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proosals may be withdrawn after the scheduled closing date.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.