R-99-05-13-13B17 - 5/13/1999WHEREAS, the City of Round Rock has duly advertised for bids for
the purchase of structural steel for the Convention Center /Stadium
project, and
WHEREAS, CMC Steel Fabricators d /b /a Alamo Steel Company has
submitted the lowest and best bid, and
WHEREAS, the City Council wishes to accept the bid of CMC Steel
Fabricators d /b /a Alamo Steel Company, Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of CMC Steel Fabricators d /b /a Alamo Steel Company is
hereby accepted as the lowest and best bid and the City Manager is
hereby authorized and directed to issue a purchase order to CMC Steel
Fabricators d /b /a Alamo Steel Company for the purchase of structural
steel for the Convention Center /Stadium project.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act ,4
RESOLVED this 13th day of May,
E LAND, City Secretary
K, \WPDOCS \RESOLUTI \R90S13E.17/cg
RESOLUTION NO. R- 99- 05- 13 -13B17
CHARLES CULPEPPER, Mayor
City of Round Rock, Texas
Line
Class -Rem
Description
Ouan ity
Unit
Unit Price
Amount
570 - 68
Package "B" Struct/ral
This purchase orcer
Steel, Fabricated per Hid
Steel Procurement- Project Manual, dated
is subject to the terms and conditions attached
1
April 8, 1999
hereto
CX
Total
as exhibit
1,187,392.00
PO Amount
A (3 pages)
1,187,392 -00
1,187,392 -00
BILL TO
City of Round Rock
221 E. Main Street
Round Rock Texas 78664 -5299
SHIP TO
Convention Center Site
3400 U.S. Highway 79
Round Rock, TX 78664
USA
PURCHASE ORDER
City of Round Rock
IMPORTANT Purchase Order
number shall appear on all
shipments, Invoices and
correspondence. ALL TERMS
AND CONDITIONS SET FORTH IN
OUR BID INVITATION OR
SPECIFICATION AS MODIFIED
HEREIN BECOME A PART
OF THIS ORDER BY
REFERENCE.
Delivery Date: 09/19/99
Payment Terms: 30 Days
Freight Terms: Foacestiect ion Freight Prepaid
BY_
PO NO. 0000001729
BUYER: Fuller,Brenda
ORDER DATE: 05/13/99 PAGE:
VENDOR
0000030985
Alamo Steel Company
321 Old Dallas Road
Waco, TX 76705
USA
Fax: (254) 7006227
Ship Via: BESTWAY
FAILURE TO DELIVER - IF TAE VENDOR FAILS TO DELVER THESE SUPPLIES, EQUIPMENT AND/OR SERVICES BY THE PROMISED DELIVERY DATE OR IF THE SUPPLIES, EQUIPMENT
AND /OR SERVICES ARE REJECTED FOR FAILURE TO MEET SPECIFICATIONS. THE CITY OF ROUND ROCK, AT THE CITYS SOLE DISCRETION. MAY PURCHASE THE SUPPLIES. EQUIPMENT
AND /OR SERVICES ELSEWHERE AND CHARGE THE INCREASE IN PRICE AND COST OF HANDLING, IF ANY, TO THE VENDOR_ NO SUBSTITUTIONS NOR CANCELLATIONS PERMITTED
WITHOUT PRIOR APPROVAL OF THE CITY OF ROUND ROCK
VENDORGUARANTEES SUPPLIES, EQUIPMENT AND /OR SERVICES DELIVERED ON THIS ORDER WILL MEETOR EXCEED SPE STATED IN THEBID INVITATION AS MODIFIED
HEREIN.
THE CITY OF ROUND ROCK. TEXAS, IS A TAX- EXEMPT MUNICIPALITY.
Tax ID No. 74- 6017485
HE CITY UND ROCK
TITLE: 0A-4'N YA- etAALT"l
EXHIBIT "A"
1. TIME IS OF THE ESSENCE. Vendor agrees that the time set out herein for delivery is reasonable. If Vendor
fails to deliver all of the structural steel in compliance with the terms of this Purchase Order on or before October 4,
1999 but prior to October 20, 1999, then Vendor shall pay to the City, as liquidated damages for such period of delay,
(i) the Sum of One Thousand and No /100 Dollars ($1,000.00) for each calendar day delivery is delayed after October
4, 1999 up to and including October 14, 1999 and (ii) the sum of Ten Thousand Dollars ($10,000.00) for each
calendar day after October 14, 1999 up to and including October 19, 1999. Liquidated damages shall be limited to
no more than $60,000.00. For any delays after October 14, 1999, City shall be entitled to its actual damages.
However, Vendor will not be liable for delays caused by an act or neglect of the Owner's own forces, Construction
Manager, Architect, any of the Contractors, or an employee of any of them, or by changes ordered in Vendor's work,
or by labor disputes, fire, unusual delay in deliveries, unavoidable casualties or other causes beyond Vendor's control
and fault, or by delay authorized by the Owner and /or any Contractor. In addition, Vendor will not be responsible if
there is delay in answers to Vendor's Requests for Information or return of approved drawings.
2. Vendor will be entitled to progress payments based upon the amount of structural steel delivered to the job
site, and fabricated and suitably stored off -site. Vendor shall submit to the City (or General Contractor as appropriate)
an itemized Application for Payment by the tenth (10' ") day of each month. The Application will be forwarded to the
Architect for its review and certification. The Architect shall return the Application together with a Certificate of
Payment to the City by the 20th of the month. The Vendor will be paid on or before the tenth (10) day of the following
month.
3. Vendor acknowledges and agrees that this Purchase Order and all of the City's rights and interests thereto
may be assigned to the General Contractor of the Project when the Bid Package C is awarded sometime in June of
1999, provided that: (a) this Purchase Order, without modification, becomes the agreement between Vendor and the
General Contractor, and (b) notwithstanding the assignment, the City shall remain legally responsible for all
obligations under the Purchase Order. Except as amended or modified herein, Vendor agrees to be bound by and
to comply with the provisions of the General Conditions of the Construction Contract (AIA Document A201 /CMa -
Electronic Format) contained in the City's Bid Invitation, as amended by facsimile received by Vendor April 27, 1999,
as they apply to Contractors, to the extent applicable to Vendor's scope of work as provided herein.
4. Shop drawings will be submitted in sequences as determined by the Architect, Owner and/or the General
Contractor. All shop drawings must be approved by the General Contractor and project engineer prior to fabrication.
5. Vendor will have clear and reasonable access for delivery trucks and cranes. Vendor agrees to promptly
provide the Owner with a delivery schedule and to confirm the delivery dates and times with the Owner and /or
General Contractor as appropriate 48 hours prior to delivery. Subject to the foregoing, delivery trucks will be unloaded
no later than two (2) hours after arrival. The City (or General Contractor as appropriate) will be solely responsible for
the unloading, handling, stacking and storing of Vendor's work at the F.O.B. site.
6. Vendor will not be responsible for lines, grades, surveys, or field measurement and verification.
7. Architecturally Exposed Structural Steel (AESS) to be provided as defined in AISC Code of Standard Practice,
and per ASTM only on steel clearly identified by design drawings.
8. No AESS quality fabrication is required on steel joist or decking, however the fabrication of steel joist and
decking shall be in accordance with standards published by the Steel Joist Institute and the Steel Decking Institute.
9. No shoring for floor deck or steel is required.
10. Vendor will furnish to the Architect and Owner all Mill Test Reports for steel.
11. Non - exposed steel will be cleaned with SP -3 and AESS will be cleaned with SP -6. Thereafter, two coats of
different color primer will be applied.
12. The City is exempt from Federal Excise and State Sales Tax, therefore, tax shall not be included in charges.
13. The title and risk of loss of the goods shall not pass to the City until the City actually receives, takes
possession, and accepts the goods at the point or points of delivery.
14. Delivery of items ordered shall normally be to the Convention Center Site, 3400 U.S. Highway 79, Round
Rock, Texas 78664. The terms of this agreement are "no arrival, no sale."
15. Vendor shall meet the minimum statefinancial responsibility requirements for the operation of motor vehicles.
16. This agreement shall be governed by the laws of the State of Texas. No rights, remedies, and warranties
available to the City under this agreement or by operation of law are waived or modified unless expressly waived or,
modified by the City in writing.
17. The parties agree that venue for any litigation arising from this agreement shall lie in Williamson County,
Texas.
18. The City expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code,
to inspect the deliverables at delivery before accepting them, and to reject defective or non - conforming deliverables.
Acceptance of a delivery shall not be construed to mean that the items delivered are without defect or error. City shall
have the right to inspect Vendor's, or Vendor's Subcontractor's facilities, or deliverables at Vendor's, or Vendor's
Subcontractor's premises, and Vendor shall furnish, or cause to be furnished, without additional charge, all
reasonable facilities and assistance to the City to facilitate such inspection.
19. This Purchase Order shall not be construed as creating an employer - employee relationship, a partnership,
or a joint venture. Vendor's services shall be those of an independent contractor. Vendor agrees and understands
that the Purchase Order does not grant any rights or privileges established for employees of the City.
20. Vendor shall prepare the structural steel shop drawings and develop connections and required calculations
under the supervision of a registered professional engineer. These documents shall be submitted to the
Architect/Engineer of Record for review, approval and acceptance of final design responsibility. Calculations will be
based on data furnished to Vendor by the Engineer of Record.
21. Additional Provisions:
1. Cost of material and labor testing or inspection other than for material noted in
Qualifications
3. Light Gauge metals
4. Supports unless specifically noted
5. Reinforcing steel
6. Hanger steel for any piping or ductwork — 11/S1.03
7. Touch up paint or application
8. Grout
9. Safety requirements for others
10. Erection or field work of any kind
11. Intermediate or finish coat of paint
12. Erection inspector
14. Foul Poles — 4/S3.02
15. CMU Wall brace angles & plates with bolts — 9,10/S1.03
2 -
A. The scope of Vendor's work Excludes the following items (items are numbered the same as Vendor's
bid):
16. Templets
17. Match marking
20. Specification Section 05120 part 1.2 H Erection Procedures
22. Specification Section 05120 part E. 1. & 2.
23. Fabricator responsibility for site stored fabricated steel, or special wrapping or
packaging
25. Specification Section 05120 part 2.3 A. 1.
27. Holes for other trades
29. Special primer or polyurethane primer on joist or deck
B. The following clarifications to Vendor's bid Exclusions are added to this
Purchase Order
(items are numbered the same as Vendor's bid):
19. A mock -up will be detailed, fabricated and painted to serve as a guide for
acceptance of
AESS members.
26. Specification section 05120 part 2.3.B.3.d — Y. inch radius requirement is
only on inside
3 -
corners.
Agreed as of the j3`day of May, 1999.
Vendor:
Alamo Steel Company
The City:
The City of Round Rock, Texas
By: By: / Xis Ai—,
Name: 44444✓ jG j7i/'�yf >� Name: CYIA.r et t_1i,f pLppe�
Title: el4i2t 9L A 4v Z
Title: Mal alp rt1\
DATE: May 7, 1999
SUBJECT: City Council Meeting — May 13, 1999
ITEM:
13.B.17. Consider a resolution authorizing the City Manager to execute a
Purchase Order for the purchase of structural steel for the
Convention Center /Stadium Project. Staff Resource Person: Jim Nuse,
Public Works Director.
* * * * * * * * * * * * * ** -COMM. SOURNRL- * * * * * * * * * * * * * * * * * ** DATE MAY -18 -1999 * * * ** TIME 15:23 * ** P.01
Per Steve Sheets request
***** * * * * * * *M * * * * * * * * * * * * * * * * * * * * * ** - 5122187297
START= MAY -18 15:21 END = MAY -18 15:23
MODE = MEMORY TRANSMISSION
FILE NO.= 099
STN ND. COM RBBR NO. STATION NAME /TEL.NO. PAGES DURATION
001 OK a 912149693397 006/006 00:01'53'
-CITY OF ROUND ROCK
City of Round Rock
221 East Main Street
Round Rock, TX 78664
512/218 -5400
Fax 512/218 -7097
Fax Cover Slicer
TOTAL PAGES:
DATE: May 18, 1999 (including cover) 6
TO: Don Williams ATTENTION:
FAX# 1(214) 969 -3397
- * * * ** - 5122187097 * * * * * * * **
FROM: Christine M. DEPARTMENT: ADMINISTRATION
FAX # 218 -7097 TELEPHONE # 218 -5401
ATTACHED:
Resolution and Purchase Order for the purchase of structural steel for the Convention Center /Stadium Project.
COMMENTS: