R-91-1580 - 3/11/1991CITY OF
ROUND ROCK
PUBLIC WORKS
PROJECT
1991
AL TOMATIC
WATER SAMPLERS
SPECIFICATIONS AND
CONTRACT DOCUMENTS
jgga2
NOTICE TO BIDDERS
Sealed proposals addressed to the City Secretary, City of
Round Rock, 221 East Main Street, Round Rock, Texas 78664, for
furnishing Automatic Water Samplers bids will be received
until February 28, 1991 at 2:00 P.M. then publicly opened and
read aloud in the City Council Chambers. Bid envelopes should
state date and time of bid and "Automatic Water Samplers."
No bids may be withdrawn after the scheduled opening time.
Any bids received after scheduled bid opening time will be
returned unopened.
Bids must be submitted on City of Round Rock bidding
sheets. Proposal Bidding documents for this bid can be
obtained at the Public Works Department, 300 South Blair, in
Round Rock, beginning February 1, 1991 for a non - refundable
charge of $ 5.00 per set.
In case of ambiguity, duplication, or obscurity in the
_ bids, the City of Round Rock reserves the right to construe
the meaning thereof. The City of Round Rock further reserves
the right to reject any or all bids and waive any
informalities and irregularities in bids received.
The successful bidder will be expected to execute the
standard contract prepared by the City of Round Rock.
Publish Dates:
NOTICE TO BIDDERS
Automatic water Samplers
Austin American Statesman
February 3, 1991
February 10, 1991
February 17, 1991
Round Rock Leader
February 4, 1991
February 11, 1991
February 18, 1991
JOANNE LAND
City Secretary
City of Round Rock
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS
1. Prior to submitting any proposal, bidders are required to
read the specifications, proposal and contract
carefully; to inform themselves by their independent
research, test and investigation of the difficulties to
be encountered and judge for themselves of the
accessibility of the work and all attending circumstances
affecting the cost of doing the work and the time
required for its completion and obtain all information
required to make an intelligent proposal.
2. Should the bidder find discrepancies in, or omissions
from the specifications, or other documents, or should he
be in doubt as to their meaning, he should notify at once
the Water and Wastewater Department and obtain
clarification or addendum prior to submitting any bid.
3. It shall be the responsibility of the bidder to see that
his bid is received at the place and time named in the
Notice to Bidders. Bids received after closing time will
be returned unopened. -- -
4. Bids shall be submitted in sealed envelopes plainly
marked "Sealed Bid" and showing the name of the project,
the job number if applicable, and the opening date and
time.
5. Bids shall be submitted on proposal forms furnished by
the City of Round Rock. The bidder may bid on any or all
items. Award will be made on a per item basis. The
units on quantities are approximate only and owner may
purchase more or less product at unit price.
6. Until the award of the contract, the City of Round Rock
reserves the right to reject any and all proposals and to
waive technicalities; to advertise for new proposals; or
to do the work otherwise when the best interest of the
City of Round Rock will be thereby promoted.
7. In case of ambiguity or lack of clarity in the statement
of prices in the bids, the City of Round Rock, reserves
the right to consider the most favorable analysis
thereof, or to reject the bid. Unreasonable (or
unbalanced) prices submitted in a bid may result in
rejection of such bid or other bids.
8. Award of the contract, if awarded, will be made within
sixty (60) days after opening of the proposals, and no
bidder may withdraw his proposal within said sixty (60)
day period of time unless a prior award is made.
thereof, or to reject the bid. Unreasonable (or
unbalanced) prices submitted in a bid may result in
rejection of such bid or other bids.
8. Award of the contract, if awarded, will be made within
sixty (60) days after opening of the proposals, and no
bidder may withdraw his proposal within said sixty (60)
day period of time unless a prior award is made.
9. Failure to execute the contract within ten (10) days of
written notification of award shall be just cause for the
annulment of the award.
10. No contract shall be binding upon the City of Round Rock
until it has been signed by its Mayor after having been
duly authorized to do so by the City Council.
11. Any quantities given in any portion of the contract
documents are estimates only, and the actual amount
required may differ somewhat from the estimates. The
basis for the payment shall be the actual amount of
material furnished.
12. No Texas sales tax shall be included in the prices bid
for work under this contract. This contract is issued by
an organization which is qualified for exemption pursuant
to the provisions of Article 10.04 (h) of the Texas
Limited Sales, Excise and Use Tax Act. The contractor
performing this contract may purchase, rent or lease all
materials, supplies, equipment used or consumed in the
performance of this contract by issuing to his supplier
an exemption certificate complying with State
Comptroller's ruling #95 -0.07. Any such exemption
certificate issued by the contractor in lieu of the tax
shall be subject to the provisions of the State
Comptroller's ruling #95 -0.0 -9 as amended to be effective
July 1, 1979.
13. No conditional bids will be accepted.
AGREEMENT
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
AGREEMENT
KNOW ALL MEN BY THESE PRESENT
1
That this Agreement made and entered into this � day
of '/ A.D., 19 9/ by and between the CITY OF
ROUND ROCK, TEXAS, its Mayor,-First Party, hereinafter termed
the Owner, and Tito 77GLj eS of the City of
rSound Rcel. , Count of ti),• / /,• , State of
?cxus , 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 proposal requirements at the prices set forth•
in the Contractor's Proposal dated T Ia n , /Gq / for
certain materials described as follows:
Automatic Water Samplers 1991
The Contractor shall supply all equipment in the
Specification 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 Owner agrees to pay the contractor in current funds,
and to make payments on account, for the performance of the
work in accordance with the Contract, at the prices set forth
in the Contractor's Proposal, subject to additions and
deductions, all as provided in the General Conditions of the
Agreement.
11
11
11
11
11
11
a1
The following documents together with this Agreement,
comprise the contract, and they are as fully a part thereof as
if herein repeated in full:
The Notice to Bidders
The Instructions to Bidders
The Proposal and Bidding Sheets
The Technical Specifications
The Special Provisions
Addenda
Change Orders
IN WITNESS WHEREOF, the parties to these present have executed
this Agreement in the ydar and day first 'abo
o� v . e written.
Party of the o S.cond Part
(CONT OR)
CITY OF ROUND ROCK, TEXAS
Party of the First Part
,(OWNER)
BY:
Mayor Mike Robinson
ATTOS'I[E
BY:
A inclJ
(The following to be
Corporation).
I , " R Gh;1'45.i.
executed
ATTEST:
, certify that I am the
Secretary of the Corporation named as Contractor herein: that
R�I J F Sleicv„iuy. fir. , who signed this Contract on behalf
of the Contractor was then • °Act I S ales riitkwc4-c✓-
r luvmicipc, I - (official title) of said
Corporation, that said Contract was my signed for and in
behalf of said Corporation, that sai• poration by authority
of its governing body, and is with scope of its corporate
powers.
Signed:
if
the Contractor is a
PROPOSAL AND PROPOSAL BIDDING SHEETS
It is further
increased to cover
Specifications, in
General Conditions.
deletion of work so
PROPOSAL
TO
CITY COUNCIL OF
THE CITY OF ROUND ROCK
FOR THE
Automatic Water Samplers
The undersigned, as bidder, declares that the only person
or parties interested in this proposal as principals are those
named herein, that his proposal is made without collusion with
any other person, firm or corporation; that he has carefully
examined the form of contract, Notice to Bidders inviting
bids, conditions or classes of materials of the proposed work;
and agrees that he will provide all the necessary labor,
machinery tools, apparatus, and will do all the work and
furnish all the materials called for in the contract and
specification in the manner prescribed therein.
It is understood that the following quantities of work to
be done at unit prices are approximate only, and are intended
principally to serve as a guide in evaluating bids.
It is further agreed that the materials to be furnished
may be increased or diminished as may be considered necessary,
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.
agreed that lump sum prices may be
additional work not indicated by the
accordance with the provisions of the
Similarly, they may be decreased to cover
ordered.
It is understood and agreed that the work is to be
completed within the time herein stated.
The undersigned bidder agrees to commence work within ten
(10) days after written Notice to Proceed has been given.
ACKNOWLEDGEMENT OF PAYMENT ITEMS
The undersigned acknowledges that the foregoing bid items
are the only items of payment under this contract and that his
bid price under these items reflects the complete charges for
furnishing all labor, material, and equipment to complete the
project as outlined in the specifications, and contract
documents.
KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS
The undersigned warrants that he has examined the
specifications, and all other parts of the Contract Documents,
and is familiar with the local conditions at the place where
the work is to be performed as outlined in the specifications.
CONTRACT TIME
If awarded the Contract, the undersigned agrees to enter
into a contract to provide equipment and accessories within 90
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 of technicalities in any proposal in the
interest of the Owner, except as specifically limited by the
terms of the Contract Documents or applicable Laws or
Governmental Regulations.
ADDENDA
The undersigned acknowledges receipt of the following
addenda:
Addendum No. Dated
1
1
1
1
1
1
1
1
1
1
I Bid Item
Item Ouantity Unit Description
' 1. Four (4) Each
1 2:
3.
1
1
1
1
1
PROPOSAL BIDDING SHEET
PROPOSAL NAME: Automatic Water Samplers - 1991
JOB LOCATION: Round Rock, Williamson County, Texas
OWNER: City of Round Rock, Texas
DATE:
Gentlemen:
Pursuant to the foregoing Notice to Bidders, Technical
Specifications, delivery instructions and General Instructions to
Bidders, the undersigned bidder hereby proposes to furnish all necessary
superintendence, labor, machinery, equipment, tools, materials,
insurance and miscellaneous items, to provide delivery on all chemicals
which he bids as provided by the attached supplemental specifications,
and binds himself on acceptance of this proposal to execute a contract
for the following prices, to wit:
Two (2)
Four (4)
4. - Four (4)
Each
Sets
Each
BASE BID
k
Water Samplers
*Tn1 1 oc •es Mc�cl
4{qo rhulklw� k Ph t
s - 100r
AC Power Converter/
Battery Charger
(24) Twenty -Four one
Liter Polyethylene
Bottles. 4 • cl uck , salvo iov'
Five (5) Gallons
Polyethylene Bottles
Unit
Price
Amount
0 676011
?Snetk 71-4S%
i D`9
- I - ««� I t✓ lj 1�
' = `mot∎ i lo`Vie1-
1
1
1
1 Bid
Item Quantity
I5.
1
1
1
1
Item Unit
Unit Description Price Amount
3L(o`°/(
Four (4) Each Rechargeable Nickel
Cadmium Batteries
X143., - veL2 , C&.a6iies nvc scc, c et -cc t / _ 7 c 70 . o �
If this proposal is accepted, the undersigned agrees to enter into a
contract with the City of Round Rock.
' The undersigned certifies that the bid prices contained in the proposal
have been carefully checked and are submitted as correct and final. The
Owner reserves the right to reject any or all bids and may waive any
informalities.
1 Res. - ctfully bmitt
1
1
4- Reck!ze Y\CAC, s kirt
1
Spa" - LtV .
1
1
Ralinnal Galpa Manager
Title For: -
TN Tenhnningipa, Tnn.
Name of Firm
7/27/91
Date
proposal/ w /ww spec
P. O Rnx 800
Roun Rork, TX 78680
Address
- a a�
Teled h ::-.410
.
Se cr=tary, if Contractor
is a Corporation
0• C
1)690• x
4.
6)760• *
125• x
2• _
250• '*
45• x
4• _
180• *
35• x
4• =
140• *
85• x
4• _
340•
0• C
6)760• +
250• +
180• +
140• +
340• +
7,670.
PRODUCT DESCRIPTION
PRODUCT: Automatic Water Sampler
QUANTITY: Four (4) complete samplers equipped as outlined below:
TECHNICAL SPECIFICATIONS:
PRODUCT DESCRIPTION
A. Diameter: Not greater than 22 inches
B. Must have a Liquid Sensing System which allows for retries if
an initial sample is not obtained.
C. Must be capable of collecting discrete and composite samples
in up to 24 - 1000m1 increments, and up to a total of five -
(5) gallons, ( in composite testing).
D. Must meet minimum EPA requirements for priority pollutant
(toxic) sampling in accordance with Pretreatment Compliance
Monitoring and Enforcement Guidance by U.S. EPA Office of
Water Enforcement and Permits, September, 1989, or the latest
revision thereof. Reference 40 CFR 136. The primary set -up
of each of the four (4) water samplers must be for priority
pollutant sampling. Requirements should include that all
wetted parts be made of Teflon glass or stainless steel, as
per EPA specifications (i.e. organic testing.)
E. Must have a minimum line transport velocity of 2.5 ft. per
second at 3 ft. head, and a minimum capability of 20 ft. of
lift.
F. Samplers and accessories must be warrantied by the
manufacturer against defects for a period of one year from
time of delivery, and must include parts, labor and
transportation fees.
G. Must be capable of accepting pulse signals from an external
flowmeter to activate sampler on a flow proportional basis.
ACCESSORIES:
A. Each of the four (4) water samplers must be equipped with a
rechargeable, nickel cadmium battery.
B. Must include two (2) AC power converter /battery chargers that
will power the water samplers and recharge nickel cadmium
batteries from a 120 volt AC power source. (Total required -
two (2).)
C. Each of the four (4) water samplers must also be supplied with
twenty - four (24), 1000m1 polyethylene sample bottles, and
also a minimum of a five (5) gallon polyethylene composite
bottle, and all related equipment for field exchange and use.
DELIVERY:
Delivery will be made to the City of Round Rock West
Wastewater Treatment Plant, 1116 East Austin - Street, Round
Rock, Texas; telephone (512) 255 -7055.
NOTICE -OF -AWARD
1
April 1, 1991
TN Technologies, Inc.
P.O. Box 800
Round Rock, Texas 78680
Attn: Richard Sherman
Re: Automatic Water Samplers - 1991
Dear Mr. Sherman,
Mayor
Mike Robinson
Mayor Pro-tem noticawd.awelwwapee
Charles Culpepper
Council Members
Robert Stlake
' Tish Oatman
Pete Correa
Earl Palmer
Jammy Joseph
I City Manager
Robert L. Bennett, Jr.
City Attorney
Stephan L. Sheets
THE CITY OF ROUND ROCK
221 East Main Street
Round Rock, Texas 78664
512-255-3612
The City Council awarded your company the above project for
the proposal amount of $ 7670.00. This letter hereby serves
as your Notice -of- Award.
Please return all five (5) documents with your signature
affixed to each agreement, within ten (10) days. Upon
execution by the City you will receive a Notice -to- Proceed in
accordance with the contract document.
Thank you and we look forward to working with you on this
project.
Michael Vollmer
Plant Operations Manager
Public Works Department
WHEREAS, the City of Round Rock has duly advertised for bids for
the purchase of automatic water samplers, and
WHEREAS, TN Technologies, Inc. has submitted the lowest and best
bid, and
WHEREAS, the City Council wishes to accept the bid of TN
Technologies, Inc. and to authorize the purchase of said automatic
water samplers, Now Therefore
BE IT RESOLVED BY THE CITY COUNCIL OF ROUND ROCK, TEXAS,
That the bid of TN Technologies, Inc. is hereby accepted as the
lowest and best bid and the purchase of automatic water samplers is
hereby authorized, a copy of said contract being attached hereto and
incorporated herein for all purposes.
RESOLVED this llth day of March, 1991.
ATTEST:
JO if NE LAND, City Secretary
RS03111D
RESOLUTION NO. J58
MIKE ROBINSON, Mayor
City of Round Rock, Texas
THE CITY OF ROUND ROCK BIDS EXTENDED
PUBLIC WORKS DEPARTMENT
221 East Main Street BY:
Round Rock, Texas. 78681 DATE :
(512) 255 - 3612 BID TABULATION SHEET :
AND CHECKED
Michael Vollmer /LK.
3/1/91
1 Of 1
CONTRACT : Automatic Water Samplers -1991
BIDDERS
LOCATION : City Council Chambers
T N Technologies, Inc.
Water & Waste
Management
EMS! INC. _
DATE: 2/28/91 Time: 2:00
ITEM
UNIT
APPROX.
QTY.
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST .
1. Water Samplers
Ea
4
$1,690.00
$6,760.00
82,227.50
88,910.00
$2,350.00
89,400.00
2. AC Power Converter /
Battery Charger
Ea
2
8125.00
$250.00
$178.00
$356.00
8190.00
$380.00
3. Twenty -Four (24) one liter
Polyethylene bottles
Ea
4
845.00
8180.00
$93.00
8372.00
$0.00
$0.00
4. Five (5) gallons polyethylene
bottles
Ea
4
$35.00
8140.00
$56.00
$224.00
$55.00
$220.00
5. Rechargeable nickel
Ea
4
$85.00
$340.00
$186.00
$744.00
8205.00
$820.00
cadmium Batteries
TOTAL:
$7,670.00
$10,606.00
$10,820.00
* as corrected
JI
DATE: MARCH 14, 1991
SUBJECT: City Council Meeting, March 14, 1991
ITEM: 13D. Consider a resolution authorizing the Mayor to enter into
a contract for Automatic Water Samplers.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION: On February 28, 1991, the City of Round
Rock received three bids. TN Technologies of Round Rock was the lowest and
best bidder. TN submitted a variation on the bid in the form of gel - filled
batteries instead of nickel- cadmium batteries as specified. Public Works staff
investigated the two types of batteries and have determined that the gel - filled
batteries will perform as well as the nickel- cadmium batteries. The gel- filled
batteries are less expensive than ni -cad, however, the $400 dollar difference
between the batteries is more than offset by the $2.936 dollar difference in the
supplier's bids. Staff recommends award to TN Technologies.