R-95-10-12-13F - 10/12/1995WHEREAS, the City of Round Rock has duly advertised for bids
for the purchase of modular office space for the East Wastewater
Treatment Plant, and
WHEREAS, Space Master, Inc., has submitted the lowest and
best bid, and
WHEREAS, the City Council wishes to accept the bid of Space
Master, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS,
That the bid of Space Master, Inc., is hereby accepted as the
lowest and best bid and the City Manager is hereby authorized and
directed to issue a purchase order to Space Master, Inc., for the
purchase of modular office space for the East Wastewater Treatment
Plant.
RESOLVED this 12th day of October, 1995.
ATTEST:
:I
/MAO
E LAND, City Secretary
K: \RESOLUTI \RS51012F.WPD /kg
RESOLUTION NO. R- 95- 10- 12 -13F
CHARLES CU P PER, Mayor
City of Round Rock, Texas
DATE: October 10, 1995
SUBJECT: City Council Meeting, October 12, 1995
ITEM: 13F. Consider a resolution authorizing the purchase of modular office
space for the East Wastewater Treatment Plant.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
Date:
To:
From:
Subj:
October 9, 1995
Jim Nuse, P.E.
Director of Public Works
Steven Miller, P.E.
Facilities Engineer
MEMORANDUM
Modular Building /Trailer - East WWTP
As you are aware we recently compiled a specifications package for the purchase of a modular
building. On September 26, bids were received and opened for this project. Two bids were
submitted by manufacturers and the following tabulation details the outcome of the bids:
Manufacturer Bid
Space Master $87,985.00
Fort Worth, Tx
M.P. Buildings $96,716.00
Houston, Tx
The low bidder, Space Master, was found to have a "satisfied customer list" and I recommend
the City Council consider awarding this project to them.
�7 ..
IV Ml
NOW
prt r��
o
PUBLIC WORKS DM.
a
r s
4
Irk
baa p
F
V,�
Tr-
r„r an
l
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
AGREEMENT
THIS AGREEMENT, made and entered into this 12th day of October A.D. 1995, by and between
the CITY OF ROUND ROCK, TEXAS acting through its Mayor, Party of the First Part,
hereinafter termed the OWNER, and Space Master of the City of Fort Worth , County of Tarrent,
State of Texas, Party of the Second Part, hereinafter termed Contractor.
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by said First Party (Owner), the said Second
Party (Contractor), hereby agrees with the first Party to commence and complete the construction
of certain improvements at the prices set forth in the Contractor's bid dated September 25, 1995
for certain improvements described as follows:
The Contractor shall perform all work shown on the Plans and described in the Contract
and shall meet all requirements of this Agreement, the General Clause, Technical Specification
of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered
by the above named parties to this Agreement.
The Contractor hereby agrees to commence work under this contract within 10
consecutive calendar days after that date of the Notice -to- Proceed and shall cause work to
progress in a manner satisfactory to the Owner. Such work shall be completed in full within
sixty (60) calendar days after the date of the written Notice -to- Proceed. Time is of the essence
to this contract.
The Owner agrees to pay the Contractor in current funds, and to make payments on
account, for the performance of the work in accordance with the Contract, at the prices set forth
in the Contractor's Bid, subject to additions and deductions, all as provided in the General
Conditions of the Agreement.
poslbid,mnVspec
MODULAR TRAILER BUILDING FOR EAST WASTEWATER PLANT
PBD -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
AGREEMENT - continued
The following documents together with this Agreement, comprise the Contract, and they
are fully a part thereof as if herein repeated in full:
The Notice to Bidders
The Invitation for Bid (IFB)
The Technical Specifications
Addenda
The Plans
IN WITNESS WHEREOF the Parties to these presents have executed this Agreement in
multiple originals in the year and day first above written.
ATT T:
B
if Contractor
or
tered with
e Secretary of the State
poslbidmsVspec
The Space Master Buildings Proposal Dated 9/25/95
Spacc Master Intcrnatianal (`P1I) /kgr s nt of Sale #232
t trwct predicotcd upon .igned III Agrccmcnt of Sale //23205
it • FOR SALE.
PBD -2
By:
Party of the Fi st ' art (Owner
Mayor - City of Round Rock
By:
Party 1J+ e Secon Part (Contractor)
CIITY
of v
µ 0 rJ
ROUND ROCK
3rd ��a
PUBLIC WORKS DEPT.
MODULAR TRAILER
BUILDING FOR EAST
WASTEWATER PLA\ T
SEPTEMBER 1995
PLANS, SPECIFICATIONS
AND CONTRACT DOCUMENTS
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
AGREEMENT
THIS AGREEMENT, made and entered into this 12th day of October A.D. 1995 by and between
the CITY OF ROUND ROCK, TEXAS acting through its Mayor, Party of the First Part,
hereinafter termed the OWNER, and Space Master of the City of Fort Worth , County of Tarrent,
State of Texas. Party of the Second Part, hereinafter termed Contractor.
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by said First Party (Owner), the said Second
Party (Contractor), hereby agrees with the first Party to commence and complete the construction
of certain improvements at the prices set forth in the Contractor's bid dated September 25 1995
for certain improvements described as follows:
MODULAR TRAILER BUILDING FOR EAST WASTEWATER PLANT
The Contractor shall perform all work shown on the Plans and described in the Contract
and shall meet all requirements of this Agreement, the General Clause, Technical Specification
of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered
by the above named parties to this Agreement.
The Contractor hereby agrees to commence work under this contract within 10
consecutive calendar days after that date of the Notice -to- Proceed and shall cause work to
progress in a manner satisfactory to the Owner. Such work shall be completed in full within
sixty (60) calendar days after the date of the written Notice -to- Proceed. Time is of the essence
to this contract.
The Owner agrees to pay the Contractor in current funds, and to make payments on
account, for the performance of the work in accordance with the Contract, at the prices set forth
in the Contractor's Bid, subject to additions and deductions, all as provided in the General
Conditions of the Agreement.
pos bid..Wapec
PBD -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
AGREEMENT - continued
The following documents together with this Agreement, comprise the Contract, and they
are fully a part thereof as if herein repeated in full:
The Notice to Bidders lhe Space Master Buildings Proposal Dated 9/25/95
The Invitation for Bid (IFB)
The Technical Specifications
Addenda
The Plans
A _T:
B
, if Contractor
rporation or
ered with
e Secretary of the State
postbid.mst/ pec
SALE.
IN WITNESS WHEREOF the Parties to these presents have executed this Agreement in
multiple originals in the year and day first above written.
PBD -2
By
Party of the Fi st ' art (Owner)
Mayor - City of Round Rock
By:
Party e Secon. Part (Contractor)
Sealed bids addressed to the City Secretary, City of Round Rock, 221 East Main
Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and
performing all work required for the project titled Modular/Trailer Building for East
Wastewater Plant (project includes lease /purchase of a modular /trailer building for a
period of 3 years) will be received until 2:00 p.m. September 19, 1995, then publicly
opened and read aloud at the City Hall Council Chambers Conference Room at the same
address. Bid envelopes should state date and time of bid and Modular/Trailer Building
for East Wastewater Plant. 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 bid forms. Plans, Bid Forms,
Specifications, and Instructions to Bidders may be obtained from the Department of Public
Works, 2008 Enterprise Drive, in Round Rock, Texas beginning 9/1/95 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 the bids received.
The successful bidder will be expected to execute the standard contract prepared
by the City of Round Rock. Contractors and subcontractors shall pay to laborers,
workmen, and mechanics the prevailing wage rates as determined by the City of Round
Rock.
Publish Dates:
Austin American Statesman:
9/11/95
noticebd/smspec
NOTICE TO BIDDERS
NB -1
Round Rock Leader.
9/4/95
9/7/95
1
RIDS SHAILARRIVE IN THE OFFICE OF THE
uTy sECRETAA3r:AT THE ADDRESS SHOWN
HEREJN 8Y 2 :00 P.N. ON
INVOICE TO:
City of Round Rodc -
Finance Dvan:nem
221 East Main Street
Rand Rode, Texas 78664-5299
BID F.O.B. DESTINATION
UNIFSS OTHERWISE SPECIFIED BELOW
DESTINATION.
3939 Palm Valley Blvd.
Round Rode, TX 78664
Bidder agrees to comply with all condition* below and on
reverse side of this IEB
ITEM #
1
CLASS & ITEM
DESCRIPTION
INVITATION FOR BID OFB)
CITY OF ROUND ROCK
221 E. Main Street
Round Rock, Texas 78664 -5299
Now modular/trailer building as described in specifications and
shown on attached drawing, for total purchase price of:
Or
2 Lease /purchase cost of same as described above for period of
3 years (36 months) terms os set by manufacturer and agreed to by
the City of Round Rock:
Alternate 48 month term
Addendum 1 Acknowledged 9/12/95
Addendum 2 Acknowledged 9/22/95
tint ler05.xlstsn,spccllk a A21
FACSIMILE RESPONSES
SHALL NOT BE ACCEPTED
DATE: q/2s/
SHOW WO CPBaHN 00000
em FARMER w (0000! LEFT
KUIO coM(e! Of s5AL0 0 0
BOVBOfE *HOW RETURN
MOREL% OF WDOING HRH.
SEE 1.6 ON BACK FOR INSTRUCTIONS:
TAX ID NO.: 94
LEGAL BUSINESS NAME: SPACE MASTER BUILDINGS
ADDRESS: 7700 S. Freewa
ADDRESS: Ft. Worth, Tx 76134
CONTACT: Wayne T T.AwrPTlt•p
TELEPHONE NO.: 817
BUSINESS ENTITY TYPE: Modular Buildings
OUANITTY
Condttlons: This proposal Is subject to credit approval and to
execution of documentation requited to qualify the interest portion
of the monthly payments as exempt from federal income taxes.
Customer/lessee shall certify that it has not designated, and does
not reasonably anticipate designating more than $10,000,000 of
obligations as qualified tax exempt obligations during the calendar
year of execution of the lease hereby proposed.
36
48
PAGE 1 00 1 PAGES
Return Original and One Copy of Bid
BIDDER SHALL SIGN BELOW
8(0 OPENING DATE 2:00 P.M.:
BID NUMBER:
ed Signature Dete
tvA Yti H r `/1 r r IC Etic t
Printed Name -
LS
UNIT
Month
m o
MAKE/MODEL
SM2874
SM2874 2
SM2874 2
87,985
1 e 9y ■ce „a nu r e t , oi en: ay IN _ 0
signetu.e hereon °nixed. the bidder hereby a tines that neither the b•dder r the e qty Fete, e led b y the 1,00 -
n San v Led the o :rust laws of This State. coddled Le Secuon 15 01 e se, . Texas pus ne_<_ < nn C<r i
laws. not cummuntceted dnectly or ■ndirectly the bid made to any competitor or an, ,t:1 ne , _ 2,, ,_ _ •
UNIT PRICE EXTENSION
87,985.0
,721.73 97,983.
,112.02 101,376
C ATS
0
9E
Invitation for Bid
DATED: Sept. 1995
Modular/Trailer Building
1.0 The City of Round Rock will accept bids in response to this Invitation For Bids (IFB)
from Financial Institutions, including leasing entities, investment banks, commercial
contractors, and any other interested parties qualified and experienced in arranging direct
purchase and/or rental for a Modular/Trailer Building for City purposes.
2.0 It is the intent of the City to enter into a contract with the successful bidder using terms
and conditions acceptable to both the City and the successful Bidder and which are the
accepted standard in the industry. The contract and any resulting purchase order and
related documents shall be constructed in accordance with and govemed by the laws of
the State of Texas.
3.0 All cost(s) incurred directly or indirectly relating to preparation of a response to the IFB
or any oral or written clarification, which the City may require, shall be the sole
responsibility of the Bidder.
4.0 All bids shall state that the bid is valid for a period of not less than forty -five (45) days
from the date of the bid opening.
5.0 Bidders shall state in their bid response that the bidder is, at the time of the response and
intends to remain, in compliance with all applicable laws, rules and regulations of Federal,
State, and Local Governing entities.
6.0 The successful bidder shall, in a timely manner, execute any and all proceedings, forms,
disclosures, citations, or any other documents necessary and required to complete the
financing described in connection with this IFB.
7.0 It is understood and agreed that the City shall have the right to terminate the contract at
the end of any fiscal year if the goveming body of the City does not appropriate moneys
sufficient to pay the rental payments coming due in the City's next fiscal year, as
determined by the City's budget for the fiscal year in question. The City may effect such
termination by giving supplier /manufacturer a written notice of termination and by paying
supplier /manufacturer any lease payments which are due and payable and have not been
paid at or before the end of its then current fiscal year The City shall give notice of
termination within a reasonable length of time after the final budget is approved.
trailer2.doc /smspec /lk
CITY OF ROUND ROCK
PART I
GENERAL CLAUSES AND CONDITIONS
PART II
SPECIFICATIONS
1.0 GENERAL: This specification describes essential elements to enable the bidder to respond
to the IFB to which this specification is attached.
2.0 TERM OF CONTRACT: The term of the lease /purchase contract shall be thirty -six (36)
months.
3.0 MONTH: Month shall be one (1) calendar month.
4.0 RENTAL SCHEDULE: The City agrees to pay monthly rental in the amounts specified
in the Agreement. The City will not unreasonably withhold payment when it becomes
due.
5.0 EQUIPMENT TO BE RENTED: Modular/Trailer Building as described in the attached
specifications.
6.0 RENEWAL OF CONTRACT: The rental agreement may be renewed for additional
periods of time not to exceed 12 calendar months, (1) renewal period, provided both
parties agree.
7.0 OWNERSHIP: The modular/trailer building, if lease /purchase, is and shall, for the term
of the rental agreement, at all times be and remain the property of the successful bidder.
8.0 USE AND RISK OF LOSS: The City shall exercise due care in the use, operation, and
maintenance of the modular /trailer building, and shall not use. operate, or maintain the
modular/trailer building improperly, carelessly, or in the manner contrary to that
contemplated by the resulting purchase order or any agreement resulting from this IFB.
9.0 SUBMITTALS: The Contractor shall produce a submittal package describing in
sufficient detail the proposed modular/trailer building.
t rai ler2.doc /smspec /Lk
2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
General:
FIELD OFFICFS/LABORATORY
The City of Round Rock is seeking to purchase directly or through a lease /purchase arrangement
a new modular building/trailer type office. The modular building/trailer structure is intended to
house personnel and office equipment. The structure should be suitable for industrial type
activity resulting in moderate to heavy use
Quality Control:
Bidders shall have a minimum of 5 years of experience in the manufacturing and
construction of modular buildings /trailers. Bidders shall have been in business of manufacturing
modular /trailer buildings under the same corporate ownership and/or business entity for a period
of not less than 3 years.
Bidders shall supply a list of similar projects as delineated in the bid package.
Submissions:
The selected supplier shall supply submittal information to the City of Round Rock prior
to manufacturing. The submittal information shall include at a minimum the following:
1. Drawing of proposed modular building /trailer. Plan and elevation drawings
required with general schematic of electrical, mechanical and plumbing layout.
2. Floor plan showing layout of rooms and cabinetry.
3. Descriptive list of finish items to be supplied with unit.
4. Description of electrical, mechanical and plumbing systems.
5. Sample lease/purchase agreement form or contract.
Submittal information shall be in a bound covered form. Three sets of separate bound submittal
packages shall be submitted for review after award of contract.
Submittal information shall be reviewed for general conformance to the specifications and
drawings contained herein.
General Requirements:
Trailer to be configured approximately as indicated by the drawing and as follows.
A. Furnish equipment specified under the article for the exclusive use of City of Round Rock
and its representatives.
Ownership of modular /trailer building equipment furnished under this article will remain,
Grailer2.docismspecilk
3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
unless otherwise specified, that of the City of Round Rock
C. New mobile office trailer as manufactured by Space Master Buildings or approved
alternate.
Minimum features:
1. Baked enamel aluminum siding with 1/2" foiled back insulated sheathing provided
OR approved alternate.
2. 2x4 spf construction, 16 "inch O.C., 3 -1/2 IN foil- backed fiberglass insulation
throughout.
3. Interior Wall: Vinyl covered gypsum, 3/8" .
4. Flooring: Vinyl tile flooring, 1/8" min .
5. Ceiling: 3/8" gypsum.
6. Insulation: R19 ceiling, RI1 floors and walls.
7. Rooms, as follows:
7. Windows:
a. Minimum two per room with one each on opposing walls.
b. Provide horizontal louver blinds (dark blue or brown) on each window.
c. Windows to be double -pane, vertical sliders, 30 w 36 h minimum.
d. Provide four (4) windows for laboratory.
8. Trailer size: Nominal 74 FT long and 28 FT wide, to include a continuous covered
entrance at exterior door locations.
9. Two exteriors doors (with cylinder deadbolt locks) with outer screens, exterior
lights and exterior stairs and railings. All interior and exterior doors to be 3 FT
wide.
trait er2.doc /smspec/tk
a. One office, 12 FT X 14 FT.
b. Two offices 12 FT X 12 FT.
c. Two bathrooms, 10 FT X 12 FT.
d. One conference room, 14 FT X 16 FT.
e. One laboratory area, 16 FT X 28 FT.
f. One closet in Large office, 3 FT X 4 FT.
Trailer entrances to be provided with appropriate stairs and entrance landings,
# Landings a minimum of 4 ft. wide and continuous between the two(2) exterior
doors.
Provide covered entrance arrangement over and continuous between entry doors.
Covered entry to be securely attached to building and properly flashed with
adequate head room to permit full opening of exterior doors. Construction
material to be suitable for outdoor exposure.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
10. Trailer to be fully handicap accessible and be.in general conformance to current
Federal and State regulations for persons with physical limitations.
12. Roofing to be continuous membrane type with minimum 18 year warranty against
leaks, defects, lifting, and other detrimental wear.
13. Provide skirting around entire building footprint. Provide adequate venting and
secure to prevent buckling and/or bending.
D. Electrical System:
1. All fixtures, outlet, and wiring of Underwriters Laboratory approved devices.
2. All circuits protected by circuit breakers; fuses are not acceptable.
3. Electrical system shall meet requirements of the latest National Electric Code.
4. System suitable for 220 V, 3 pH service.
5. Any transformers or other devices required to match this supply to the mobile
office shall be provided and connected.
6. Provide a main breaker for the incoming service.
7. Provide GFCI circuit for restrooms and at coffee bar area.
8. Breaker panel to be located inside modular building/trailer building.
9. Each interior room except the washroom shall have at least four duplex electrical
convenience outlets; laboratory shall have at least eight outlets.
10. Outlets in laboratory area only to be located 48" above finished floor.
E. Central Combination Electric Heating, Air - Conditioning System:
1. Fan- forced air.
2. Thermostatically controlled.
3. Individual room units are not acceptable.
4. Protect and insulate all piping.
5. System sized to maintain 75 Deg F constant temperature in each room.
6. Provide supplemental exhaust fan for the laboratory and conference room.
7. - Provide six (6) inch covered exhaust opening in laboratory coordinate with City
of Round Rock.
8. Exhaust fans in each restroom.
F. Lighting System:
1. Ample ceiling fixtures (fluorescent lights) provided to ensure adequate lighting
throughout.
2. Exterior lighting at entrances.
trailer2.doc /smspec /1k
5
G. Standard Washroom:
1. Toilet and/or urinals, shower, and wash basin, 2 sinks each, with simple under
sink cabinetry. Toilets shall be pressure flush valve type, no tanks; and wall hung
sinks not acceptable
2. Electric water heater, 40 gallon minimum, locate in women's restroom.
3. Wall Mirror unit.
4. Electric ceiling or wall vent.
5. Sound insulated partition.
6. Insulated walls around restrooms.
H. Plumbing:
1. Provide supply and DWV to rooms indicated herein and on the drawing.
2. Hot and Cold supplies to be insulated and properly sized.
3. Provide Hot and Cold supply at laboratory location indicated on drawing.
4. Route waste pipe to single exit point as indicated on drawing.
I. Fumishings:
1. One cabinet arrangement in conference room including multiple drawers, sink,
laminated counter top and a minimum length of five (5) ft.
2. All interior doors to be hollow core masonite type with glass inserts. Provide
keyless hardware on each. Hardware to be brass finish.
3. Exterior doors to be insulated painted metal type, commercial grade with
glass /screen opening and deadbolts.
J. Delivery:
The modular building/trailer shall be delivered to the East WWTP, 3939 Palm Valley
Blvd., Round Rock, Tx.. The general location of the plant site is 4 miles east on US 79 from
IH 35 in Round Rock. The modular building /trailer shall be F.O.B. at this location. Bidders are
responsible for visiting the site and ascertaining existing conditions of plant site
K. Setup:
The modular building/trailer shall be set -up in accordance with manufacturer's
recommendations_ The structure shall be secured to the ground by means of anchors, stakes
and/or straps. The anchoring system shall be included in the purchase cost of the structure. The
structure shall be level and braced such that the building is resistant movement due to external
loads and occupancy Loads.
Grai ler2.doc /smspec /lk
6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
L. Payment:
As detailed on the bid form_ Supplier to provide all pertinent financial requirements
and/or restrictions as may be applicable to this bid.
K. Warranty:
The modular /trailer building shall be warranted against defects in workmanship, materials and
construction for a period of twelve (12) months after final payment or acceptance by Owner.
The supplier /manufacturer shall provide such warranty in a form acceptable to Owner. At a
minimum this warranty shall be signed by an authorized person of the company and/or
corporate officer and have a corporate seal affixed.
trailer2.doc /smspec/lk
7
PART HI
EXHIBITS
1.0 The following attachments shall be completed and returned with bid response:
1.1 Attachment A: Questionnaire
1.2 Attachment B: References
NOTICE TO BIDDERS: Attachments A & B are required to be completed and returned with
the bid response. Pursuant to Section 3.II(E) of article 601B, V.T.C.S., failure to provide the
required information with the bid response will automatically disqualify the bid from
consideration for award in connection with this transaction.
ATTACHMENT A
QUESTIONNAIRE
1. State the exact amount of monthly payment for a thirty -six (36) month contract. Include in
schedule costs for move -in, erection, set -up, start -up and final dismantling. Payment invoices due
on or before the 25th day of each month.
Monthly charge for term of lease /purchase is $ 27 / ZS
2. Will your contract include a penalty clause for the following, and if so please state same:
2.1 Late payments
See item 17 SMI Finance Agreement
2.2 Early cancellation of the agreement See item 17 SMI Finance Agreement
3. Assuming that the contract will be carried to the full term, state the City's total finance
cost would be (include all costs involved in the completion of the contract):
`1`7‘i `-= _Zit/ Fi wq�v fhw y.5
4. State the length of time this bid will be honored after the bid opening date:
60 days
5. State the date this company was formed and /or incorporated:
1945
THIS ATTACHMENT SHALL BE RETURNED WITH BID
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE BID RESPONSE
WILL AUTOMATICALLY DISQUALIFY THE BID FROM CONSIDERATION FOR AWARD
IN CONNECTION WITH THIS TRANSACTION
[ railer2.doc /smspec /1k
8
NAME
ADDRESS
TELEPHONE
CONTACT
VALUE
AMR SERVICES
(American
Airlines)
4301 Empired
963-1639 (817)
Dave
Cunningham
14,000
ADVO TECH
8801 Forum Way
Ft Worth, Tx
76140
(817) 568 -2446 Joe
Martinez
6,000
ST. ELIZABETH
CHURCH
4015 S. Hampton
Dallas, Tx
75224
(214)331 -4323 Jim Kraft
42,120
CORTEZ GROUP
Rt 1, Box 8A -A
Bridgeport, Tx
76425
(817)679 -4542 Armen
12,000
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
«eiier2.deeismspeciii. 9
ATTACHMENT B
REFERENCES
List below the name, address, and contact person of governmental or private entities for which
you have performed a successful purchase and/or lease /purchase project. Indicate the estimated
dollar value of each project.
THIS ATTACHMENT SHALL BE RETURNED WITH BID
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE BID RESPONSE
WILL AUTOMATICALLY DISQUALIFY THE BID FROM CONSIDERATION FOR AWARD
IN CONNECTION WITH THIS TRANSACTION.
closet
conference /break
room
office
coffee
sink are
u
CITY OF ROUND ROCK
PROPOSED MODULAR /TRAILER BUILDING
FOR EAST WWTP
DRAWING IS SCHEMATIC ONLY, NO SCALE
notes:
office
12'
office
proposed floor pion
21' -7 I/2
COMMON AREA
womens
restroom
u' -1 1 /2
10'
0
0
x
0
0
1. OVERALL DIMENSION IS A NOMINAL DISTANCE AND CAN VARY +/— INCHES.
2. WALL CONSTRUCTION IS 2X4SPF CONSTRUCTION.
3. PROVIDE SHOWER IN EACH RESTROOM
4. PROVIDE TWO WINDOWS PER EACH CORNER OFFICE
5, PROVIDE THREE EQUALLY SPACED WINDOWS ALONG COMMON AREA WALL.
6. DOORS ARE MINIMUM 3068.
1 0 •
mans
restroom
not /col2au
`ice EN EN we we am r -- r= we so me No we um Ns s
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Mayor
Charles Culpepper
Mayor Pro-tem
Earl Palmer
Council Members
Robert Mirka
Rod Morgan
Rick Sremarr
Martha Chavez
Jimmy Joseph
City Manager
Roherr L. Bennerr, Jr.
City Attorney
5rephen L Sheery
THE CITY OF ROUND ROCK
221 East Main Street
Round Rock, Texas 78664
512- 255 -3612
ADDENDUM NO. 1
Project: Modular/Trailer Building for East Wastewater Plant
Bid Date: 2:OOp.m., September 12,1995
Public Works Department
City of Round Rock
Round Rock, Tx
The following change has been initiated for the above referenced project:
New Bid Opening Date - 2:OOp.m., September 26, 1995
Bidders are to include this Addendum in their response.
Fax 512 - 255 -6676 1 -800 -735 -2989 (TDD) 1 -800- 735-2988 (Voice}
9/22/95
Addendum No. 2
Project: Modular/Trailer Building for East WWTP
Bid Date: 2:OOp.m., September 26, 1995
Public Works Department
City of Round Rock
Round Rock, Texas
The following paragraph is to replace the existing section as delineated; replace
paragraph 12 as listed under General Requirements, Section C. with the following:
• 12. Roofing to be continous membrane type with minimum 18 year warranty against
leaks, defects, lifting, and other detrimental wear. The roofing system shall be a
reinforced EPDM membrane, a minmum thickness of .045 inches or APPROVED
ALTERNATE.
Add the following additional sentence under the paragraph labeled "Quality Control" on
page 3:
• All building, mechanical, and electrical components of the proposed Modular
Building/Trailer shall conform to SBCCI -1994 and NEC -1993 codes as adopted and
amended by the City of Round Rock.
Add the following sentence to the end of the section labeled "Submissions" on page 3:
• The selected manufacturer /supplier shall not begin any manufacturing or construction of
the proposed modular building/trailer until the submittal package is reviewed and
accepted by the City of Round Rock Upon acceptance of the submittal package the
City of Round Rock shall issue allotice -to- Proceed to the manufacturer /supplier at
which time construction may commence.
The following clarification is to be applied to paragraph 7.0 under Part I, General Clauses
and Conditions:
• It is the intent of the City of Round Rock to purchase a Modular BuildinglTrailer either
through a three (3) year firm lease or, direct purchase . Since no funds can be
guaranteed prior to the City Council's acceptance of a budget for a particular fiscal
year bidders are advise to bid for a lease /purchase program of three (3) years and/or
direct purchase cost.
Bidders are to include this Addendum in their response.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CONTRACT FOR SALE
( REFERENCE AGREEMENT PAGE PBD -2 )
CONTRACT FOR SALE
I.
1.01. This is a contract for sale of:
One (1) 28' x 74' modular building built per Buyer's plans and
specifications and signed drawings dated: fANGGVRy 9 / fq;
and in accordance with Space Master Buildings Proposal dated
9/25/95,
between Space Master International, Inc., a Georgia Corporation,
whose principal place of business is located at 1040 Crown Pointe
Parkway, Suite 900, Atlanta, Georgia 30338, doing business as Space
Master Buildings, 7700 S. Freeway, Fort Worth, Texas 76134,
referred to as "Seller ", and the City of Round Rock, a Texas home -
rule municipal corporation, whose offices are located at 221 E.
Main St., Round Rock, Texas 78664 -5299, referred to as "Buyer."
Seller and Buyer are collectively referred to as the arties."
This Contract is made and entered into on the / day of
TANUAny , 1996.
&F
1.02. The parties acknowledge and agree that the transaction
that is the subject of this contract shall be governed in all
aspects by the laws of the State of Texas, and the laws of the
State of Texas will govern the rights and duties of the parties
hereto.
2.01. The goods that are the subject matter of this contract
are further described in the following documents, and together with
this Contract, comprise the Contract, and they are fully a part of
this Contract as if herein repeated in full:
The Agreement
The Notice to Bidders
The Invitation for Bid (IFB), except Part II Specifications,
related to lease purchase, are not applicable because the City
is purchasing, not leasing, the modular building.
The Technical Specifications
Addenda
The Plans, Specifications and Signed Drawings referred to in 1.01,
and all other Submittals as modified by the Buyer.
The Space Master Building Proposal dated 9/25/95
A: \sPACMSTR.WPD /clb
II.
3.01. The Seller warrants the materials, workmanship, and
construction of the goods and that the work is in conformance with
the plans and specifications included in this Contract for a period
of twelve (12) months from the date of acceptance of the goods by
the Buyer. Upon notice from the Buyer, the Seller shall repair
defects in all construction or materials which develop during the
twelve (12) month period and at no cost to the Buyer. Warranty on
components originating from the Seller's vendors will be the
warranty provided to Seller from the vendor and passed on to the
Buyer. Neither final acceptance, final payment, nor any provision
in this Contract relieves the Seller of this warranty. Notice of
observed defects will be given with reasonable promptness. Failure
to repair defect upon notice entitles Buyer to repair same and
recover reasonable cost thereof from the Seller. All repairs,
replacements, or other warranty related items shall be F.O.B.
delivery site.
1) improper maintenance;
This warranty does not cover defects resulting from:
2) installation in an area subject to heavy fall -out or exposure to
corrosive chemicals, ash or fumes from chemical plants, foundries,
plating works, kilns, fertilizing manufacturers, paper plants, and
the like;
3) Acts of God, vandalism, falling objects, explosion, fire, riots,
acts of war and radiation.
In the event that any defect is discovered by the Buyer, notice of
the defect shall be given to the Seller in writing and such notice
will be sent within the warranty period by certified, registered
mail. The warranty is tendered for the sole benefit of the Buyer
and is not transferable or assignable except as agreed to in
writing by the Seller, and is further void in the event the goods
are removed from the original location of installation.
IV.
4.01. The price for the goods that are the subject matter of
this Contract is $77,878.00, plus a delivery charge of $1,802.00,
plus an installation charge of $3,680.00, plus other charges of
$4,625.00, for a total amount due under this contract of
$87,985.00. Payment in the amount of $87,985.00 will be made by the
Buyer to the Seller after the goods are installed by the Seller and
accepted by the Buyer. No payments will be invoiced or demanded by
the Seller prior to the installation of the goods and the
acceptance of the goods by the Buyer. Buyer shall pay the Seller
the full sales price within thirty (30) days of the invoice date
pursuant to the Texas Prompt Payment Act. Acceptance shall be
defined as where the Seller has installed the modular building in
accordance the technical specifications, plans, signed drawings
(reference sections 1.01 and 2.01) and substantial completion has
been achieved. "Substantial completion" means that the modular
building has been made suitable for use or occupancy or the
structure is in condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment. The
substantial completion of the modular building shall not excuse the
Seller from performing all of the work undertaken, whether of a
minor or major nature, and thereby completing the modular building
in accordance with the Contract Documents.
The parties have certain responsibilities as set forth within this
contract for sale. In the event the responsibilities of either
party herein shall not be done and performed in accordance with
this contract, the non - performing party shall be held in default.
The defaulting party will be provided written notice and reasonable
time, not to exceed ten (10) days, to correct such situation
causing said default. If the defaulting party shall fail to correct
said default, the non - defaulting party shall have available all
remedies to default under law and equity.
4.02. Buyer is responsible for all permits, permit costs,
taxes, fees, and utility connections. Seller shall apply for and
obtain permits on behalf of the Buyer.
4.03. It is specifically agreed and understood between the
parties that the price herein does not include any state or local
taxes or other governmental charge. Any tax or other governmental
charge upon the production, sale, use or shipment of the goods
sold, now imposed or hereafter becoming effective, shall be paid
and remitted to the appropriate governmental agency by the Buyer,
or if state or federal law does not permit payment in such manner,
said tax or other governmental charge shall be added to the price
and shall be paid by the Buyer to the Seller.
4.04. The Buyer shall be solely responsible for any and all
additional labor, materials, site preparation, foundation,
foundation concealed conditions, and all other items on the project
other than those necessary to manufacture, deliver, and install the
goods as provided for in this Contract and specifications.
4.05. Buyer agrees to provide access to each building site so
that trucks can drive alongside each building site; provide
suitably leveled and compacted area within each building unit for
the support of crane operation in erection; furnish power for the
operation of Seller's machine tools during the course of erection
and installation; and furnish necessary utility services required
by the Seller in the performance of the Contract at the job site.
V.
5.01. Delivery shall be made F.O.B. destination to 3939 Palm
Valley Boulevard, Round Rock, Texas 78664. Delivery shall be made
during normal working hours only, unless prior approval for after
hours delivery has been obtained from the Buyer, and unless
otherwise specified in the Invitation For Bid (IFB). Seller
estimates that delivery of the goods will require sixty (60) days
after Seller is in receipt of complete information, including this
executed contract, and drawings approved by Buyer. Seller's
delivery of the goods is subject to delays in manufacture or
delivery due to fire, flood, windstorm, riot, civil disobedience,
strike, Acts of God, or other circumstances beyond the Seller's
control which shall prevent the manufacture of products or the
making of deliveries in the normal course of business.
Additionally, Buyer will not be liable for failure to take delivery
of the goods for any of the causes specified above if they render
it impractical for Buyer to receive the goods. When Seller or Buyer
claims excuse for nonperformance under this paragraph, reasonable
notice must be given to the other party.
VI.
6.01. Buyer and Seller agree that neither party will assign or
transfer this Contract or any part hereof or any amount payable
hereunder, except with the prior written consent of the other
party, such consent not to be unreasonably withheld.
VII.
7.01. The Buyer warrants that he owns, or has the right to
construct buildings on, the property on which the goods are to be
delivered, installed, constructed or other work performed, and will
designate to the Seller the location of the corner stakes of the
property and will furnish the plat plan showing the boundary
dimensions and angles of the property, and the proposed location of
the site of the building or other work to be performed, together
with all necessary information regarding contours, grades, soil
conditions, tree locations, utility service lines owned or operated
by the Buyer, rights -of -way, easements and restrictions, dimensions
and other relevant data pertaining to existing structures on the
premises. Seller shall not be responsible for encroachments of any
type.
Buyer warrants that said construction will not violate any zoning
restrictions, and Buyer agrees to indemnify and hold the Seller
harmless from all loss or damage or liability that may result from
any lack or defect of title in the Buyer, or by reason of said
construction violating any zoning restrictions.
7.02. The Buyer agrees not to interfere with the progress of
the work, and not to occupy any portion of the building until all
terms and conditions herein are fulfilled by both parties. Buyer
further agrees not to permit any workmen, other than those of the
Seller, to work at or in the immediate vicinity of the building
without the Seller's consent, until the Seller's work on the
building is completed. The Buyer agrees to be responsible for any
damages that may be caused by its workmen.
7.03. No charge for labor or material furnished by the Buyer
shall be allowed as a credit under this Contract unless authorized
in writing by the Seller.
7.04. Both parties agree to and shall indemnify and hold
harmless the other party, its officers, agents, and employees, from
and against any and all claims, losses, damages, causes of action,
suits and liability of every kind, including all expenses of
litigation, court costs, and attorney's fees for injury or death to
any person, or for damages to any property , arising out of or in
connection with any act or omission, negligence, or work done by
either party under this Contract.
7.05. Seller shall be responsible for obtaining insurance on
Seller's property, goods to be installed, equipment and tools to be
used in performing under this Contract, and other items for which
the Seller deems insurance is necessary. Seller agrees that the
goods that are the subject of this Contract shall be owned by and
shall be the responsibility of the Seller until after accepted by
the Buyer and payment is made pursuant to the terms of this
Contract. Risk of loss of the goods will pass to the Buyer after
substantial completion.
7.06. The failure by the Seller or Buyer to enforce at any
time, or for any period of time, any one or more of the terms of
this Contract shall not be a waiver of such terms and conditions or
of the parties' right thereafter to enforce each and every term and
condition contained herein.
7.07. This Contract constitutes the entire agreement between
the Seller and the Buyer, there being merged all prior and
collateral representations, promises and conditions in connection
with this Contract; and any representation, promise or condition
not incorporated herein shall not be binding on either party.
7.08. Neither Seller nor Buyer shall be responsible for
consequential or incidental damages under this contract.
1
1
1
1
1
1
1
1
1
1
1
'1
1
1
1
1
1
1
1
7.09. Seller shall convey title to Buyer with completion of
payment in full.
7.10. Changes due to different scope, additional scope, deleted
scope, site conditions found at variance to those known at contract
execution or any contract term or condition shall be addressed
through mutually agreeable Change Order(s) in writing.
IN WITNESS WHEREOF the Parties to these presents have executed
this Contract on the /B day of .,¢,/.,cy , 1996.
BUYER
By:
Attest:
CHARLIE CUL E PER, Mayor
City of Round Rock, Texas
By: MA R/ KA-
NNE LAND, City Secretary
ty of Round Rock, Texas
SELLER
Attest:
orporation