Loading...
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: