that the structure or facility has been made suitable for use and is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustments. 1.10 Work. "Work" shalt mean the work to be done and the equipment, supplies, material" and services to be furnished under the Contract unless some other meaning is indicated by the context. 1.11 Working Day. A "working day" is defined as any day not including Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the principal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.12 Written Notice. "Written notice" shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an offirer of the corporation for whom it is intended, or if delivered at or sent by certified or registered mail to the last business address know to him who gives the notice. 2. GENERAL PROVISIONS 2.01 OWNER STATUS AND AUTHORITY. It is mutually agreed by and between the parties to this Contract that the Owner shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litigation it is further agreed by and between the parties of this Contract that the Owner shall in all cases decide every question which may arise relative to the execution of the Contract on the part of the Contractor; that his decisions and findings shall be the conditions precedent to the right of the parties hereto arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, however, that should the Owner render any decision or give any direction which in the opinion of either party hereto is not in accordance with the meaning and intent of this Contract, either party may files within 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the execution of the work, and the decision or directions of the owner as rendered shall be promptly carried out. gc /ag /3 -2- 2.02 Right of Owner to Mortify Methods and Equipment. If at any time the methods or equipment used by the Contractor are found to be unsafe or inadequate to secure the quality of the work or the rate of progress required under this Contract, the Owner may direct the Contractor in writing to increase their safety or improve their character and affiriency and to cease operations under this Contract until such direction is complied with. No claims shall be made against the owner for damages caused by any delay resulting from such order. 2.03 Changes and Alterations. The Contractor agrees that the Owner may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans, or materials for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract. If such changes or alterations diminish the quality of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with. If they increase the amount of work and the increased work can fairly be rlassified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price established for such work under this Contract; otherwise such work shall be paid for as provided under Section 2.12 "Extra Work ". In the event the Owner shall make such changes or alterations which will make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any materials or labor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in preparation for the work as orginally planned. 2.04 Damages. The right of general supervision by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons, firms, and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. The Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons, firms, corporations, or their property as result of the prosecution of the work. 2.05 Losses from natural Causes. All kas or damage arising out of the nature of the work to be done or from the action of the elements or from any unforeseen circumstances in the prosecution of the work or from unusual obstructions or difficulties which may be encountered and borne by the Contractor at his own cost and expense. gc /ag /3 -3- 2.06 Law and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which in any manner affect the Contract or the work and shall indemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his employees or his subcontractors and their employees. 2.07 License, Permits and Certificates. Except as hereinafter stipulated, all licenses, permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is required such permit will be obtained by the Owner at no cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect and save harmless the Owner from all and every demand for damages, royalties, or fees on any patented invention used by him in connection with the work done or material furnished under this Contract; provided, however, that if any patented material, machinery, appliance, or invention is clearly specified in this Contract, the cwt of procuring the rights of use and the legal release or indemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time the Proposal is submitted. 2. 9 Discrepancies and Omissions It is further agreed that it is the intent of this Contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the Contract, Specifications or Drawings, the Owner shall define which is intended to apply to the work. 2.10 Contractor's Understanding. It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent, or employee of the 0 wner, either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. -4- 2.11 Extra Work. The term "extra work" as used in this Contract shall be understood to mean and include all work that may be required by the Owner to be done by the Contractor to accomplish any change, alteration, or addition to the work shown by the Plans or reasonably implied by the Specifications and not covered by the Contractor's Proposal, except as provided in Section 2.03 - "Changes and Alterations ". It is agreed that the Contractor shall perform all extra work under the - rection of the O wner when presented with a written Change Order signed by the Owner. No claim for extra work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation, he shall make a written request to the Owner for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the payment therefor and the Owner insists upon its performance, the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the "actual field cost' thereof as provided under Method "C" below. 2.12 Payment for Extra Work. It is agreed that the compensation to be paid the Contractor for performing extra work shall be determined by one or more of the following methods: Method "A" - By agreed unit prices; Method "B" - By agreed lump sum; or Method "C" - If neither Method "A" or Method "B" can be agreed upon before the extra work is commenced, then the Contractor shall_ be paid the "actual field cost" of the work plus 15 %. Where extra work is performed under Method "C ", the term "actual field cost" of such extra work is hereby defined to be and shall include: (a) the payroll cast for all workmen, such as foreman, mechanics, craftsmen, and laborers; (b) the cast of all materials and supplies not furnished by the Owner; (c) rental for all power - driven equipment at agreed -upon rates for the time actually employed or used in the performance of the extra work; (d) transportation charges necessarily incurred in connection with any equipment authorized by the Owner for use on said extra work and which is not already on the job; (e) all power, fuel, lubricants, water, and similar operating expenses; (f) all incidental expenses incurred as a direct result of such extra work including sales or use taxes on materials, payroll taxes, and the additional premiums for construction bonds, workmen's compensation, pnhik • liability and property damage, and other insurance required by the Contract gc /ac /3 -5- where the premiums therefor are based on payroll and material casts. The Owner may direct the form in which accounts of the "acbaal field costs" shall be kept and may also specify in writing before the work commences the method of doing the work and the type and kind of machinery and equipment to be used; otherwise the matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be incorporated in the written extra work Change Order. The 15% of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, and general superintendence. 2.13 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the Owner, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the Contractor shall be subct to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. 2.14 Subcontractors. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon written notice from the Owner. 2.15 Owner's Status. Nothing contained in this Contract shall create any contractual relation between any subcontractor and the Owner. 2.16 Completed Portions of Work. The Owner shall have the right to take possession of and to use any completed or partially completed portions of the work prior to completion of the entire work, but such use shall not constitute an acceptance of any of the work not completed in accordance with the Contract Documents. If the Owner determines that taking possession of and using partially completed work substantially increases the cost of or delays construction, the Contractor shall be entitled to extra compensation or extension of time or both as determined by the Owner. 2.17 Materials All materials furnished by the Contractor shall be as required by the Plans and Specifications as accepted by the Owner or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Owner has accepted the source of supply of such materials. gc /ag /3 -6- 2.18 Receiving and Storage of Materia1q. The Contractor shall make arrangements for receiving and storing materials. The Owner will not sign for or receive shipments of materials consigned to the Contractor. The Owner will not furnish storage space for materials. 2.19 "Or Equal" Clause Whenever a material, product, or article is specified or shown on the Plans by using the name of the proprietary product or of a particular manufacturer or vendor and is followed by the term "or equal" the Contractor may submit a written request to the Owner requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Owner will evaluate the request to determine if the material, product, or article is of equal substance and function and if it will perform identically the duties imposed by the general design. Written approval of an "or equal" material, oroduct, or article must be obtained from the Owner before it may be incorporated into the work as a substitute for that specified in the Contract. Documents. 2.20 Completed Work. The Contractor shall maintain continuous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign elements. 2.21 Materials Furnished by the Owner. The Contractor shall assume responsibility for and safeguard any and all materials supplied by the Owner against loss or injury. This provision shall extend to the taking of all necessary sanitary precautions to avoid contamination of such materials that must be maintained and incorporated into the work in a sanitary condition. gc /ag /3 -7- 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES. 3.01 Labor, Equipment, Materials and Construction Plant. The Contractor shall provide all labor, tools, equipment, machinery, supplies, and materials necessary for the prosecution and completion of this Contract where it is not specifically provided that the Owner shall furnish them. The Owner shall not be held responsible for the care, preservation, conservation, or protection of any material, tools, or machinery on any part of the work until it is finally completed and accepted. The Contractor shall maintain on the job at all times sufficient labor, material, and equipment to adequately prosecute the work. 3.02 Contractor's Ability to Perform. Upon request by the Owner the Contractor shall furnish sufficient evidence of his ability to perform the work which is outlined in this document. This shall include an equipment inventory and records showing the satisfactory completion of projects of equal magnitude in the past. It shall be the perogative of the Owner to terminate the Contract as outlined in Section 7 "Termination of Contract ", if job progress indicates that the Contractor lacks either appropriate experience or ability. 3.03 Superintendent and Inspections. The Contractor shall give personal attention to the faithful prosecution and completion of the Contract and shall keep a competent superintendent and any necessary assistants, all of whom are satisfactory to the Owner, on the work continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the Owner's representative shall be as binding as if given to the Contractor. In the event that the Contractor and the superintendent are both absent from the site of the work for prolonged periods of time the Owner may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervision of the work. Such stoppage shall not constitute a basis for any claim against the Owner for damages caused by delay for such work stoppages. 3.04 Character of Employees. The Contractor agrees to employ only orderly, competent, and skillful persons to do the work, and whenever the Owner shall inform him that the work being accomplished is of sub- standard character by reason of carelessness, incompetence, or inexperience on the part of the workers the installation of such work shall be immediately suspended and shall not be resumed until the Owner is satisfied that the conditions causing such faculty work have been corrected. smadequacy -8- 3.05 Contractor's Duty to Protect Persons and Property. In the performance of this Contract, the Contractor shall protect the public and the Owner fully by taking reasonable precautions to safeguard persons from death or bodily injury and to safeguard property of any nature whatcamver from damage. Where any dangerous condition or nuisance exists in and around construction sites, equipment and supply storage areas, and other area' in anyway connected with the performance of this Contract, the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the performance of this Contract unless necessary to its performance, and in that event the Contractor shall provide and maintain at all times reasonable means of warning of any danger or nuisance created. The duties of the Contractor in this paragraph shall be nondelegahle, and the Contractor's compliance with the specific recommendations and requirements of the Owner as to the means of warning shall not excuse the Contractor from the faithful performance of these duties should such recommendations and requirements not be adequate or reasonable under the circumstances. 3.06 Safety Codes. The Contractor shall comply with all applicable provisions of any Federal, State, and Municipal safety laws and building and construction codes. Al machinery, equipment, and other physical hazards shall be guarded in accordance with the latest edition of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompa+ih1P with Federal, State, or Municipal laws or reguations. 3.07 Minimum Wages. All employees directly employed on the work shall be paid not less than the established prevailing wage goal= for work of a similar character in this locality. A scalp of prevailing wages is included in the Special Conditions of these Contract Documents. The Contractor shall pay not less than the general prevailing wages shown on said scale and shall keep accurate wages records accxsihlp in accordance with Article 5159 of the Revised Civil Statues of Texas. 3.08 Unsuitahli= Work or Materials. It is understood and agreed that if the Work or any part thereof or any material furnished by the Contractor for use in the work or es1PCted for the same shall be deemed by the Owner as unsuitable or not in conformity with the accepted plans and specifications, the Contractor shall, after receipt of written notice thereof from the Contracting officer, forthwith remove such material and replace, rebuild, or otherwise remedy such work so that it shall be in full accordance with this Contract. smadequacy -9- Should the Contractor fail to initiate compliance with the above provision within 72 hours or should he fail to properly prosecute and complete correction of such faulty work, the Owner may direct that the work be done by others and that the cost of the work be deducted from monies due the Contractor. 3.09 No Waiver of Contractor's Obligations. The Owner or inspector shall have no power to waive the obligations of this Contract for the furnishing by the Contractor of good material and of his performing good work herein described and in full accordance with the plans and specifications. No failure or omission of the Owner, or inspector to condemn any defective work or material shall release the Contractor from the obligation to at once tear out, remove, and properly replace the same at any time prior to final acceptance upon the rlisrovery of said rlMfective work or material; provided, however that the Owner, or inspector shall upon request of the Contractor inspect and accept or re e ct any material furnished, and once the material has been accepted by the Owner, or inspector such acceptance shall be binding on t h e Owner unless it can be clearly shown that such matPria1 furnished was not as represented and does not meet the specifications for the work. Any questioned work may be ordered taken up or removed for re- examination by the Owner prier to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, re- examination, and replacement shall be borne by the Contractor; otherwise the expense thus incurred shall be allowed as "Extra Work" and shall be paid by the Owner. 3.10 Performance and Payment Bonds. It is further agreed by the Parties to the Contract that the Contractor will execute separate performance and payment bonds or letter of credit, each in the sum of 100% of the total Contract price in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract. 4. OWNER'S OBLIGATIONS AND RESPONS BIMIES 4.01 Right of Entry. The 0 wner reserves the right for its personnel or its agents to enter the property or location on which the work herein contracted are being constructed or installed for the purpose of supervising and inspecting the work for the purpose of constructing or installing such collateral work as the Owner may desire. -10- 4.02 Owner's Inspectors. It is agreed by the Contractor that the Owner shall appoint such inspectors as the said 0 wner may deem necessary to inspect the material furnished and the work done under this Contract, to see that the said material is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and stance required by the Owner or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and instructions of the Owner, supervisors, or inspectors so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.03 Collateral Work. The Owner reserves the right to provide all labor and material essential to the completion of the work that is not included in this Contract either by a separate contract or otherwise. Any collateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the progress of the work being accomplished under this Contract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Owner. smadequacy 5. SCHEDULING AND PROGRESS OF WORK. 5.01 Order and Prosecution of the Work. It is the meaning and intent of this Contract, unless otherwise herein sperifirally provided, that the Contractor shall be allowed to prosecute his work at such times and seasons in such order of precedence and in such manner as shall be most conductive to economy of construction; provided however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole or in part in accordance with this Contract within the time of completion hereafter designated; provided also that the Owner may direct the time and manner of constructing any part or parts of the work when in his opinion such should be given priority to lessen the probability of danger to the public or to anticipate seasonal hazards from the elements or to coordinate with other work being done for or by the Owner. 5.02 Rate of Progress. The Contractor shall give the Owner full information in advance as to his plans for carrying on any part of the work. If at any time prior to the start or during the progress of the work any part of the Contractor's plant or equipment or any of his methods of executing the work appear to the Owner to be unsafe, inefficient, or inadequate to insure the required quality or rate of progress of the work, the Owner may order the Contractor to increase or improve his facilities or methods, and the Contractor shall promply comply with such orders; but neither compliance with such orders nor allure of the Owner to issue such orders shall. relieve the Contractor from his obligation to secure the degree of safety, the quality of work, and the rate of progress required by this Contractor. The Contractor alone shall be responsible for the safety, adequacy, and efFiciency of his plant, equipment and methods. 5.03 Hinderance and Delays. No claims shall be made by the Contractor for damages, hindrances, or delays from any cause during the progress of any portion of the work embraced by this Contract except where the work is stopped by order of the Owner. If the Owner stops the work for just cause because the Contractor is not complying with the plans and specifications or the intent thereof, the Contractor shall have no claim for damages, hindrances, or delays. However, if the 0 wner stops the work for any other reason, the Contractor shall be entitled to reimbursement paid by the Owner for such expenses actually incurred. smgencond5 /sm -12- Should delays repeatedly occur due to the Contractor's fail„re to provide adequate plant, equipment, or personnel, or where the Owner determines that unreasonable inconvenience to the public is due to such failure, the Contractor's operation shall be suspended until he shall have provided adequate plant, equipment, and personnel to properly resume and continually prosecute the work. 5.04 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neglect of the owner, or of any employee, or by any other contractor employed by the Owner, or by strikes, fire or other cause or causes outside of and beyond the control of the Contractor and which the Owner determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as determined by the Owner shall be granted; provided, however, that the Contractor shall give the Owner prompt notice in writing of the cause of delay in each case. Extensions of time will not be granted for delays caused by unfavorahlp weather, unsuitable ground conditions or inadequate construction force. 5.05 Liquidated Damages for Failure to Complete on Time. The Contractor agrees that time is of the essence of this Contract and that the definite value of damages which would result from delay would be incapable of amertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for after due allowance for such exten of time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanently from the Contractor's total compensation, not as a penalty but as liquidated damages, the sum per day given in the fallowing schedule: Less than $ 5,000.00 $ 30.00 $ 5,001.00 to $ 15,000.00 $ 35.00 $ 15,001.00 to $ 25,000.00 $ 40.00 $ 25,001.00 to $ 50,000.00 $ 50.00 $ 50,001.00 to $ 100,000.00 $ 70.00 $ 100,001.00 to $ 500,000.00 $200.00 $ 500,001.00 to $1,000,000.00 $300.00 $1,000,001.00 to $2,000,000.00 $400.00 $2,000,000.00 to $5,000,000.00 $500.00 smgencond5 /sm Amount of Liquidated Amount of Contract Damages Per Day -13- 6. INDEMNITY 6.01 Contractor's Indemnity Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Contract, the Contractor shall indemnity and save harmless the Owner and the Owner's agents and employees from all losses, damages, judgments, decrees, and expenses or cats of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or allegedly caused, by any willful acts, negligence, nuisance, or breach of any term or condition of this Contract by the Contractor, his agents, servants, subcontractors, or employees. The Contractor shall furthermore indemnify and save harmless the owner and the Owner's agents and employees from all demands of subcontractors, workers, material persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any description, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees, subcontractors or their employees and subcontractors shall be restored to its condition prior to damage by the Contractor at the Contractor's expense. 6.02 Workmen's Compensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of Texas, and to pay or cause to be paid all compensation, medical or other benefits, which may become due or payable thereunder, and to protect and indemnify the Owner and the 0 wner's agents and employees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The Contractor shall furnish the Owner with a certificate from the Industrial. Accident Board evidencing the Contractor's and sub - contractor's compliance with said statue. 6.03 Comprehensive Automobile 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 Automobile i,iability insurance policy, c -ia a ■ ,-1 issuing carrier approved by the 0 wner, covering the operation on or off the site of the work, of all motor vehicles licensed for highway use, whether they are owned, non - owned, or hired by the Contractor, in which shall specifically insure contractual liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liability limits for the Comprehensive Automobile Liability insurance coverage shall not be less than the fallowing: Bodily Injury $100,000. each person $300,000. each accident Property Damage $100,000. each accident $100,000. each aggregate -14- 6.04 Insurance Certificate In connection with the insurance coverage set out in section 6.02 and 6.03 above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 45 days advance written nctice before any provisions of the policies are changed or in the event said policies shall be cancalixl. This Certificate of Insurance shall be provided to the Owner prior to starting any construction work in connection with this Contract. 7. TERMINATION OF CONTRACT 7.01 Right of Owner to Terminate. If the Contractor should be guilty of substantial violation of the Contract arr any provision thereof, the Owner, upon certification as to the nature and extent of such violation, may without prejudice to any other resources or remedy give the Contractor written notice of termination of the employment of the Contractor 10 days subsequent to such notice. Immediately following such date the 0 wner may take possession of the site of the work and all material, equipment, tools, and appliances thereon and may finish the work in accordance with the provisions of Section 8 "Abandonment of Contract by Contractor", of these General Conditions. 7.02 Right of Contractor to Terminate. If work should be stopped by order of any pi hlic authority or court through no act or fault of the Contractor for a period of three (3) months or if the Owner should substantially fail to perform the provisions of the Contract with regard to Owner's obligations to the Contractor, then the Contractor may, upon 10 days written notice to the 0 wner, terminate this contract and recover from the Owner payment for all completed work. 7.03 Removal of Equipment. In the event that the Contract should be terminated for any reason whatsoever, the Owner may request the Contractor in writing to remove any or all of his equipment, tools, and supplies, and the Contractor shall comply with the request within 10 days after receipt of the notice. Should he fail to do so within 10 days after receipt of such notice, the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor and to place such equipment, tools and supplies in storage at the risk and expense of the Contractor. smindemty /sm -15- 9. MEASUREMENT AND PAYMENT. 9.01 Character of Measurements. No extra or customary measurements of any kind will be allowed, but the actual length, area, solid contents, number, and weight only shall be considered unless otherwise specifically provided. 9.02 Estimated vs. Actual Quantities. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the amounts estimated therefor in the proposal or other Contract Documents; provided, however, that if the actual quantity of any item should become as much as 25 percent more than or 25 percent less than the estimated or contemplated quantity for such items, then either party to this Contract shall be entitled upon demand to revised consideration on the portion of the work above or below 25 percent of the mated quantity prior to initiating work or furnishing materials for the overrun or underrun quantities. such revised considerations shall be determined by agreement between the parties or otherwise by the terms of this Contract as provided under Section 2.11 entitled "Extra Work ". 9.03 Payment. In consideration of the furnishing of all the necessary labor, equipment, and material and the completion of all work by the Contractor, and on the completion of all work and the delivery of all material embraced in this Contract in full conformity with the specifications and stipulations contained herein, the Owner agrees to pay the Contractor the amount set forth in the Proposal attached hereto which has been made a part of this Contract. The Contractor hereby agrees to receive such amounts in full payment for furnishing all materials and all labor required for the aforesaid work, for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this Contract, the attached specifications, and requirements of the Owner. 9.04 Certificates of Completion. Within 10 days after the Contractor has given the Owner notice that the work has been completed the Owner shall inspect the work and satisfy himself by examination and test that the work has been finally and fully completed in accordance with the plans, specifications and contract so the Owner shall issue a Contract Completion Certificate to the Contractor. Such certificate when its<ied shall constitute final acceptance of the work covered under this Contract. measu/sm -16- 9.05 Final Estimate and Payment. After the Contract Completion Certificate has been issued the Contractor shall proceed to make final measurements and to prepare a final estimate of the work done and materials furnished under this Contract and the value thereof. The Owner shall certify the Final Estimate and submit it within five (5) days from the date of the Contract Completion Certificate. 9.06 Notarized Affidavit. Before final payment for the work by the Owner the Contractor shall submit to the Owner a notarized affidavit in duplicate stating under oath that all subcontractors, vendors, and other persons or firms who have furnished or performed labor or furnished materials for the work have been fully paid or satisfactorily secured. Such affidavit shall bear or be accompanied by a statement, signed by the Surety Company who provided the performance bond for the work, to the effect that said Surety Company consents to final payment to the Contractor being made by the Owner. 9.07 Rplaagp of Liability The acceptance by the Contractor of the Final payment shall operate as and shall be a release to the Owner and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the 0 wner or of any person relating to or affecting the work. 9.08 Contractor's Obligation. Neither the Contract Completion Certificate nor the final payment nor any provision in the Contract Documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the Contract Documents. 9.09 Payments Withheld. The Owner may, on account of subsequently discovered evidence, withhold or notify the whole or part of any payment to such extent as may be necessary to protect himself from loss on account of: a. Defective work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims. c. Failure of the Contractor to make payments properly to subcontractors or for material or labor. d. Damage to another contractor. measu/sm The final payment will not be pain by the Owner to the Contractor under any circumstances until the Notarized Affidavit required by Section 9.06 entitled "Notarized Affidavit ", has been submitted to the Owner. -17- SPECIAL CONDITIONS OF THE AGREEMENT SECTION 01- INFORMATION 01-01 OWNER The word Owner in the Specifications shall be understood as referring to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five (5) counterpart (original signed) sets. Owner will furnish Contractor two (2) sets of conforming Contractor Documents, Technical Specifications and Plans free of charge, and additional sets will be obtained from the Owner at ten dollars ($10.) per set. 01-03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as ret forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE TIME 01 -05 LOCATION smseclinfo /sm Refer to the General Conditions of Agreement, Section 5.06, Page 17 for description. The location of work shall be as mentioned in the Notice to Contractors and as indicated on Plans. SECTION 02- SPECIAL CONSIDERATIONS 02 -01 MINIMUM WAGE SCALE Minimum wage scale as specified and regulated by the State of Texas and the Federal Government. 02-02 LIMIT OF FINANCIAL RESOURCES The Owner has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change SC -1 and/or delete any items which he may feel is necessary to accomplish 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 omitted At any time during the duration of this contract, the Owner reserves the right to omit 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. 02-03 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this contract, so authorized by the Owner, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid schedule shall be included in the unit price bid. Any questions arising as to the limits of work shall be left up to the interpretation of the Owner. smseclinfo /sm SC -2 SPECIFICATIONS One (1) One (1) One (1) One (1) One (1) One (1) One (1) One (1) One (1) One (1) One (1) One (1) One (1) One (1) One (1) One (1) One (1) Two (2) Two (2) One (1) One (1) Two (2) One (1) One (1) One (1) One (1) One (1) One (1) One (1) Ten (10) One (1) Two (2) Two (2) One (1) One (1) One (1) Two (2) Two (2) One (1) One (1) One (1) One (1) One (1) One (1) One (1) COMPONENT LIST Multi ar Single Conductor Main Line Color Sewer Television Camera Camera Protective Housing Lens Cover Camera Storage/Transportation Case Camera Test Cable Assembly Multi or Single Conductor Tractor Unit Multi or Single Conductor Lateral Cols Television Camera Lateral Camera Protective Housing Lens Cover One h - ndred fifty foot (150') steel wrapped push cable with reel assembly Set of one hundred -fifty foot (150') fiberglass push rods Camera storage/Transportation Case Set of High Performance Lights 6 "- 54" with 2 spare bulbs or replacement lamps Lateral Camera Skid Main Line Skid including complete assembly Mid-size Skid including complete assembly 36 " -54" Skid including complete as ambly Tow and Tag line bridle sets Cable grips Steel armored cable terminal repair kit One Thousand feet. (1000') Combination Video Transmthsion and Tow Cable -multi or single Conductor Dummy plugs Cah1P terminal connector Terminal connector protector Multi or Single conductor cable terminal repair kit Television reel ambly - remotely controlled Stainless steel reel assembly drain pan Rain Door with minimum oi: four (4) rollers Over -man -hole rah1P guide Quick lock extension pales - five foot (5') Manhole top roller Adapter hooks Bottom rollers Remote controlled electric power winch One eight inch (1/8 ") stainl steel winch tow rahle- one thousand (1000') foot Backup hand crank Five hundred (500') foot winch power cables Winch power cable reels Twenty foot (20') power cord Ten (10') foot remote power winch control 6500 watt. Gasoline generator Delco U1 -260W Heavy Duty Twelve (12) volt battery or equivalent Electric supply center to include: Circuit breaker box with a minimum of six units Commercial power receptacle Commercial power receptacle cord. C -1 One (1) Coleman roof mounted air condition, #6727D7090,6759D7160 Minimum 7000 BTU, two (2) speed with a minimum 5000 BTU heater strip or equivalent One (1) Air Conditioner protective cage One (1) Module control center - rack mounted One (1) Colcx television control system - multi or single conductor One (1) Nineteen inch (19 ") color monitor One (1) VHS/VCR with digital freeze frame One (1) Gooseneck microphone with glow switch One (1) Footage meter - electronic and mechanical readout One (1) Data display with fault finding error One (1) Engineering panel One (1) Van interior to include: Divider wall cabinets, counter top, drawers, paneling, and stainless steel diamond plate floor One (1) Kennedy tool chest - mfg code # color #V -Brown or approved equal One (1) Operators chair One (1) Tinted view window One (1) Sears, Roebuck & Company curtain liner #96F89918, color #944 -Black or equivalent. One (1) Sears, Roebuck & Company curtain rod #96F9121H, color #14-sliver or equivalent One (2) Magnetic vinyl window covers One (1) Equipment storage panel with hooks and tie downs One (1) Set of equipment storage brackets and tie downs One (1) Citizens Band communications system to include: One (1) exterior antenna with flex tasP One (1) Realistic TRC -476 mohile radio unit with three channel weather receiver and remote speaker or equivalent. Two (2) Realistic TRC -219 wal)de talkies with charger or equivalent:. One (1) microphone speaker set One (1) Auxilary systems panel Three (3) Weatherproof duplexes Two (2) Interior duplexes Two (2) Lighter receptacles Two (2) One hundred - twenty (120v) volt light fixtures Three (3) Twelve volt (12v) light fixtures Two (2) Target Tech amber strobe lights with guards complete or equivalent (2) 412021A two flash (2) 210830 flush bases (2) 210781 guards Two (2) Area illumination lights One (1) Auxiliary storage battery charger with case One (1) Spare parts tool kit One (1) Set of equipment manuels One (1) Television log book Three (3) Days training C -2 complist/ii. MAIN LINE COLOR SEWER TELEVISION CAMERA PHYSICAL APPLICATION REQUIREMENTS The Camera must be of a self propelled type, that can be converted for use on skids, with external and/or built in lights for operations in lines from 6" to 54 ". The colcr Camera shall be specifically designed for operations in sanitary sewers. The unit must be designed to withstand normal vibrations and shocks sustained while traveling in sewer lines. The cameras outside diameter shall not be greater than 3.5 inches. Operating temperature ranges shall be from 0 degrees oe]sius to 50 degrees c rlcius. The ]ens shall have a minimum optical angle of 70 degrees. CAMERA TECHNICAL REQUIREMENTS The multi or single conductor camera shall be of 100 % solid state construction, including image pickup device; the unit must be of the latest technology. The camera must be capahlP of providing a minimum of 260 lines of horizontal resolution. Scanning shall be a minimum of 525 lines, 60 fields, and 30 frames per second with interlaces 2:1 - NTSC color standard. The camera shall transmit a true color picture with a sharp image on video bandwidths. Picture transmissions sui*ct to local transmitter interference will not be considered equal. There shall be no visible streaking of low frequency test bars when viewing a standard EIA test chart. Geometrical distortion of the image shall not exceed 2 %. The camera shall be equipped with the necessary circuitry to allow for the remote adjustments cf the optical focus and automatic iris at the viewing station. The camera shall be equipped with the circuitry to automatically white balance the color picture to the light source even in daylight conditions. The lights shall be over voltage protected by a voltage regulation circuit. The camera must be rslihrated with both color bench test and picture analysis equipment by the manufacturer. CAMERA PROTECTIVE HOUSING The camera housing must have top rails and must have impact resistant, distortion free optical glass. Housing must be fully sealed to withstand external pressure in excess of 400 PSI. The material for the camera housing shall be impact and scratch resistant. TRACTOR UNIT Unit must be of 100% solid state construction. System must be able to travel in 6" sewer lines with variable speed controlled through multi or single conductor rahle. The aslf propelled camera must have tracks that are enclosed and/or use a wheel drive system. Units subject to being disabled from debris blocking track movement, shall not be considered equal. The system shall have two extra bolts and all tools and accessories necessary for adapting to various pipe sizes. Page 1 PHYSICAL APPLICATION REQUIREMENTS The color mini camera shall be specifically designed for operations in 4" service lines and to withstand normal shocks and vibrations sustained while entering and exiting 90 degree cleanouts. Operating temperature ranges shall be from 0 degrees to 50 degrees relainq A 150 foot steel- wrapped push cable with mercury wetted slip rings, a reel, whP45, and a handle must be provided. Unit shall be equipped with one hundred fifty feet (150') of fiberglass push rods, and cow dal cable with polyethylene jacket and armor braid. Camera and reel assembly must be compatible with main line camera systems. If an adapter is necessary it must be provided. A -kid is required for special mini camera operations in 6" sewer lines. TECHNICAL REQUIREMENTS The multi or single conductor color mini camera shall have a protective housing with camera lights inside ]ens, that is impact resistant, distortion free optical glass and that prevents lens from fogging. It must be capahlP of withstanding 400 PSI. The camera and camera housing shall be of the latest technology. Mini camera must meet main line camera technical requirements. Camera lights must be provided for filming in lines ranging from 6 inches to 54 inches. All ]amps must be prefocused, sealed and over - voltage protected. All ]amps must be of manufacturer's and/or supplier's most low profile and advanced design. Two spare bulbs per lamp or a replacement ]amp shall be provided for each camera lamp and each external lamp. All ]amps must be powered through mulit or single conductor television cable. MINI CAMERA SKID LATERAL COLOR TELEVISION CAMERA HIGH PERFORMANCE LIGHTS SKIDS The mini camera skid shall be a separate custom made sldd for operations in six inch lines, where obstructions and protruding taps are common. The mini camera's slid bottom and two top rails are to be attached directly to mini camera holding collar. The holding collar shall not increase the outside diameter of the mini camera unit by more than .5 inches. The tow and tag line assemblies must be connected at the end of the skid bottom rails. Page 2 MAIN LINE SKID This skid will be used for lines from 6" to a maximum of 16 ". The slid shall extend and/or expand and collapse for various line sizes. The slid must be of manufacturer's latest and most low profile design. MID SKID This skid will be used for lines that are a minimum of twelve (12 ") inches to a maximum of thirty -six (36 ") inches. This skid shall adjust for - - .rious line sizes. This skid must be of manufacturers and/or suppliers latest and most low profile design. 36 INCH TO 54 INCH SKID This shall be a separate skid specifically designed for traveling in large wastewater lines. The center line of the camera when on large line skid shall not ride lower than 20" to the bottom of skid when in maximum height position. The slid shall have mounts for lamps for adequate lighting to film in lines from thirty-six (36 ") inches to fifty -four (54 ") inches. Skid shall be of manufacturer and/or suppliers lightest weight and most free - traveling design COMBINATION VIDEO TRANSMISSION AND TOW CABLE MULTI OR SINGLE CONDUCTOR A multi cr single conductor tv /tow cable shall be furnished in a, continuous length of not less than 1000'. The complete cah1P shalt be torque balanced. The rah1P shall have a minimum, break strength of 5000 lbs. TELEVISION REEL ASSEMBLY - REMOTELY CONTROLLED- The television cable reel assembly will be supplied with a minimum storage capacity far one thousand (1000') feet of multi or single conductor video transmission cable. The reel drum axle shaft shall be recured in dual, self aligning spherical bushings or reared roller bearings with inner races. Drum must move freely. The reel shall be properly reinforced to withstand maximum motor torque. The reel shall be remotely powered by a variable speed electric motor and driven through a multi gear transmission, with transmission and variable - speed motor control at operator station and in equipment room. The reel shall be equipped with an automatic level wind assembly and must evenly play out and rewind the cable. This unit shall have a manual and electronic encoder. The reel shall be built into a rugged frame, light in weight that is designed for fixed mounting. Underneath shall be a stainless steel drip pan with one (1 ") inch drainage hose through the floor of the van. The reel shall be Page 3 equipped with mercury wetted slip rings for noise free video transmissions and maintenance free operations. Vehicle shall have a rain door for the reel assembly with a minimum of four (4) rollers. This entire unit must be of manufacturers and/or suppliers latest and most light weight design. OVER MANHOLE CABLE GUIDE MANHOLE TOP ROLLER CABLE GUIDE SYSTEM The ratite guide system shall have the necessary pulleys to protect the television rah1P and winch cable from damage. The minimum bend radius of the television (-able pulley assembly shall be six (6 ") inches. The complete downhole equipment assembly shall be designed for quick solid installation in various sizes of pipe and depths of manholes from above ground. Equipment systems requiring manhole entry for installation shall not be considered. The over manhole cable guide shall be bolted to the bumper of the utility van and shall be designed to withstand the maximum pressure delivered from the cable reel as The pulley and bracket shall be made of corrosion resistant materials. The manhole top roller a.mbly shall be capable of being mounted on manholes from 18" to 30" without tools. The roller shall be of aluminum construction and designed to protect television cable. QUICK LOCK EXTENSION POLES Two sets of quick lock extension poles shall be provided for operations in manholes with a maximum depth of twenty -five (25') feet. Each five (5') foot galvanized pole shall have a twist lock type connector with compression spring. This system must be incorporated into the design of the shoes or extended pulleys. There shall also be two adapter hooks to secure the bottom rollers and pole assembly at the manhole ring. BOTTOM ROLLERS The bottom rollers must incorporate the quick lock system and be of aluminum construction for use in lines from six (6 ") inches to fifty-four (54') inches. REMOTE CONTROLLED ELECTRIC POWER WINCH The Remote controlled Electric Power Winch shall have a drum that is holding a minimum continous length, of one - thousand (1000') feet of one eight (1/8 ") inch stainless steel cable, with automatic level wind capable of even play out over width of drum. The winch shall have a brake or drag system that is adjustable and capable of preventing entanglements. The winch shall have a heavy duty electric motor that is a Page 4 minimum of one half (1/2) horse power, with variable speed and direction features that are remotely controlled at operator station. There shall also be a backup hand crank. The winch shall be one that has been specifically designed for towing a sewer line camera, while sitting directly over a manhole without the handles and wheels bearing the weight of the pull. The unit must be compact and light weight. Remote controls and electric power winch must be of manufacturers and/or suppliers latest technical design. WINCH POWER CABLE The winch power rah1P shall be a total of one - thousand (1000') feet composed of two five hundred (500') foot continuous sections of cable on two aluminum reels with handles that have appropriate connectors to interface with twenty foot (20') power cord and winch motor. Power cord shall be orange or yellow. TWENTY (20') FOOT POWER CORD The twenty (20') foot power cord shall exit the rear of van with a connection for connecting to power rahla reel assemblies POWER WINCH CONTROL - REMOTE The remote winch controller shall be a hand held portable control unit with a minimum ten (10') foot rahla to operate the power winch from a remote location. Control capacity minimums: On/off, motor speed and kill switch GASOLINE GENERATOR - 6500 WATT The power source for the system shall be a 6500 watt alternating current gasoline powered generator with remote start and stop. The unit shall be a Honda or the equivalent to The generator shall be capable of continuously producsng sixty-five hundred watts without excessive wear, vibration or overheating. It shall be governor controlled. There shall be a twelve volt battery charging circuit rated at least six (6) amps. The engine shall be equipped with a low oil presssure shut down system, vibration isolators, and a heavy duty industrial muffler with spark arrestor to ensure quiet, safe operation. Exhaust shall be discharged out of drivers side of van not more than three (3') feet from the front or back of the van. Exhaust cannot be discharged within the vault or directly under vault. The insulated, soundproof and fire retardant generator vault shall be mounted behind the bulkhead dividing wall in the equipment area. Generator shall be rail mounted and exit out of the side of the van without removing power or fuel lines. The hatch shall be hinged and have a rubber bap for rearing and shall be vented. Cooling air shall be ducted to the generator from outside of van. Fuel shall be supplied from vehicles main tank. Page 5 ELECTRIC SUPPLY CENTER The electrical power system shall incorporate a minimum six (6) unit circuit breaker box. There shall be a disconnection feature for generator power supply that reconnects to a commercial one hundred twenty volt house power supply through an exterior connection in vehicle side. The commercial power receptacle cord shall have a length of not less than thirty- -five (35') feet. All leclaical fixtures and installations t meet N.E.C. codes. ROOF MOUNT AIR CONDITIONER The two speed air conditioner shall be a seven thousand (7000) BTU minimum with a five (5000) thousand BTU heater. The unit shall have a protective cage and be center mounted over control room and must allow maximum head room for operator. It shall be a product of a firm regularly engaged in the manufacture of low profile, twt mounted air conditioner systems for vans. MODULAR CONTROL CENTER - RACK MOUNTED All television components shall be of modular design and rack mounted at operators station in control room. Organization of the control center components shall permit maximum operating efficiency by a single operator. The rack mounted components shall permit fast and easy inspection, adjustments, servicing, removal and replacement Systems that use case mounted or free standing control units that are subct to damage during travel will not be acceptable. All control units shall be of manufacturers and/or suppliers latest design for operations out of a utilities van. A schematic drawing shall be supplied showing typical layout arrangement. COLOR TELEVISION CONTROL SYSTEM MULTI OR SINGLE CONDUCTOR The system controller shall provide all the necessary power and controls to operate and monitor the television inspection system. All circuits shall be of solid state design, assembled in a rack mounted chassis for installation in a modular control center. The face plate shall have permanent labels designating the function or purpose of the various switches, meters and controls. The controller shall have a back plate for all •ahle connectors each separately indexed, lacking, and labeled as to purpose. Page 6 TECHINICAL REQUIREMENTS The colorFPlPvision control unit shall operate off of one (120) hundred- twenty VAC, sixty (60) cycle current. The controller shall contain a solid -state lighthead power source whose input shall be through an isolation, variable voltage transformer and whose output shall be at least 120 volts DC. A light-intensity adjustment control and DC volt meter shall be provided on the front panel. Input and output of both the camera and lighthead power shall be protected by circuit breakers with indicators to identify open circuits. Circuits shall be isolated and sized accordingly. The controller shall be equipped with a circuit testing capability to include a multi- position selector switch and meter to quickly check or troubleshoot the systems circuits. System must allow for play back of prerecorded tapes. System shall be of manufacturers and/or suppliers latest design. REMOTE CAMERA ADJUSTMENTS The color- television control unit will be equipped with the following minimum remote camera adjustments: 1. Focus Control - a two (2) pole switch spring loaded to off, shall permit operator to remotely focus camera. Focus control shall be capable of being electronically locked. 2. Automatic Iris Control - this control shall allow operator to. adjust the iris to compensate for changing light conditions. COLOR MONITOR The color monitor shall be center mounted with a picture that is not less than 19" with lines of resolution greater than VCR output. Standard color controls shall be provided and permanently labeled as to their functions. Unit shall have audio capacity for VCR playback. All circuits shall be of solid state design NTSC color standard unit shall be N.E.C. PM 1971 or equal too. VC R A high quality, four -head VHS VCR shall be included with digital picture processing, digital freeze frame and remote control with all other standard VCR functions. The standard cassettes shall be front loaded. An audio- recording microphone shall have a goose neck mounted to one side of the monitor with a glow switch to indicate it is audio recording or has been disengaged. System must allow for verbal comments to be recorded on tape during inspection. Page 7 FOOTAGE METER The unit shall be equipped with a counting meter designed to accurately measure cable travel in feet and tenths of feet. It shall be mounted on the reel assembly. The meter shall be equipped with a local mechanical readout for use at the rear of the unit and an electronic counter which is connected to the data display system at operators station. Footage metes must be of manufacturers and/or suppliers latest technical design. DATA DISPLAY The data display system shall display survey information on monitor screen and permanently recorded on video tape. Circuitry shall be of solid state design, assembled in rack mounted chassis, and installed in modular control center. There shall be permanent labels for function or purpose of various switches and controls. The data display shall have query keyboard and a cord for mii1Hp1 positioning on counter top or at a 45% angle built on to counter top and divider wall The minimum operational features for the data display unit shall include: A. LED or LCD readout that matches on screen footage at all times. B. A footage memory circuit. C. A minimum of four title pages. D. The capability to allow operator to count footage for 0 -1000' whether camera is being towed to unit from remote manhole ar away from unit from local manhole. E. Multiple size and positioning of characters. F. A fault finding arrow that can be moved to any position on screen. ENGINEERING PANEL The engineering panel shall be located in the control room mounted in modular control center, unless manufacturer and/or supplier normally locates the engineering panel on the divider wall. The panel shall have these minimum controls and monitoring functions: Remote start/stop generator, generator hourmeter, and a Hertz meter to monitor generator or outside power source. The engineering panel shall have these controls and monitoring functions, unless manufacturer and/or supplier does as a standard, mount these controls and monitoring functions at another location within the Modular Control. Center. Page 8 I 1 1 1 1 1 1 1 1� 1 1 1 y 1 1Y ' m 1 1 1 1 1 SLIDE 00011 a:gi:r -- ` - ' CABINET COUNTER 701' R ASSEMBLY VIEW A CAB VIEW B CONTROL ROOM DIVIDER WALL ELEC1RONICS CABINET i I EQUIPMENT —• —•1 ROOM TOOL CHEST CABINET GENERATOR VAULT 1J b t1 21'WInler 24 24' VIEW A SCHEMATIC DRAWING- CABINET LAYOUT 8 -A •REAR VIEW Q DIVIDER fiALL DOlienel el" IdiWARb VIEW ® DIVIDER WALL 20' VIEW e t 7 1 b b ,r; f Heellel X 64 la 1 71 .. ` eel, ... peril 1 u I 1 1 1 1 1 1 1 1� 1 1 1 y 1 1Y ' m 1 1 1 1 1 SLIDE 00011 a:gi:r -- ` - ' CABINET COUNTER 701' R ASSEMBLY VIEW A CAB VIEW B CONTROL ROOM DIVIDER WALL ELEC1RONICS CABINET i I EQUIPMENT —• —•1 ROOM TOOL CHEST CABINET GENERATOR VAULT 1J b t1 21'WInler 24 24' VIEW A SCHEMATIC DRAWING- CABINET LAYOUT 8 -A •REAR VIEW Q DIVIDER fiALL DOlienel el" IdiWARb VIEW ® DIVIDER WALL 20' VIEW e t 7 The Engineering panel can include other systems that are in the following sections of bid requirements: The communications system, auxiliary systems and VCR section. These sections that have systems or control functions for mounting on divider wall, shall locate these units within the modular control center and/or engineering panel, provided this is manufacturers and/or suppliers standard mounting location for these systems and or control functions. VAN INTERIOR All dimensions within the Van Intarinr section are approximations; actual dimensions may vary for construction and installation purposes. DIVIDER WALL The Divider wall shall be located over the forward end of vehicle's fender wells; control rooms divider wall paneling and installation shall cover the forward ends of fender wP11a and remaining wall surface. The divider wall shall be constructed to withstand vehicle's body motion without distrupting door movement or the integrity of the modular control center and cabinets. Door: The divider wall door shall be brown laminated plastic, and the door shall be of solid core construction with weather stripping around the entire door area. View Window: The tinted view window shall be centered between the door and modular control center. The window height shall not exceed the height of the modular control center. Counter Top: The counter top with four drawer unit shall meet the requirements found within the specifications for the control room. Electronics Cabinet The electronics cabinet dimensions are optional to conform to manufacturer's and/or suppliers insulation requirements; these dimensions shall be the haaia in which to determine the size of the divider walls remaining storage cabinets. Divider Wall Cabinets: The equipment room cabinets and remaining divider wall surface shall be of brown laminated plastic with inset door pulls and internal clip latches on the cabinet laminated plastic doors. Wall and cabinets shall have aluminum trim. The overhead storage cabinet shall be accessable from both the control room and the equipment room with doors that meet the construction requirements for each room. Each cabinet shag be capable of holding one hundred pounds of equipment. The electronic cabinet shall have removeahle sliding doors. The bottom divider wall cabinet shall be constructed to allow for maximum storage space. The bottom drawer shall be capable of holding one hundred pounds of equipment. Page 9 CONTROL ROOM Ceiling: The Control Rooms entire ceiling area shall be covered with dark brown seamless carpet glued to a insulation pad that is secured to the ceiling with glue, screws and caning molding. Floor: The Control Room floor shall be resurfaced with one half inch (1/2 ") treated, BCX grade plywood covered with a black or brown textured seamless commercial grade sheet vinyl, with minimum two inch (2 ") kick boards around all wall areas. A sheet vinyl to metal ring re shall be installed where fleor terminates at drivers compartment. Paneling: The control room walls shall be insulated and paneled throughout before forward cabinets are installed. Paneling shall be of a dark brown shade and shall be glued directly to insulation. Battens shall be installed at all paneling seams with aluminum trim on all edges and corners. The paneling shall be screwed to vehicles body ribs and divider wall frame wherever possible with maximum four inch (4 ") spacing. Cabinets: The control room cabinets shall be constructed of minimum one half inch (1/2 "), BCX grade plywood, including doors. The cabinet frames and sides shall be glued and screwed together in place. Each cabinet compartment shall be capable of supporting one hundred pounds of equipment each with drawers that can hold fifty pounds of equipment each. Drawer and cabinet compartments shall be the full depth of the cabinet with maximum usage efficiency. The cabinet interiors and the remaining exposed wood shall be sanded, stained and sealed. The cabinet exteriors shall be covered with paneling. Cabinet sliding doors and drawer faces shall be covered with single sheets of brown laminated plastic. All drawers and sliding doors shall have inset pulls with nonmagnetic clip latches or locks that shall prevent unintentional opening during traveling. Drawers shall have stops that prevent accidental removal. Control room forward cabinets shall be seventeen inches (17 ") deep. Counter Top: The counter tops shall be covered and edged with brown laminated plastic. The counter top cover is to be of one single sheet of plastic. A seam on the counter top will not be acceptable Counter top shall be eighteen inches (18 ") wide at divider wall It shall be twelve inches (12 ") wide at vehicles left wall. The counter top shall be capable of holding three hundred pounds of weight. The counter top supports shall not protrude into the left or right leg areas. Operators Chair: The chair shall be of metal construction, with large rubber casters, ewivel base, brown padded vinyl seat and back. Backrest and height of seat shall be adjustable. Magnetic Vinyl Window Covers: The control room shall have two vinyl window covers that are magnetic and can be secured around the entire interior window surface. The color shall be black or brown. Page 10 Interinr Equipment: Curtains Sears, Roebuck & Company or equivalent shall be installed in the vans interior. The specifications listed in the catalog are as follows- Curtain Liner- #96F89918, 70x72 inches, color #944 - black. Barracks rod #96F9121H, 58 to 72 inches, color #14- silver. Tool Chest Tool chest specifications require a Kennedy tool chest or equivalent, manufacturers code #7840, color #273 - brown, three drawer with underneath storage. Tool chest size is 27 x 18 x 35 1/4 inches. EQUIPMENT ROOM Floor: The equipment room shall extend from the divider wall to the rear of the truck. The equipment room floor including the top of the fender wells shall be resurfaced with 1/4" treated BCX grade plywood covered with aluminum diamond plate. The two floor layers shall have as few seams as possible and bolts are not to be placed in obvious walkways. Floor seams and termination points sha]1 be sealed. Fixed Mounting Areas: The equipment room shall have fixed mounting areas for generator vault and reel assembly with drain pan. Rain Door: The rain door shall have a minimun of four rollers. Rollers and their shafts shall be constructed of corrosive resistant material and be a minimum of two inches (2") in diameter. EQUIPMENT STORAGE Brackets and tie downs: A set of equipment storage brackets and tie downs shall be provided for all down -hole equipment and mounted to the reel assembly. Equipment Storage Panel: Three quarter inch (3/4 ") treated, BCX grade plywood, with molding and painted gray shall be mounted above the generator vault. This storage panel sha]1 run from the top of the generator vault to the ceiling with a minimum width equal to the generator vault length. It shall have heavy duty hooks with tie downs attached to heavy -duty eye bolts. These shall be for individual mounting of all three main -line camera skids with bridles and mainline camera with or without tractor unit. One power winch cable reel shall be mounted on the storage panel All equipment on the storage panel shall be mounted horizontal and as high on the panel as possible. The remaining power -winch rahle reel shall be permanently mounted to the inside of vehicles left rear door. Brackets with tie downs shall be constructed to store the push cable reel assembly and power winch to the top of vehicle's ]eft fender well Equipment shall not be mounted to divider wall cabinets. All equipment not listed in this section shall be placed in storage cabinets or secured with brackets and tie downs. Page 11 COMMUNICATION SYSTEM There shall be a two - station communication system with a mohilP radio transceiver and two wade talkie radios. Mohi1P radio unit shall be a 40 channel, citizen band set with three - channel weather receiver. Unit shall be a Realistic TRC -476 or equivalent. Unit shall be mounted at operators station on the divider wall with remote speaker in the equipment room. The two walkde talkies are to have rechargahle batteries with charger, three channel citizens band units with brake resistant rubber incased flexible antennas. These two units shall have belt clips for easy removaL Units shall be TRC -219 or equivalent . The 40 channel, citizens band, low profile antenna shall have a flexible coiled h e and be mounted low on vehicles exterior. A microphone speaker set is to be included for communication between operator at operators station and personnel at the rear of vehicle. The microphone speaker set in the equipment room shall be 1r1rated at the auxiliary systems panel with the control room unit mounted on divider walL All units in the communications system shall produce a clean transmission with volume control features. AUXILIARY SYSTEMS The power source for all auxiliary systems shall be the camera system main generator with an individual circuit breaker for every three prong outlet. The twelve (12) volt system shall be powered out of a centrally located fuse block or the manufacturers equivelent with a fuse for each twelve (12) volt lighter receptacle and each dual light system. There shall be an auxiliary system panel for vertical flush mounting in the the equipment room. It shall consist of: a twelve (12) volt DC light fixture with switch, below being the microphone speaker set, two individual fused cigarette lighter receptacles and one weather proof duplex. The Auxiliary System Panel shall be constructed of aluminum, painted red with a minimum of four inches of additional panel space ]eft below the duplex. This plate shall be mounted low on the van interior panel or directly to the generator vault, not more than one foot from vans rear door. The equipment room's one hundred twenty (120) volt light fixture Shall be mounted on the ceiling and in center of the two-way cabinet. The switch shall be above the view window. The equipment rooms second twelve (12) volt light fixture, with switch, shall be mounted above the view window next to the ceiling. The control room is to have two duplexes mounted on the divider wall directly above the counter top next to vehicle left wall The control rooms one hundred twenty (120) volt light shall have a minimum eighteen inch flexible goose neck ]amp with circular fixture and shall be mounted on the counter top next to the divider wall and vehicles left walL Page 12 The control mom's twelve (12) volt light fixture with local switch shall. be centered above the two way cabinet on the divider wall. The van shall have two amber - target tech strobe lights for roof mounting in front and back of air conditioner unit. Both units are to have a flush - mounted base and guard. There shall be two area illumination lights with metal alloy housing. These two lights shall have multiple position features for mounting on the right and left sides of van roof and shall be located as far to the rear of van as possible to provide maximum down projection and protection. The glow switches for the amber target tech-strobe lights, area illumination lights and control room's twelve volt light fixture shall be mounted on overhead console alongside the city's remote speaker switch. There shall be two three prong weather proof duplexes exterior mounted next to the commercial power receptacle. The weather proof door and all three units shall open side ways with hinges on the vehicle's forward side. TOOLS SPARE PARTS KIT Manufacturer and/or supplier shall provide a tool and spare parts kit in a metal box. The kit is to include the necessary tools for adjustments and repairs on all systems installed The kit shall consist of a minimum of: Test meter, solder and soldering iron, electronic components minor adjustment tools and all other tools and parts frequently used to maintain the television inspection system. An itemized list is to be submitted with the propxsal. OPERATIONAL AND MAINTENANCE MANUALS Manufacturer and/or supplier shall supply detailed manuals that contain the recommended operational and maintenance procedures for all systems and components installed There is to be included a parts manual or manuals listing manufacturer's part identification numbers and description with illustrations. MATERIALS AND WORKMANSHIP The equipment furnished under these specifications shall be of the latest improved models in current production. All equipment, materials and workmanship shall be of the highest quality in accordance with modern practices. The highest standards must be used far all equipment construction, and accessories construction and installation. The equipment construction and installation shall insure easy access for maintenance and prevent noises and vibrations not special to normal operating and traveling. All equipment shall be new and unused except for the necessary testing, calibration and transportation. Page 13 PARTS AND SERVICE CENTER All manufacturers and/or suppliers submitting proposals must have a parts and service center and this mrvice center shall be staffed with a full time technician and order and shipping personnel, and must be convenient to overnight delivery services. The service center shall be open during regular business hours and days. Suppliers submitting proposals shalt provide all pertinent information relating to the service center. The City of Rcr•nd Rock shall require equipment that can be properly maintained without stocking an expensive parts inventory cr, having to wait long periods of time for parts cr service. Supplier shall have an exchange program for all major electronic components and cameras, to be delivered within forty -eight (48) hours of notification, using overnight delivery services. INSTRUCTION AND TESTING On the following weekday after delivery of the television inspection system the supplier's fieldyice technician shall fully familiarize the City's operating personnel with the applirahle correct field procedures, techniques of use, safety procedures, theory af operation, and trouble shooting. The instruction is to include maintenance procedures and exchanging of the major electroic components in compliance with the forth -eight hour exchange program. This instruction shall take place within the City of Round Rock over a minimum af three working days. wwcamera/ii WARRANTY Bidder shall submit a detail warranty policy covering all equipment and related accessories. Page 14 WHEREAS, the City of Round Rock has duly advertised for sealed proposals for the purchase of a television system for inspecting water and wastewater lines for the Department of Public Works, and WHEREAS, Naylor Supply Company has submitted the most favorable proposal for said television system, and WHEREAS, the City Council desires to accept the proposal of Naylor Supply Company for the acquisition of a television system, and to authorize the purchase of said television system, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the proposal of Naylor Supply Company is hereby accepted as the most favorable proposal and the purchase of a television system for inspecting water and wastewater lines for the Department of Public Works is hereby authorized. RESOLVED this 14th day of June, 1990. ATTEST: /. AL# ;it J`ANNE LAND, C ty Secretary RS06140E RESOLUTION NO. / CfJ`)'" MIKE ROBINSON, Mayor City of Round Rock, Texas Mayor Mike Robinson Mayor Pro -tem Charles Culpepper Council Members John Hood Tish Oatman Pete Correa Ronnie Jean Jimmy Joseph City Manager Robert L. Bennett, Jr. City Attorney Stephan L. Sheets THE CITY OF ROUND ROCK 221 East Main Street Round Rork, Texas 78564 512 -255 -3612 DATE: May 30, 1990 TO: James R. Nuse, P.E. N t Director of Public Works FROM: Steven D. Miller, P. Paul James White MEMORANDUM SUBJECT: Television Inspection System On May 11, 1990 the City received three bids for the proposed Television Inspection System. Please refer to the attached bid tabulations. Based on our evaluation of the low bidder's qualifications we recommend to the City Council that Naylor Supply Company be awarded the contract. They have a solid reputation for good service and a long standing commitment toward quality in this field. tvinsp /sm /att THE CITY OF BDUND BOCK PUBLIC YARKS DEPARTMENT __ 22( Eastmain Street Bound Rock, Texas 78664 (512) 255 -3612 BID TA9UL9ICNS BIDS EXTENDED AND CHECKED BY: Steven D. Miller DICE: May 11, 1990 SHEET 1 OF 1 -CONTRACT Television Inspection System BID DATE : 09Y 11, 1990 Tipp 11:00 a.m. (DCf0ICN :•City Ball DEScRIPrICN : Television Inspection System Total Bid = UNIT APPROX. WAN1TTY BIDDERS Naylor Supply Co. Pasadena, TX UNIT PRICE COST $ 60,539.00 Tx. Underground Inc Pearland TX UNIT PRICE COST $69,525.00 Cues Inc. Orlando, FL RUT PRICE co sr 574,900.00 UNIT • PRICE COST UNIT PRICE COST DATE: June 12, 1990 SUBJECT: CITY COUNCIL MEETING, June 14, 1990 ITEM: 25E. Consider a resolution concerning the acquisition of a television system for inspecting water / wastewater lines. STAFF RESOURCE PERSON: Jim Nuse On May 11, 1990, the City received three bids for the Television Inspection System. Naylor Supply Campany was the lowest and best bidder at $60,539.00. Staff recommends acceptance of this bid.