Loading...
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 No bids may be withdrawn after the scheduled opening time.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.