Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-90-1473 - 6/28/1990
SPECIFICATIONS AND OTHER CONTRACT DOCUMENTS FOR FURNISHING AND INSTALLING PUMPING AND ACCESSORY EQUIPMENT IN A PRODUCTION WATER WELL Ridge'Faiser, P.E. Registration No. 46853 CITY OF ROUND ROCK, TEXAS Prepared by: R. W. HARDEN & ASSOCIATES, INC. Consulting Hydrologists and Geologists Austin, Texas (512) 345 -2379 June 1990 Date IL/ 732, CONTENTS Page I. ADVERTISEMENT FOR BIDS 1 II. NOTICE TO BIDDERS 2 III. BID PROPOSAL 6 IV. BID BOND 8 V. PERFORMANCE BOND 9 VI. PAYMENT BOND 11 VII. AGREEMENT 13 VIII. GENERAL CONDITIONS 16 1. Owner 16 2. Location of Project 16 3. Scope of Work 16 4. Daily Report 16 5. Scheduling of Work 16 6. Access to Drilling Locations 16 7. Electric Power 17 8. Water for Drilling and Testing 17 9. Disposal of Waste 17 10. Final Cleanup 17 11. Examination of Site 17 12. Quality of Work 17 13. Contractor's Duty 18 14. Character of Workmen 18 15. Inspection 18 16. Discrepancies and Omissions 18 17. Assignment, Subletting, and Responsibility of Contractor 18 18. Permits, Certificates, Laws, and Ordinances 19 19. Patents and Royalties 19 20. Protection Against Claims for Labor and Materials 19 Page 21. Losses from Natural Causes 20 22. Safety of Employees 20 23. Indemnity and Insurance 20 24. Independent Contractor 21 25. Equal Employment Opportunity 21 26. Prosecution of Work 21 27. Changes, Alterations, and Extra Work 22 28. Performance, Payment, and Warranty Bonds 22 29. Price for Work and Method of Payment 23 30. Right of Owner to Terminate Contract 23 31. Guarantee 24 32. Information to be Furnished With Bid 24 33. Completion Records 24 IX. SPECIFICATIONS FOR PUMP, MOTOR, AND ACCESSORY EQUIPMENT 25 1. General 25 2. Pump 25 3. Motor 26 4. Column Pipe 27 5. Discharge Head 27 6. Water -Level Indicator 28 7. Low -Water Switch 28 8. Power Cable 28 9. Electrical 29 10. Pump Installation 30 11. Piping 30 12. Sterilization 30 13. Testing 31 14. Work Performance 31 15. Guarantees 31 16. Drawings 31 ii Page X. SPECIFICATIONS FOR CONCRETE PUMP FOUNDATION 1. General 32 2. Site Preparation, Forms, and Reinforcement 32 3. Power Conduit 32 4. Mixing and Placement of Concrete 32 5. Drawing 32 iii I ADVERTISEMENT FOR BIDS Sealed proposals addressed to The City Secretary of the City of Round Rock will be received at the office of the City Secretary at 221 East Main Street, Round Rock, Texas 78664 until 2:00 p.m. on June 26, 1990 for furnishing and installing pumping and accessory equipment for a production water well near the City of Round Rock, all as described in the specifications. The bids will be publicly opened and read aloud in the Round Rock City Council Chambers at the same address following the closing time for bids to be received. These improvements are for the City of Round Rock, Texas, Owner. Copies of the specifications and other contract documents may be secured from the office of R. W. Harden & Associates, Inc., 3409 Executive Center Dr., #226, Austin, Texas 78731 for a nonrefundable charge of $20.00. The Owner reserves the right to reject any or all bids and to waive formalities. City of Round Rock, Texas By: Joanne Land Assistant City Manager /City Secretary 11 NOTICE TO BIDDERS 1. Prior to submitting his proposal, the bidder should carefully examine the specifications and other contract documents, visit the site of the work, and fully inform himself as to all conditions and matters which can in any way affect the work or the costs thereof. 2. Should the bidder find discrepancies in, or omissions from, the specifications or other contract documents, or should he be in doubt as to their meaning, he should notify the Owner at once and obtain clarification or an addendum prior to submitting any bid. 3. All lump sum and unit prices must be stated in both script and figures. In case of ambiguity or lack of clearness in stating the prices in the bids, the Owner reserves the right to consider the most advantageous construction thereof, or to reject the bid. Unreasonable (or "unbalanced ") unit prices will authorize the Owner to reject any bid. 4. The bidder shall furnish with his proposal a Bidder's Qualification Statement on the forms provided immediately following this Notice to Bidders. Failure to enclose the bidder's statement with the proposal will constitute basis for rejection of the proposal. 5. The bidder must submit a Cashier's or Certified Check issued by a bank satisfactory to the Owner, payable without recourse to the order of the City of Round Rock, in an amount that is not less than five percent of the base bid submitted by the bidder for Item 1 of the proposal, or a Bid Bond in the same amount from a Surety Company acceptable to the Owner, as a guarantee that the bidder will enter into a contract and execute bonds within ten days after notice of award of contract to him. Any bid without required check or Bid Bond will not be considered. 6. Award of contract will be made within 60 days after bid opening. The City of Round Rock reserves the right to retain the bid bonds of the three lowest bidders until the contract is executed. 2 7. The Contractor is advised that the Owner is exempt from the taxes imposed by the Texas Limited Sales, Excise, and Use Tax Act (Article 20.01, 20.04 -- Comptroller of Public Accounts Ruling No. 95 -0.09, Contractors) and requires that no sales tax be paid on any equipment, materials, or supplies purchased or rented for incorporation into the completed work contemplated by the specifications or otherwise used in fulfilling the contract. Comptroller of Public Accounts Ruling No. 95 -0.07 provides the exemption certificate the Contractor may execute and deliver to his supplier in lieu of paying the tax for which the Owner is exempt. 8. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number, if applicable, and the opening date and time. 9. The bidder agrees if awarded the contract to begin work within 10 days after the date that written notice to commence work has been given by the Owner and to substantially complete the work within 30 consecutive calendar days after the date of written notice to commence work has been given. Bidder must agree to pay as liquidated damages the sum of $200.00 per day for each consecutive calendar day thereafter the work is not completed as hereinafter provided. 10. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one - hundred percent (100 %) of the total contract price. Provided however, if the contract price is less than $50,000.00, the bidder shall have the option of providing a letter of credit in lieu of a performance bond, said letter of credit in a form acceptable to the City of Round Rock. Said performance bond, or letter of credit, if applicable, and payment bond shall be from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Security of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. If the total contract price is less than $25,000.00, the performance and payment bond requirement will be waived by the City of Round Rock. Payment will be made following completion of the work. 3 BIDDER'S QUALIFICATIONS STATEMENT Submitted by SMTTH PUMP COMPANY. TNC. with principal office at 301 M &B Industrial, Waco, Texas 76712 to CITY OF ROUND ROCK The undersigned certifies that he has been regularly engaged in the furnishing and installation of pumping equipment for water wells for the past five years; that he has successfully and satisfactorily furnished and installed such equipment substantially equivalent to the pumping equipment being bid in terms of capacity, size, and depth; and that the following are the names, locations, and descriptions of four such pumping units furnished and installed by him: NameofOwner CITY OF ROUND ROCK, TEXAS Name of Engineer HAYNIE, KALLMAN & GRAY ENGINEERING DateFurnished various bid dates from 1979 -1985 Address of Location Brushy Creek Well, Stprinq Street Well, Detailed Description three (3) well pumps and appurtenances at Furnishing & installing pump, motor and all downhole equipment and start up of same. Contact person - Mr. Fred Russell - City of Round Rock, Tx NameofOwner CITY OF GEORGETOWN Name of Engineer FREESE & NICHOLS - Austin; Guyton Engineering - Austin DateFurnished various dates 1980 -1985 Two @ Airport, one unit in City Park, four units at Address of Location Well site Anwnt - en, F Han „ni f s at So Rooster Pump Sta. Detailed Description F„rni Ghi ng F, i netal 1 i rIg wal 1 pimp, motor, downhole pump and appurtenances including furnishing control panels & start up. Cnntart parann- Mr Lnnnip Raad - City of C;anrgatnwn, TpxaS 4 Name of Owner CITY OF WOODWAY Name of Engineer Duff Engineering - Bill Aston Date Furnished various dates to present time AddressofLocation Four different locations Detailed Description Furnishing and installing well pump, motor and all downhole equipment including furnishing control panel and start up. Contact person - Mr. Wayne McKethan, City of Woodway, Texas Name of Owner CITY OF BELLMEAD Name of Engineer Tabor & Associates - Waco Date Furnished various dates to present Address of Location Four different locations Detailed Description Furnishing and installing well pump, motor and all downhole equipment including control panel and start up. Contact person - Mr. Harold M. Baker - City of Bellmead, Texas The undersigned certifies that he owns, controls, or has access to all and sundry equipment necessary for the successful execution and completion of the work required by the specifications. Name of Bid By Ad . ress I as .�I� .J _•..�� /// r SMITH PU 301 M &B Industrial 5 COMPANY, INC. PROPOSAL OF SMITH PUMP COMPANY, INC. , a corporation organized and existing under the laws of the State of Texas , a partnership consisting of , an individual trading as TO: City Manager 221 East Main Street Round Rock, Texas 78664 The undersigned bidder has carefully examined the notice to bidders, this proposal, the general conditions, and the specifications (bound together herein and known altogether herein as the contract documents) and the area in which the work will be done, and will provide all necessary labor, superintendence, insurance, equipment, tools, materials, and services to perform and complete the work outlined in the proposal, general conditions, and specifications, in accordance with all provisions of these contract documents, at the following prices. PRICES Item 1. Lump sum price for furnishing, installation and testing of pump, electric motor, column assembly, discharge assembly, foundation, starter, bonds, electrical and accessory equipment, alZ�r9f - ll as s p the amount of Twe `� -A fr�i�T.�eu�ae�Dv�y�� .art' m/G .2- Sr La 3,ne, • Add /Deducts 2. Add or deduct per 20 - foot length of six pump column, electrical cable, and airline in place, more or less than the 480 -foot base length specified, the amount of ,,„ f/��./ � g� •ts 20' /r4)1 y $ ,976. ois je 4...gfof nl BID PROPOSAL Base Bid 6 3. Add per hour for service rig and crew for operations not specified but ordered by the Owner and agreed upon by the Contractor to complete work to satisfaction of Owner, the amount of �I „�� � r D.��.�✓s /.s�,r $ 94_eV /Av • Upon notice of acceptance of this bid, the Contractor agrees to execute a formal contract and to deliver performance and payment bonds within 10 days for the faithful performance of this contract. It is expressly agreed that the Contractor accepts the guarantees herein specified on the basis of his knowledge of geologic conditions, well and pumping equipment design, and the Owner has no responsibility for the accuracy or reliability of any data on which the Contractor bases this decision. The undersigned bidder agrees if awarded the contract to begin work within 10 days after the date that written notice to commence work has been given by the Owner and to substantially complete the work within 30 consecutive calendar days after the date of written notice to commence work has been given. Respectfully submitted, By: Seal if Bidder is a Corporation SMITH PUMP COMPANY, INC. (Contractor) homas G. Smith, P.E. Ad i ess: 301 M &B Industrial Waco, Texas 7 4- I"' 11 �Y�i�Y�r�i / �!� I�iviii'JI IT�f�i•,Y•,Y�1'�Y, \t/ •Y /Y WHEREAS, the principal has submitted a bid for Furnish & Instal] water well pump Signed and sealed this 26th day of N11 mmknam91u:!1G.X11".n aL1:re1111.11. "..r. ':UFNEHSIC: LRETVOFAMEaItAa Bond No 495 1009 UNIVERSAL SURETY OF AMERICA Houston, Texas BID BOND KNOWN ALL MEN BY THESE PRESENTS, that we Smith Pump Company Inc, (Here moor? ?ull name end 300,0,3 or 1093? etl0 0? eommamr as Principal, hereinafter called the Principal, and Universal Surety of America, 1812 Durham, Houston, Texas, as Surety, hereinafter called the Surety, are held and firmly bound unto Ci ry of Rnun t Rork (Ha in s e rt fell name an s or legal ells of owner) 221 E. Main, Round Rock , Texas 78664 as Obligee, hereinafter called the Obligee, in the sum of _5 -°k of the amount of this bid not to exceed Three Thousand and nn /100 Dollars ($ 3,000.00 J. for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. NOW, THEREFORE, If the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing and give bond with good and sufficient surety, or, in the event of the failure of the Principal to enter into such Contract and give such bond or bonds; if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. Tune 011 4MASSIMATIVAY/iAWAS A' (Hem Insert Lull name, address and description o? proiecl) ,19 ,0. Smith Pump pany, (Principal) By Thomas (, Smith, P.E. Title Chairman of the Board UNIVERSA SURETY OF ERICA By' t? 1L(4 i [ i (P n -fact) Brend Jaynes 8 ; !Itt0 II 0 1 SURETV-Ot.AMERI AV IMAWAI ".5 V IV IA tI.11 ? .1 N 91 ?W .111 11 11111 5 UNIVERSAL SURETY OF AMERICA 1812 Durham / Houston, Texas 77007 r, C' GPA 8005910 — 4c5l Ov 7 For verfication of the authority of this power you may telephone (713) 863 -7788. Power of Attorney Valid Only If Numbered In Red GENERAL POWER OF ATTORNEY — CERTIFIED COPY Know All Men hr These Presents. That UNIVERSAL SURETY OF AMERICA. a corporation duly organtred and existing under the laws of the State of Texas. and having its principal office in Houston. Texas. dots by these presents make. constitute and appoint Gordon L. Riley Bill W. Hughes Brenda Jaynes of Warm and State of Taxac its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver Bonds not r -. -- ter -. .- - • . , - , - d B d :. d t "less surh itt accompanied by a letter of authority signed by the President, Serrttary. or Executive Vice President of Universal Surety of America. and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do within the above stated limitations. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the 1 Ith day of July, 1984. "Be It Resolved, that the President, any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company.t' "RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facsimile to any power of attorney of the corporation, and that such printed facsimile signature and seal shall be valid and binding upon the corporation." In Witness Whereof Universal Surety of America has caused these presents to be signed by its Presiden t , John Knox, Jr. and its corporate seal to be hereto affixed this 2Orh day of January A D 1987 _' "• • "'s<'s UNIVERSAL SU Y F ICA l; lr By. State of Texas �! ..! i John ox, J President County of Harris ^ ••• On this 20th day of January in the year 1987 before me Kirnber1 ee R Mu7i n a notary public, personally appeared John Knox, Jr. personally known to me to be the who executed the within instrument as President on behalf of the corporation therein person named and acknowledged to me that the corporation executed it. Commission Expires: 9/15/90 / X ,,,„ A ..�' J A. 11 i ride de imberlee R. Mozingo ota /Public I, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. GIVEN under my hand and the seal of said Company, at Houston, Texas, this Z6 day of June 19 90 Gr gor P . aulx Se ry COMPLAINT NOTICE: Should any disputes arise regarding either your premium or a claim, contact Universal Surety of America at 1812 Durham, Houston, Texas 77007 or by calling (713) 863 -7788. If the problem is not resolved you may also write the State Board of Insurance, Department C, 1110 San Jacinto, Austin, Texas 78786. This notice of complaint procedure is for information only and does not become a part or condition of this bond. Any instrument issued in excess of the penalty stated above is totally void and without any validity. • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 v PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that Smith Pump Company, Inc. (hereinafter) called the Principal(s), as Principal(s) and Universal Surety of America , having its principal office in the City of Houston, Texas , (hereinafter) called the Surety(s), as Surety(s) are held and firmly bound unto Cityof Round Rock (hereinafter) called the Owner, in the amount of Twenty Eight Thousand One Hundred Thirty Three and no /100 Dollars ($ 28 ,133.00 for the payment whereof, the said Principal and Surety bind themselves, and their heir, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 19 , to furnish, install, and test water well pumping equipment which contract is hereby referred to and made a part thereof as fully and to the same extent as if copies at length herein. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the 9 SPECIFICATIONS accompanying the same in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, HOWEVER, that this bond is subject to the provisions of Article 5160 of the Revised Statutes of Texas, and all amendments thereto. IN WITNESS WHEREOF, the said Princi al(s) and Surety(s) have signed and sealed this instrument this ' / 7da of Princi - . , 19 90 1 1 Attest: Universal Surety of America AR o- .tAinitt. Glenda Surety //JJ BY Brenda Jaynes `Attorney -In -Fact Address1812 Durham Houston, Texas 77007 Attest: _ Smith Pump Company. Inc. Principal 301 M & B Industrial Address Waco, Texas 76712 City, State ip Code By: !s-f e . 1 Name Title Chairman of the Board Principal Address City, State, Zip Code By: 10 Name Title 1 1 KNOW ALL MEN BY THESE PRESENTS: That Smith Pump Company, Inc. Universal Suretyof America unto Cit of Round ' of Twent E1 :ht Thousand One Hud -., s • -- ••• •• ee•01luvlf ?ft, lawful money of the Vnited States, to the payment of which tom, well end 'truly to be made, that PrInelpel,and Surety bind themselves, their and each of their min, oxagu1O11, administrator', $uccauon and onldr a, Jointly end severally, firmly by time prevents. 1 1 1 1 Signed, sallied end dated 1 1 1 1 B •71 (7.75) 1. .. WHEREAS, The Principal hat entorad Into a written contract dated Production water well WHEREAS, sold eontreet Provides that the Principal will furnish a bond conditioned to guarantee for the periods)! altef approval of the final esdmeto on said lob, by the owner, oo rmlt all dofoets In workmanship and meteflolt which may becomo apparent Opting said petiod, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH that, It the Principal %hall Indemnify the Obligee for all loss that the Obligee may eustein by reason of any defective materiels or workmanship which become apparent during the aforesaid period, then tbu obligation shell be void, otherwbo to! mom In lull force and ollee6 19 I' go MAINTENANCE BONO By Smi .• Pump Com Fri By - Brenda Jay, 5/ u Principal, and u Surety, are held and firmly bound Obligee, In the lull and lust sum ny, Inc. al) Universal. Surety of America y, with the Obligee for ,In Mean (Surety) Attars 17I mPbet UNIVERSALr SURETY OF �:. 1812 Durham / Houston, Texas 77007 t _ . GPA 8005730 — 495 01 0 . _ For verfeation of the authority of this power you may telephone (713) 863 -7788. • Power of Attorney Valid Only If _' - ! - - . Numbered In Red ' - GENERAL POWER OF ATTORNEY — CERTIFIED COPY - ' ' - • - _ i KnowAl lMerihrThese Presents. That UNIVERSAL SURETYOF AMERICA, a corporation duly orgamzed and existing under _ .: the'laws of the State of Texas, and having its, principal office in Houston, Texas, does by These presents make, constitute and appoint = " GordonL. Riley Bill W. Hughes Brenda'Jaynes of Warr, ` ` • and State of • -' T e S ' • ' ' its true and lawful Attorney(s) - in - Fact, with full power , - authority hereby conferred in its name, and stead, to execute, acknowledge and deliver and place _ ' Bonds not'to exceed $25.000 '(excluding Performance. Payment and Bid Bonds). . unless slush is "accompanied by a "letter of authority signed by the President. Secretary or Eyerufive Vire President of Universal Surety of America.- _ ' and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate ' seal,of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do -' within the above stated limitations. Said appointment is made under, and by authority of the following resolution adopted by the •- Board of Directors of Universal Surety of Ainerica at a meeting held on the 1 Ith day of July, 1984. ' _ _ . -- "Be It Resolved, that the President,'any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with - - •. full power and aut to appoint any one or more suitable persons as Attorney(s) -in -Fact to represent and act for and on behalf of • the Company... -...•.! - t., , ., _ - - _ • "RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or 'printed by • facsimile to any power of attorney of the corporation, and that such'printed facsimile signature and seal shall be valid and binding upon the corporation.,, t , _ '; - '- - - ' - �- - - - • '— ;- . .. _, - -, - - _ Witness Whereof Universal Surety of America has caused these to signed by its President , presents .be - . John Knox, Jr. - - - and its corporate seal be hereto this 20t day o f January A D 19 • " • - ' - '° - • to aflxed - - •' :• ° a UNIVERSAL SUR Y F ICA B p - John ox, J - - -• President • State late of Texas - -' " • • _ y b ••• ,..• -- _ - , - County of Harris ss: _ . �.— - '+. ....:..•........ . - -- On this 20th day of January `, in the year 1987 before me - Kimherlee R. Mo7inpp t" - - ` -' _ , a notary appeared ° John Knox , Jr . - 'personally known to me to be the - „ public, personally President who executed the within instrument as Pres • � - on behalf of the corporation therein ' person _, , named and acknowledged to me that the corporation executed it. - Commission Expires: 9/15/90 ' `- / A, 0 - imberlee R. Mozingo i ota /Public ' " ' ' 1, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct - ' copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in • - GIVEN hand and the seal of said Company, at Houston, Texas, this 9th day of July . .. . 19 90 under my Gr gor P, aulx . n,- .. - e COMPLAINT NOTICE: Should any disputes arise regarding either your premium or a claim, contact Universal Surety of America at 1812 Durham, Houston, Texas 77007 or by calling (713) 863 - 7788. If the problem is not resolved you , ; ay also write the State Board - of Insurance; Department C, 1110 San Jacinto, Austin, Texas 78786. This notice.of , may .. complaint procedure is for information only and does not become' a part or condition of this bond. •- - • ' , Any instrument issued in excess of the penalty stated above is totally void and without any validity. • 1 1 1 1 VI PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That, smith Pump Company, Inc. (hereinafter) called the Principal, as Principal, and City of Round Rock a corporation organized and existing under the , laws of the State of Texas with its principal office in the City of Round Rock , (hereinafter) called the Owner in the amount of Twenty Eight Thousand one Hundred Thirty Three and no /100 Dollars ($ 28,133.00 ), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Owner, dated day of , 19, to furnish, install, and test water well pumping equipment which contract is hereby referred to and make a part hereof as fully and to the same extent as if copies at length herein. NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and may authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery- equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor performed in such WORK whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on the BOND, and it does hereby waive notice of any such change, extension of 11 time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, HOWEVER, that this bond is subject to the provisions of Article 5160 of the Revised Civil Statutes of Texas, and all amendments thereto. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this IQ day of 4u Q,t fl , 19 9Q Universal Surety of America Surety By y&f., ,A. Brenda Jaynes Adress 1812 Durham Attest: Houston, Texas 77007 ESP 1. ttorney -In -Fact Smith Pump Company, Inc. Principal 301 M & B Industrial Address Waco, Texas 76712 City, State, p Code Principal Address Name Title Chairman of the Board City, State, Zip Code By: Name Title 12 VII AGREEMENT THIS AGREEMENT, made this ) day of , 19 q0, by and between 0/7) �. A53 , herein fter c led "OWNER" and Si�� ��h Gn • 7,, doing business as (an individual,) or (a partnership,) or (a corporation) hereinafter called "CONTRACTOR ". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. The CONTRACTOR will commence and complete the furnishing and installation of water well pumping equipment , as shown and specified. 2. The CONTRACTOR will furnish all of the material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the PROJECT described herein. 3. The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS within 10 calendar days after the date of the NOTICE TO PROCEED and will complete the same within 30 calendar days unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS. 4. The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS and comply with the terms therein at the prices shown in the BID schedule. 5. The term "CONTRACT DOCUMENTS" means and includes the following: a. ADVERTISEMENT FOR BIDS b. INFORMATION FOR BIDDERS c. BID PROPOSAL d. BID BOND e. AGREEMENT 13 f. GENERAL CONDITIONS g. SUPPLEMENTAL GENERAL CONDITIONS h. PAYMENT BOND i. PERFORMANCE BOND j. NOTICE OF AWARD k. NOTICE TO PROCEED 1. CHANGE ORDER m. DRAWINGS prepared by R. W. Harden and Associates, Inc. numbered 1 through 3, and dated May 25, 1990. n. SPECIFICATIONS prepared or issued by R. W. Harden and Associates, Inc. and City of Round Rock, Texas dated June 1990. o. ADDENDA: No. , dated , 19 No. , dated , 19 No. , dated , 19 No. , dated , 19 No. , dated ,19 No. , dated , 19 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the CONTRACT DOCUMENTS. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in six (6) copies each of which shall be deemed an original on the date first above written. 14 Title el7y 56CRE7ARy e JOA -NNE I-PAJ D (Plcase type) (Please type) Title Secretary /Treasurer OWNER: Cl Ty OF /ROUND /Rock, Name MIKE 20B /N<SON Title in /-IvoR CONTRA /S' OR: / Smi Pum. , •mp* n Inc. By Address 301 M & B Industrial Waco, Texas 76712 15 (Please type) me Thomas G. Smith, P.E. Chairropasoc €ypcjhe Board 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 VIII GENERAL CONDITIONS 1. Owner. The Owner is the City of Round Rock, Williamson County, Texas, herein referred to as the Owner. 2. Location of Project. The location of the site at which the Work covered by this contract is to be performed will be approximately 4 miles east of the City of Round Rock in Williamson County, Texas. The location of this site is shown on Drawing 1. 3. Scope of Work. The Work to be conducted shall generally consist of furnishing, installation and testing of pump, submersible electric motor, column assembly, discharge assembly, foundation, starter, and all accessory equipment as specified and necessary for pumping water from a water well. The Work to be done by the Contractor hereunder includes the furnishing of all labor, materials, transportation, insurance, supervision, taxes, permits, tools, supplies, plant, equipment, services, and appurtenances, unless hereinafter specifically excepted, necessary for the satisfactory completion of the Work. All matters and items described in this Section are hereinafter referred to as the "Work". 4. Daily Report. The Contractor's field representative shall report plans and progress to the Owner's designated representatives approximately 48 hours before Work is to be started and daily thereafter during the course of the Work. If the Owner's representative is on the site, the daily report may be made in person. Otherwise, the daily report is to be made by telephone at the Contractor's expense. 5. Scheduling of Work. Time is of essence and, therefore, the Contractor shall conduct the Work in an efficient and timely manner. The Contractor shall keep a crew at Work on the site continuously for at least eight hours per day, at least five days per week, until the Work is completed. 6. Access to Drilling Locations. The Owner shall provide land or rights - of -way for the Work specified in this contract, and make provision for ingress and 16 egress. The Owner also shall provide necessary access roads to the well location, or make other suitable arrangements. 7. Electric Power. Electric power for testing the pumping equipment will be furnished by the Owner at the expense of the Owner. 8. Water for Drilling and Testing. Water for sterilization or any other needs shall be furnished by the Contractor at the expense of the Contractor. Water used shall be chlorinated and potable. 9. Disposal of Waste. Water, mud, and other wastes which result from the Work of the Contractor shall be disposed of as required and approved by the Owner. The Contractor will be allowed to dispose of non - polluting water to adjacent streams or drainageways. No polluting or toxic wastewaters will be disposed to adjacent streams or drainageways. Disposal of all pollutants will be the responsibility of the Contractor. 10. Final Cleanup. Upon completion of the Work, the Contractor shall at his own expense clear the well site of all trash, rubbish, pits, ditches, and other excavations to original condition. 11. Examination of Site. Before submitting his bid, the Contractor shall examine the area and make all necessary investigations to inform himself thoroughly as to the facilities for delivering, placing, and operating necessary equipment, and for delivering and handling all materials at the site. No plea of ignorance of conditions that exist or that may hereinafter exist or of conditions or difficulties that may be encountered in the execution of the Work under this contract will be accepted as an excuse for any failure or omission of the Contractor to fulfill in every detail all of the requirements of the contract, nor will such be accepted as a basis for any claim whatsoever for extra compensation or for an extension of time. 12. Ouality of Work. The Specifications and other contract documents contemplate finished Work of such character and quality as described in them or as may be reasonably inferable from them and the Contractor agrees that, without the addition of any charges not specifically included in his Proposal, he 17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 will conform to all these Specifications and other contract documents and he will make his Work complete and operable and in compliance with good practice and workmanship. 13. Contractor's Duty. The Contractor shall give personal attention to the faithful prosecution and completion of this Work and shall be present continually at the site of the Work while it is being performed, either in person or by a field representative authorized to act for him in his absence. 14. Character of Workmen. The Contractor agrees to employ only orderly and competent men, skilled in the performance of the type of Work required under the contract, to do the Work. 15. Inspection. It is agreed by the Contractor that the Owner shall be and is hereby authorized to appoint such representatives as the Owner may deem proper to inspect the materials furnished and Work done under this contract to see that said materials are furnished and said Work is done in accordance with the Specifications and other contract documents therefore. It is further agreed, however, that the Contractor and his representatives shall not accept any order or directions from the Owner or its representatives, whether direct or implied, which is not provided for in these Specifications and other contract documents. 16. Discrepancies and Omissions. It is agreed that it is the intent of this contract that all Work must be furnished in accordance with best practices. In the event of any discrepancy between provisions in the contract documents, the Owner shall define which provision is intended to apply to the Work. In the event of any doubt as to the meaning and intent of any portion of the contract documents, the Owner shall define such meaning and intent. 17. Assignment. Subletting. and Responsibility of Contractor. The Contractor agrees that he will give his personal attention to the fulfillment of this contract and that he will not sublet the Work without the Owner's prior written approval, but will keep the same under his personal control, and that he will not assign by power of attorney or otherwise any portion of said contract unless by and with the previous written consent of the Owner. 18 All of the Work and items related to this Work (including but not limited to labor, superintendence, insurance, equipment, tools, materials, and testing) shall be and shall remain the sole responsibility of the Contractor, and the Owner shall incur no responsibility for the performance or outcome of any part of the Work or related items as a result of its exercise of the various provisions in these Specifications and other contract documents making various procedures, equipment, materials, and other matters subject to the Owner's specific approval. The Contractor agrees that he will be solely responsible to the Owner at all times for all parts of the Work and related items, whether the Work and related items be performed and /or furnished by the Contractor's own direct employees or by outside services employed by or subcontracted to the Contractor. For example, the Contractor and not the Owner, shall remain completely responsible for the performance of all outside services, and for any adverse effects on the well occasioned thereby and for any other losses, costs, or time incurred as a result of those services. 18. Permits. Certificates, Laws, and Ordinances. The Contractor shall, at his own expense, procure all permits, certificates, and licenses required of him by law for the performance of his Work. He shall comply with all federal, state, and local laws, ordinances, and rules and regulations relating to the performance of his Work. 19. Patents and Royalties. The Contractor shall protect and save harmless the Owner and its representatives from all and every demand for damages, royalties, or fees on any patented invention used by him in connection with the Work or materials furnished under this contract, including damages, royalties, or fees on any patented materials, machinery, appliances, process, or inventions specified in this contract. The Contractor shall also protect the Owner from any legal expenses, including attorney's fees, arising from such claims. 20. Protection Against Claims for Labor and Materials. The Contractor agrees that he will indemnify and save the Owner harmless from all claims against the Owner for materials furnished or Work done under this contract, and it is further agreed that the Contractor shall, if so requested, furnish the Owner satisfactory evidence that all persons who have done Work or furnished materials under this contract have been duly paid for such Work or materials. In the case .19 such evidence is requested and is not furnished by the Contractor, payment for the Work covered by this contract may be retained until satisfactory evidence is furnished that all liabilities arising from this contract have been fully discharged. 21. Losses from Natural Causes. Unless otherwise specified, all loss or damage to the Contractor 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 same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the Work, shall be sustained and borne by the Contractor at his own cost and expense. 22. Safety of Employees. The Contractor, and not the Owner or its representatives, shall be responsible for exercising reasonable precautions for the safety of employees on the Work and complying with any applicable provisions of federal, state, and municipal safety rules and building and construction codes. The Contractor shall promptly report to the Owner all accidents occurring to the Contractor's employees. 23. Indemnity and Insurance. The Contractor specifically obligates itself to the Owner in the following respect, to -wit: (i) To indemnify and defend against and save them, their officials, officers, employees, agents and affiliates (herein the "Indemnified Parties ") harmless from any and all claims, suits, liability, expense or damage for any alleged or actual infringement or violation of any patent or patent right arising out of Contractor's performance under this Contract; (ii) To indemnify and defend against and save the Indemnified Parties harmless from any and all death, and from any other claims, suits or liability on account of any act or omission of the Contractor, or any of its officers, agents, employees or servants; (iii) To pay for all materials furnished and Work and labor performed under this Contract and to satisfy the Owner against and save them and the premises harmless from any and all claims, suits or liens therefor by others than the Contractor; (iv) To obtain and pay for all permits, licenses and official inspections made necessary by the Work, and to comply with all laws, ordinances and regulations applicable to the Work and the conduct thereof. The Contractor shall secure and maintain throughout the duration of this Contract insurance of such types and in such amounts as may be necessary to protect itself and the interest of Owner against all hazards or risks of loss as 20 hereinafter specified. The amounts listed below are the minimum acceptable to Owner and are not intended to represent the maximum loss possible. Failure of the Contractor to maintain full insurance coverage shall not relieve the Contractor of any contractual responsibility or obligation assumed by the Contractor under this contract. The Owner shall be furnished with certificates of insurance prior to beginning Work for each of the following policies, which will be subject to the approval of Owner, both as to coverage and insurer. In addition, the Owner shall be furnished written assurance by each insurance carrier of a 30 -day notice in case of cancellation or change. The certificates of insurance provided hereunder shall specify waiver of right of subrogation against Owner. Owner shall also be named additional insured on the Comprehensive General Liability Policy. The Contractor shall maintain statutory Worker's Compensation and Employer's Liability with limits of $100,000; Comprehensive General Liability with limits on Bodily Injury of $500,000 and Property Damage of $100,000, this liability coverage must include contractual liability and must delete exclusion for ✓ explosion, collapse and damage to underground utilities coverage; Comprehensive Automobile Liability with limits on Bodily Injury of $250,000/$500,000 and Property Damage of $100,000. 24. Independent Contractor. The Contractor is and shall be an independent contractor with respect to the performance of this Agreement, and neither the Contractor nor anyone employed by the Contractor shall be the agent, representative, employee or servant of the Owner in the performance of this Agreement. 25. Equal Employment Opportunity. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, handicap, or political belief or affiliation. 26. Prosecution of Work. The Owner, on reasonable notice in writing to the Contractor, may stop any portion of the Work if, in its judgement, the weather or other conditions, such as labor troubles, unsatisfactory workmen, poor materials, improper construction methods, or noncompliance with the Specifications or other contract documents, prevent the Work from being done properly. 21 If the Owner does not stop the Work or any portion thereof for any of the reasons given above, however, this shall not be taken to mean approval by the Owner of any portion of the Work which does not fully comply with all the Specifications and other provisions of these contract documents. For delays occasioned by any act, neglect, or default of the Owner or its representatives, the Owner or its representative shall not be held liable for damages on account thereof. 27. Changes, Alterations, and Extra Work. The Contractor agrees that the Owner may make such changes and alterations as the Owner may see fit in the form, dimensions, plans, or materials for the Work herein contemplated or any part thereof, either before or after the beginning of the Work, without affecting the validity of this contract and the accompanying bond. Such changes shall not constitute the basis for a claim for damages of anticipated profits on the contemplated Work that may be dispensed. If they increase the amount of Work and the increased Work can be fairly classified under the contract documents, 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 additional Work shall be paid for as extra Work. It is agreed that the Contractor shall perform all extra Work directed by the Owner when presented with a written Work order signed by the Owner. It is also agreed that the compensation to be paid the Contractor for performing said extra Work shall be determined by either agreed unit prices or by agreed lump sum; such compensation agreement shall be made before the extra Work is commenced and said compensation method will be stated in the written work order. No claim for extra Work of any kind will be allowed unless ordered in writing by the Owner. 28. Performance, Payment, and Warranty Bonds. The Contractor shall furnish performance and payment bonds in an amount at least equal to 100 percent of the total price shown for Item 1 in the Bid Proposal, as security for the faithful performance of this contract and for payment of all persons performing labor and furnishing materials in connection with this contract. The form of the bonds and the bonding company shall be approved by the Owner. The Contractor shall furnish a one - year Warranty Bond in an amount at least equal to 100 percent of the total price shown for Item 1 in the Bid Proposal as security of 22 the faithful performance of this contract. The form of the Warranty Bond and the bonding company shall be approved by the Owner. 29. Price for Work and Method of Payment. In consideration of the furnishing of all necessary labor, equipment, and materials and the completion of all Work by the Contractor and upon completion of all Work embraced in this contract in full conformity with the specifications and other contract documents, the Owner agrees to pay the Contractor on the basis of the prices set forth in the proposal hereto attached, with such additions and deductions as shown for the actual quantities, and the Contractor hereby agrees to receive such payment as payment in full for the aforesaid work and for well and truly performing same in the whole thereof in the manner required by these specifications and other contract documents. The Owner will pay the Contractor the prices shown in the Contractor's proposal as follows: After all of the Work has been completed to the satisfaction of the Owner, payment will be made from an invoice, rendered by the Contractor and approved by the Owner, on the basis of measurements of the extent of the Work done and on the basis of unit prices given in the Contractor's proposal, for 100 percent (100 %) of the completed and accepted Work, provided that the Contractor has established to the satisfaction of the Owner that all claims for labor, materials, and equipment have been paid in full. The Owner shall pay the Contractor's invoice on or before the 45th day after date of invoice. 30. Right of Owner to Terminate Contract. If the Work to be done under this Contract is abandoned by the Contractor, if the Work under this Contract is being unnecessarily delayed, if the Contractor is violating any of the conditions of this Contract, or if the Contractor is adjudged bankrupt, the Owner may serve written notice upon the Contractor and his surety of its intention to terminate the Contract. Unless a satisfactory arrangement is made for continuance within 5 days after the serving of such notice, his Contract shall terminate. In the event of such termination, the surety shall have the right to take over and complete the Work, provided that if the surety does not commence performance within 30 days, the Owner may take over and prosecute the Work to completion, by contract or otherwise. The Contractor and his surety shall be liable to the Owner for all excess costs sustained by the Owner by reason of such prosecution, completion, and delay. 23 31. Guarantee. The Contractor shall guarantee that the construction performed and materials and equipment furnished under this contract shall be free from defects in workmanship and materials for a period of one year from the date of final acceptance by the Owner. Neither the final acceptance nor final payment nor any provision in the contract documents shall relieve the Contractor of the responsibility for faulty equipment or materials furnished by him or for faulty workmanship, and he shall remedy any defects due thereto to the satisfaction of the Owner which shall appear within this period. The Owner shall give notice of observed defects with reasonable promptness. Failure on the part of the Contractor either to repair or replace such defects immediately upon notice shall entitle the Owner, if it sees fit, to repair or replace the same and recover the reasonable cost of such repair or replacement from the Contractor and /or his sureties. 32. Information to be Furnished With Bid. The bidder shall furnish a description of materials and equipment offered in his proposal, including brand motor and pump, characteristic pumping curves, discharge head data, electrical equipment, catalog cuts and specifications. Any bidder wishing to submit a substitute manufacturer for equipment must specify such in their bid submittal. 33. Completion Records. Upon completion of pump installation, the Contractor shall furnish seven copies of a completion report showing the pump, motor, and ancillary equipment installed, the type and locations of all material settings, operation and maintenance guides, and all other pertinent information required to complete properly detailed records of the pump installation. This shall include as built drawings clearly showing all wire terminations and routing of underground conduit. 24 ix SPECIFICATIONS FOR PUMP, MOTOR, AND ACCESSORY EQUIPMENT 1. General. These specifications cover the furnishing and installation of one electric motor - driven, submersible pump. The well into which the pump is to be installed has been completed and tested. The location of the well is shown on Drawing 1. The construction and other applicable information regarding the well is as follows: Description Diameter Depth Interval (inches) (feet BGL) Steel Casing 12 -3/4 O.D. 0 - 500 Open I-Iole 11 -3/4 500 - 555 Open I-Iole 7 -7/8 555 - 600 Static Water Level 180 The pump, motor, accessory equipment, and installation offered in the Contractor's bid shall meet the following specifications. 2. Pump. The pump furnished shall be a Peerless 10LB pump or approved equal and meet the following conditions: a. The pump shall have a capacity of 650 gpm with /against 1) an above ground discharge head of 55 feet, 2) a pumping level of 400 feet below ground level, and 3) friction losses in the column pipe (to be calculated by the bidder). b. The pump bowl. shall be of close -grain cast iron, free of blow holes and sand holes. c. Each bowl will be provided with bronze bearings and provide accurate alignment of shaft. d. The impellers shall be bronze and balanced. 25 3. Motor. e. The impeller shaft shall be of stainless steel, polished and precision straightened. f. The pump suction shall include a stainless steel or plastic strainer sufficient to keep out solids large enough to damage the pump. g. The pump shall be capable of withstanding a hydrostatic pressure of shut -off head. a. The motor furnished shall be designed for continuous -duty, underwater operation and shall operate on 440 volts, three phases, and 60 cycles. b. The motor furnished shall be a new vertical, submersible, induction - type motor conforming to NEMA standards. c. The motor shall have a 1.15 service factor. d. The motor shall operate at a constant speed of no more than approximately 3,600 rpm. e. The motor shall be oil- filled or water - filled and shall incorporate a mechanical seal to restrict foreign matter from entering the motor. f. The thrust bearing shall be of ample capacity to carry the weight of all rotating parts plus the hydraulic thrust and shall be an integral part of the driver. g. The motor shall not exceed 150 horsepower. h. The motor shall not be loaded in excess of its nameplate rating at design plus 25 feet of additional head and not be loaded in excess of 26 4. Column Pipe. 110 percent of its nameplate rating at any condition from zero flow to maximum capacity of the pump. a. Column pipe shall be 6.625 -inch O.D. new steel pipe having a wall thickness of 0.280 inches and conforming to AWWA E -101, or approved equal, with threaded sleeve couplings. b. The column pipe furnished shall total 480 feet in length and the intermediate sections shall be furnished in interchangeable sections not exceeding 20 feet in length. c. A column check valve shall be furnished and installed. 5. Discharge Head. a. A suitable discharge head of heavy -duty cast iron or fabricated steel shall be provided for supporting the pump, motor, and column pipe. b. The discharge elbow shall be equipped with a Class 150 ANSI raised face flange of the same diameter as the column pipe. c. The discharge elbow flange shall have a one - quarter -inch NPT connection for a pressure gauge. d. The discharge head base shall include a flange and the top of the well casing shall be fitted with a casing flange suitable for connection to the discharge head base flange. At Purchaser's approval, alternate methods for providing an airtight seal between the casing and discharge head base may be used. e. Threaded connections shall be provided in the head base for an electrical junction box and an airline assembly. 27 f. All spaces, including those between the discharge head and the casing, the airline and the junction box, shall be sealed. g. A two -inch galvanized steel casing vent shall be provided on the casing or discharge head, as shown on Drawing 2, and shall be equipped with a screen opening of 16 -mesh or finer, corrosion - resistant screen elevated and faced downward so as to minimize the drawing of contaminants into the well. h. A suitable electrical junction box attached to the discharge head shall be provided. 6. Water -Level Indicator. a. The Contractor shall furnish and install a suitable airline consisting of one - quarter -inch brass or stainless steel PVC - coated pipe extending from the discharge head to the top of the bowl assembly. b. An altitude gage, reading in feet of water and graduated to one -foot divisions with snifter valve and necessary fittings, shall be supplied and mounted at the top of the airline. The airline shall be supported on the column pipe at approximately 20 -foot intervals with non- corrosive clamps. c. The airline installation shall be properly sealed where it comes through the discharge head. 7. Low -Water Switch. a. The pump installation shall include a low water disconnect switch. b. The low water disconnect switch shall be set at 480 feet below ground level. 8. Power Cable. There shall be furnished under these specifications a sufficient amount of power cable of proper size and voltage to reach from 28 the motor terminal connection cable to the above - ground electrical junction box. The cable shall comply in every respect to the electrical code. The cable shall have three conductors. Each conductor shall be in an insulating water -tight synthetic rubber or plastic jacket; the whole to be enclosed in an outer synthetic rubber or plastic jacket. The cable shall be supported on the column pipe by suitable non- corrosive cable clasps at intervals not exceeding twenty feet. 9. Electrical. a. Contractor shall furnish all tools, equipment, materials, and superintendance required for a complete and operating system as noted on the drawings and specifications. b. All work shall be in accordance with City of Round Rock codes and all materials shall meet NEMA, ANSI, AWWA, AIEE, and NEC standards. All equipment and materials shall meet UL testing standards for their applied application. c. Materials 1) Conduit a) Rigid, galvanized steel above ground and buried below ground less than 30 inches below finish grade. b) PVC Sch 40 buried below finish grade 30 inches or deeper. c) IMC not approved. d) EMT not approved. e) PVC coated steel flex shall be used for final connection to motors. Lengths shall not exceed 36 inches. f) Steel and aluminum flex not approved. 2) Conductors and Cable a) All power and control shall be stranded copper THWN. b) Power conductors shall be sized per drawings. c) Control conductors shall not be smaller than #14 AWG. 29 d) All power conductors shall be color coded per prevailing code. e) All control conductors shall be affixed with an approved numbering system. 3). Equipment (all enclosures shall be NEMA 3R) a) Starter - disconnect shall be Square D 8538 -SGA23 (or equal) fused per drawings with heaters sized to motor. Protection shall include Square D 8430- MPS480 phase failure relay with 8501 NR 82 socket and J9200 -9A surge protector (or equal). b) Control transformer shall be Square D F4TT1 480V primary 24V secondary or equal. c) Transformer for convenience outlet shall be Square D 9070K 500 D1 480VX 120V or equal. 4) Racks for mounting equipment may be either hot dipped, galvanized or primed and painted, and suitable for the application as approved by the Owner. 5) Grounding shall be driven ground to code. 6) Controls shall include low level lock out in well and HOA switch with pilot lights for run, off and trip. 10. Pump Installation. The pump, motor, and associated equipment shall be installed by the Contractor following all instructions and directions supplied by the equipment manufacturers. 11. Piping. All piping beyond the flange of the discharge head assembly will be furnished and installed by others under arrangements made by the Owner and at the expense of the Owner. 12. Sterilization. The pump shall be sterilized by the Contractor during and after installation. Before the pump is started, at least 10 pounds of 70- percent granulated calcium hypochlorite shall be poured in the well and 30 the well agitated by turning the pump on and off without discharging water at the surface. 13. Testing. After sterilization the Contractor shall operate the pumping equipment for up to three hours to insure proper operation of all equipment installed and to provide instruction to the Owner on proper operation of the pumping equipment. 14. Work Performance. The materials furnished and work conducted shall be a complete and operable installation. All work conducted shall be in compliance with good practice and workmanship and conform to Texas Department of Health regulations for municipal water supplies. 15. Guarantees. The following guarantees shall apply to the pump, motor, and accessory equipment. If the Contractor is unable to meet these guarantees, the Purchaser shall not accept the installation and no payment will be due the Contractor. a. The Contractor shall furnish pumping equipment, all in accordance with these specifications. b. The pumping equipment furnished and installed shall provide water at the rates and heads specified in these specifications and as submitted by the Contractor in his bid. 16. Drawings. The Work to be done under these specifications is described in part on Drawings 2 and 3. 31 X SPECIFICATIONS FOR CONCRETE PUMP FOUNDATION 1. General. The foundation design shall be as shown on the attached drawing and be of adequate strength to support the pump, motor, and pump column. The pump foundation shall be of reinforced cast -in -place concrete. All flat surfaces shall be sloped at not less than .25 inches per foot. 2. Site Preparation. Forms. and Reinforcement. Cement grout shall be removed from the surface casing to the depth of the foundation and the exposed surface of the casing shall be cleaned prior to placing concrete. The concrete foundation shall be placed on earth free of any loose materials and vegetation. The forms shall be true to shape and size and shall be tight enough to prevent leakage of cement slurry. All corners shall be chamfered three - quarters of an inch. Reinforcing bars shall conform to ASTM A615 Grade 60 and shall be free of grease and other coatings. The amount and spacing of the reinforcing bars shall be as shown on the attached drawing. 3. Power Conduit. Suitably -sized galvanized steel pipe shall be cemented in place, as shown on the attached drawing, from the top of the pump foundation through the foundation and extending underground to the service pole. 4. Mixing and Placement of Concrete. Portland cement shall conform with ASTM C -150 Type 1. Water shall be clean and free from oils, salts, or other injurious matter. Mixing and placing shall be consistent with production of quality concrete work. Consolidation shall be achieved with mechanical vibrators. All corners shall be chamfered three - quarters of an inch and all flat surfaces shall be given a trowel and brush finish. The finishing of the concrete shall leave the concrete in a neat condition with uniform color and texture. 5. Drawing. The Work to be done under these specifications is described in part on Drawing 2. 32 - t t , ,, Feet - _T - - -. _ .. — - - ' '1' • • - .2 1 ? tl / // '''',..' ( - \ \ Vs I , \ 1 v __. , :f r , N f 1 'ii • \ \\ g gl • 1 /1) • ---• ' • I ( 4 , L ! / ' I , ) ) 1 , I _t• - - ' ' , L. , i , A --, ' ' , , • ; .- ) I) I 'e' N .._,..!._ --.__. Round R Rock I 1 ... / •-•- r---... n - -1 ;7 ;,, / l• 1 ... . ....... - - v ewt.tria, g ■Ith , -: 1 ( „ . (7 ( ( i•" ,_ - , l •ts .Round Rock'? 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DRAWING 1 I• NM MN MI NM I• =— NM M i = MI — = — — MI Note: Not To Scale 24" X 24" X 8" Enclosure To Hold Transformer And Terminal Strip For Control Wiring 15A, 125V Duplex Receptacle Texas Utilities XFMR 4" Conduit 1 -1/4" Nipple Wire To Size DRAWING 3 ELECTRICAL Sized Conduit To Match Existing And Pull 3 - 2/0 Combination - Fused Disconnect And Starter With 24V Coil I � Per Code . �2" Condiut With 3 - 2/0 and 1 #6 Ground To j Pump Motor i ACOI.I /. ` CERTIFICATE OF INSURANCE ISSUE DATE(MM/DD/YY) 1 7 -17 -90 PRODUCER Gordon Riley Insurance Agency, InC. P.O. Box 7794 Waco, Texas 76714 - 7794 CODE SUB -GOOF THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW `COMPANIES AFFORDING COVERAGE COMPANY A Utica Lloyds of Texas LETTER __ v COMPANY B Utica N ational Lloyds LETTER y INSURED Smith Pump Company, Inc. 301 M & B Industrial Waco, 8exas 76712 LEnER Y C COMPANY D LETTER COMPANY E 1 LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LT.-- TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS 1 DATE NM/DONT) DATE /DD /VY) (MM GENERAL LIABILITY 1 GENERAL AGGREGATE 1!__1 ,000 A X COMMERCIAL GENERAL LIABILITY , PRODUCTS.COMPIOPS AGGREGATE' 5 500__ CLAIMS MADEX DCCUR TCPP 121 8867 11 -18 -89 1 11 -18 -90 PERSONAL& ADVERTISING INJURY I E 500 X OWNER'S & CONTRACTOR'S PROT. t EACH OCCURRENCE $ 500 C ontractual F IRE DAMAGE ono lire) $ 5 MEDICAL EXPENSE (Any one person) $ B AUTOMOBILE X LIABILITY - ANY AUTO ALL OWNED AUTOS I SCHEDULED AUTOS BAP 121 8783 1 1 COMBINED SINGLE 1$ 1,000 LIMIT 11-18-89 11-18-90 BODILY (Per/porson) HIRED AUTOS NON .OWNED AUTOS GARAGE LIABILITY BODILY (Per loccident I $ ( PROPERTY DAMAGE E A EXCESS X_,I LIABILITY OTHER THAN UMBRELLA FORM TXCULP 121 87 88 11 -18 -89 1 11 -18 -90 (� EACH I f •OCCURRENCE E AGGREGATE a WORKER'S COMPENSATION STATUTORY 1 AND EMPLOYERS' LIABILITY I E (EACH ACCIDENT) E (DISEASE— POLICY LIMIT) E (DISEASE —EACH EMPLOYEE OTHER Endorsement CG 2142 excluding XCU coverage Waiver of right,of subrogation against City of Round R named as additional is not owner endorsement insured. attached to the policy. 1 DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /RESTRICTIONS /SPECIAL ITEMS CERTIFICATE HOLDER CANCELLATION City of Round Rock 221 East Main Street Round Rock, Texas 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL .3.4_ AYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Ott ILURE TO MAIL SUc T SHALL IMPOSE NO OBLIGATION OR LIABILIT 0 A`Y Kllf UPON THE 0 IIIAGENTS OR REPRESENTATIVES. A UTHORIZED REPRESENTAE iE Gordon_Riely Insurance ACORD 25 -S (3/88) © ACORD CORPORATION 1988 UAC OItII• CERTIFICATE OF INSURANCE ISSUE DATE (MM/DD/YY) 7 -6 -90 ' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Gordon nsurance A Inc. NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, Riley Y $ eoL Y r EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW P.O. Box 7794 Waco, Texas 76714 -7794 COMPANIES AFFORDING COVERAGE CODE SUB -COOS COMPANY A LETTER Utica Lloyds of Texas COM PANY LETTER B Utica National Lloyds INSURED Smith Pump Company, Inc. - 301 M & B Industrial Blvd. Waco, Texas 76712 . LETfEFl COMPANY 0 LETTER COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. T TYPE OF INSURANCE POLICY NUMBER LT 1 POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS DATE /DD/YY) DATE (MM (MMIDD/YY) 11 GENERAL LIABILITY f 1 1 1 1 GENERAL AGGREGATE $ 1,000 A X COMMERCIAL GENERAL LIABILITY l PRODUCTS-COMP /OPS AGGREGATE $ 500 CLAIMS MADE Xi OCCUR. TCPP 121 88 67 11-18-89 11-18-90 PERSONAL& ADVERTISING INJURY $ 500 - OWNER'S 8 CONTRACTOR'S PROT, EACH OCCURRENCE $ 500 FIRE DAMAGE (Any one fire) $ 50 — MEDICAL EXPENSE (Any one person) r 5 B AUTOMOBILE X I LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY BAP 121 87 83 11 -18 -89 11-18-90 COMBINED LIMITLE $ 1,000 • BODILY INJURY (Per person) $ BODILY INJURY ) S (Per occident PROPERTY DAMAGE $ A EXCESS LIABILITY X__I TXCULP 121 87 88 OTHER THAN UMBRELLA FORM 11 -18 -89 11 -18 -90 • , EACH I AGGREGATE OCCURRENCE + 1,000 $ 1,000 5 i WORKER'S COMPENSATION AND I EMPLOYERS' LIABILITY STATUTORY $ i (EACH ACCIDENT) $ i (DISEASE— POLICY LIMIT) $ (DISEASE —EACH EMPLOYEE OTHER 1 City of Round Rock as Additional Insured DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /RESTRICTIONS /SPECIAL ITEMS • Production Water WellPumping Equipment CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE C ity of Round Rock ` EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO C/0 R. W. Harden & Associates, Inc. ; MAIL SODD'YS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 3409 Executive Center Dr., Suite 226 LEFT, BI -(LURE TO MAIL SUC N• ICE SHALL IMPOSE NO OBLIGATION OR Austin, Texas 78731 LIABILITY NY KIN UPON THE M ITS AGENTS OR REPRESENTATIVES. AUTHO• (ZED RE':' ENTA kE I Gordon ' ey " ' -- • c e • I I c • IACORD 25 -S (3/88) �' - © ARD CORPORATION 1988 pump at Fores[ Cre ek S Gof h P ump for Course, well 6 -28 -90 ATTEST: C- RS06280B That the bid of ity Secretary RESOLUTION NO. /'T 7 3 k WHEREAS, the City of Round Rock has duly advertised for bids for the purchase of a well pump f the Forest Creek Golf Course, and WHEREAS, has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of , Now Therefore BE IT RESOLVED BY THE COUNC THE CITY OF ROUND ROCK, TEXAS, is hereby accepted as the lowest and best bid, and the Mayor is authorized and d3re¢ted to execute on behalf of the City a contract with for the purchase of a well pump for the Forest Creek Golf Course, a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this 28th day of June, 1990. MIKE ROBINSON, Mayor City of Round Rock, Texas DATE: June 26, 1990 SUBJECT: City Council Meeting, June 28, 1990 ITEM: 8B. Consider a resolution authorizing the Mayor to enter into a contract for a well pump at the Forest Creek Golf Course. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: On Tuesday June 26, 1990, bids were opened for the purchase and installation of a well pump for the Forest Creek Golf Course Well. A recommendation will be made at the meeting. ECONOMIC IMPACT: '1. 44/ti v vror