R-13-06-27-F2 - 6/27/2013RESOLUTION NO. R -13-06-27-F2
WHEREAS, the City of Round Rock has duly advertised for bids for the Police Facility
Covered Parking Structure Project; and
WHEREAS, M.R.I. Inc. has submitted the lowest responsible bid; and
WHEREAS, the City Council wishes to accept the bid of M.R.I. Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of M.R.I. Inc. is hereby accepted and the City Manager is hereby authorized and
directed to issue a purchase order in the amount of $66,500.00 to M.R.I. Inc. for the Police Facility
Covered Parking Structure 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.
RESOLVED this 27th day of June, 2013
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST: n"
C���/ Y v t "
SARA L. WHITE, City Clerk
O:\wdox\SCC 1nts\0I 12\ 1304\MUNICIP AL\00276923. DOC
City of Round Rock
'ROUND ROCK TEXAS
ruxvos[. Euvon raosrfnitt
Agenda Item Summary
Agenda Number: F.2
Title: Consider a resolution authorizing the City Manager to issue a Purchase
Order to M.R.I., Inc. for the Police Facility Covered Parking Structure
Project.
Type: Resolution
Governing Body: City Council
Agenda Date: 6/27/2013
Dept Director: Chad McDowell, General Services Director
Cost: $66,500.00
Indexes: Law Enforcement Fund
Attachments: Resolution, Invitation for Bid, MRI Bid Response, Bid Tab
Text of Legislative File 13-450
On May 7, 2013 an Invitation for Bid was requested by the City for a Covered Parking
Structure for the Police Facility. M.R.I was selected as the lowest bidder.
This parking structure will be located on the south side of the Police Department building
and will provide a place to park and store the command bus and trailer out of the sun and
elements, therefore extending the life of the vehicles. The approximate size of the structure
is 55'x85' and allow a minimum height clearance of 13'6"
Cost: $66,500
Source of Funds: Law Enforcement Fund
Staff recommends approval.
City of Round Rock Page 1 Printed on 612512013
e
LL
C
O
4
W
m
LLy
O
K
v
0
s
s
v
�aciuna ROCK Texas
ppF3YKE.MiS'f!7( PR�FPFFSTY
BID FORM
PURCHASING DEPARTMENT
221 E. Main Street • Round Rock, Texas
78664-1299
COPY
By the signature hereon affixed, the Respondent hereby certifies that nedher the respondent nor the entity represented by the respondent, or
anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 at seq., Texas Business other an Co
rnmerce Code,
or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitorny
rson engaged In such
line of business.
Further, by signing and submitting this response the Respondent acknowledges:
That they have read and fullydefrstand the solicitation and the iiYm of a pt all terms and owed to ihe�d�ons set forth herein.
The respondent is not currently
Sealed response envelope shall be dearly marked with solicitation name, solicitation number and name of responding entity -
The Inter -local local or Cooperative Contracting (Piggybacking) per the
The agreement or purchase order resulting from this solicitation may q
terms outlined in Part I, #14 of this solicitation. ff applicable, do you agree to 'piggybate• purchasing from other governmental agencies?
Yes
F-1
No
Response shall indude one (1) signed original and four (4) copies of response.
h
o.C.dn.1 KI -0 Aldtlorized Iona cat
Failure to sign response will disqualify response.
City of Round Rock
Police Parking Cover
Solicitation# i2 -o32
Itemized Bid Components:
Building and Erection - $ 46,000
Concrete Piers and Repair - $ 20,500
M.R.I. / Modern Renovations
103 South Main Street
Thorndale, Texas 76577
Derrick Richardson
o(512)-898-1400
c(512)-429-0420
Derrick@NWBuilders.com
ATTACHMENT A
RESPONDENT'S REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER:
1
RESPONDENT'S NAME: 1 ' `�-� DATE: �/
Provide the name, address, e-mail, telephone number and point of contact of at least three (3) Municipal
and/or Government agencies or firms of comparable size and scope that have utilized similar service from
your organization within the last two (2) years. City of Round Rock references are not applicable.
References may be checked prior to award.
Any negative responses received may result in disqualification of solicitation.
Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
iaJLaJ
City, State, Zip Code
Telephone Number (.�j tZ) &OA 3Q }� Fax Number. ( )
2. Company's Name
Name of Contact
Title of Contact
E -Mail Address (R iP i�t7� 1'-� C TX t1� • G
Present Address
City, State, Zip Code
Telephone Number Fax Number. ( )
3. Company's Name
Name of Contact
Title of Contact
E -Mail Address
Present Address
City, State, Zip Code
Telephone Number
(-5t2 ) '50-9 Fax Number: ( )
FAILURE TO PROVIDE THE REQUIREDINFORMATION
LLY DISQUALIFY THE
SOLICITATION RESPONSE MAY AUTOMAT{
RESPONSE FROM CONSIDERATION FOR AWARD.
N ops
G
r
-
z
Z
fa
F5
.
7
r.
a
L
�
1
h
r
Q
Q
It
fC
� n
t
e
.
C
n
` m
•
D
f
D
' D
CL
L
ft
s
"
r
"
"
Z�
.2 '
X TEXAS
V. PROSPER".
CITY OF ROUND ROCK, TEXAS
INVITATION TO BID
COVERED PARKING STRUCTURE
IFB No. 13-032 Addendum No. 1 Date of Addendum: Aaril 30.2013
Please note the answers to questions, clarifications, revisions or additions to the solicitation referenced
above.
1. Q: What is the minimal entrance clearance for the roof?
A: 13'6".
2. Q: Is the structure to be built up under the existing roof or can it be built up to the roofline to
provide for the slope and minimal clearance required?
A: The City will consider all designs that provide the minimal clearance and allow for
a slope. If the design must elevate to the roof line the City will consider that
design. Attachment E is herein made a part of the Addendum to notate the
reference to roof line. Conceptual renderings of design are requested per the
solicitation instructions.
3. Q: If removal of the three exterior lights is required who is responsible for this portion of the
scope?
A: Respondent shall be responsible for removal of lights if necessary to
accommodate design.
4. Q: How many and what type of solar panels are to be installed at a later date?
A: The City does not have the solar panel information at this time.
5. Q: To allow for the weight of the future solar panels what psf guideline can be provided??
A: The City cannot specify the psf requirement at this time.
6. Q: Is the structure to cover the ramp?
A: Yes.
7. Q: Are gutters and downspouts to be included in the project?
A: Yes.
8. Q: Is the parking structure to be lighted around or under the roof?
A: No.
g, Q: Can the structure be tied into the surrounding tilt walls?
A: The City would prefer the structure NOT tie into the surrounding tilt walls.
10. Q: Will the City consider a finish other than powder coat?
A: Powder coating is not required. The City will accept red iron that can be painted.
The City shall select the paint colors.
11. Q: How thick is the site concrete?
A: The City anticipates the concrete to be 7" thick.
12. Q: Will the City consider an add/deduct option to accommodate the unknown foundation
design?
A: No.
13. Q: Can the City provide an anticipated pier depth for bidding purposes?
A: The City can anticipate a 15' pier depth for bidding purposes.
14. Q: Does the City impose restrictions on time of day to perform work?
A: Not at this time. Any scheduling conflicts to the building will be coordinated with
Successful Respondent.
15. Q: Will the City consider a design with a center support?
A: No.
16. Q: Will the City consider a slide slope design for the project instead of forward slope?
A: The City will consider a slide slope design. Respondent shall provide a
conceptual rendering for the design per the solicitation instructions.
17. Q: Is piggy -backing required to bid this project?
A: No.
18. Q: Will the City provide water and power to the job site?
A: Yes.
19. Q: Is Part Ill, #3.2 relevant to this solicitation?
A: No. Part 111, #3.2 shall be omitted.
20. Q: Will the City consider installation times longer than 120 days?
A: Yes. Respondents shall provide written explanation for installation times over 120
days.
Approved by
Joy Baggett, Purchaser
By the signatures affixed below this addendum is hereby incorporated into and made a part of the
above referenced solicitation.
M7T-
EDGED
Date
Vendor Authorized ure
RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH
YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR
RESPONSE FROM CONSIDERATION FOR AWARD.
c-
�-
I« < «.
n
.
1
\
MRI
103 S. MAIM ST.
THORNDALE, TX 76577
P. 512,898.1400 LETTER OF WARRANTY
F. 512.898.1420
,Aww.MRIBUILDERS.COM
Contractor: M.R.I. Inc. Owner: City of Round Rock
Phone: 512-898-1400 Phone: 512-218-5400
Fax: 512-898-1420 Fax: 512-218-7097
E-mail: mri@austin.rr.com E-mail: Jbaggett@Roundrocktexas.gov
M.R.I. Inc. as the general contractor, for the work on New Parking Structure for the
Round Rock Police Department. Solicitation number: 13-032 does hereby warrant that
for a period of ten (10) years from the date of the certificate of occupancy, the above
work that it will remain free from all defects in workmanship and material, and that it will
comply with all the specific requirements of the Specifications and other Contract
Documents governing the work.
It understood and agreed that in the event of defects and the necessity of making
repairs, the Owner will immediately notify the above contractor in writing of its conditions
and shall give the contractor reasonable time in which to make said repairs. If any
pdrson, firm, or corporation other than the above listed contractor has, since the
completion of the above work, performed or attempted to perform any repairs to the
property then this warranty will become null and void. This warranty does not cover any
repairs made by anyone other than the above contractor or one of its authorized
representatives.
The contractor shall not be under any responsibility or liability whatsoever to make
repairs occasioned by injury to said property caused wholly or in part by windstorm,
tornado, lightning, hail or other casualty, or by reasons of negligence by any party not
directly associated with the contractor. Additional specific conditions of this warranty (if
any) are listed on additional sheets.
Si
FXirated"t� me: .
Company:
MIU -
Date:
MUELLER, INC.
METAL BUILDINGS, GOOFING 1'r COMPONENTS
General Prefabricated Building Warranty
Referenced on Invoice as Warranty Code PF0408
Scope and Remedy. Products which have been fabricated by Mueller, Inc. shall be free of defects
in material and workmanship for a period of one year after shipment. Mueller, Inc. We
responsibility for any such defects shall rest at Mueller, Inc.'s discretion to replacement of the
defective material at the original point of delivery or reimbursement for the price paid by the
customer for the defective material.
Notification. Buyer must notify Mueller, Inc. of defective material within 30 days of buyer
becoming aware of such defect. Mueller, Inc. shall investigate and make a determination of
coverage under this warranty. If materials are deemed defective per generally accepted industry
standards, Mueller, Inc. will provide one of the aforementioned remedies within 90 days from the
date notice of defect Is provided to Mueller, Inc.
Exceptions. Specific written surface and coating warrantees provided on roofing and wall panels.
Materials sold without warranties such as rejects, secondary, #2 or bargain are excluded from this
warranty.
Disclaimer of Implied Warranties. EXCEPTING THOSE WARRANTIES ISSUED
CONTEMPORANEOUSLY WITH THIS WARRANTY, MUELLER, R, INC. MAKES NO OTHER
WARRANTY, EXPRESSED OR IMPLIED, AND HAY DISCLAIMS ANY AND ALL IMPLIED
WARRANTIES, INCLUDING, BUT NOT LIMITED TO, THE IMPLIED WARRANTIES OF
MERCHANTIBILITY AND FITNESS FOR A PARTICULAR PURPOSP, PROVIDED HOWEVER THAT
ANY IMPLIED WARRANTY OF MERCHANTIBILITY OR FITNESS FOR A PARTICULAR PURPOSES IF
ANY, THAT BY LAW MIGHT ACCOMPANY THIS PRODUCT BY VIRTUE OF PERSONAL, FAMILY,
OR HOUSEHOLD USE THE REAF, IS HEREBY EXPRESSLY LIMITED IN DURATION TO A PERIOD OF
ONE YEAR FROM DATE OF DELIVERY.
Customer's acceptance of the material or products subject to this warranty represents acceptance
of the terms and conditions of this warranty.
MUELLER, INC.
Galvalume®
Twenty Year Limited Rust Through Warranty
Referenced is Order Documents as Warranty Code G200113
Warranty Coverage
Mueller, Inc. warrants to the original buyer (Customer) that its hot dipped aluminum -zinc alloy coated
GalvalumeO building parts will not as a result of corrosion, rupture, fail structurally, or perforate, for a period
of twenty (20) years from the date of purchase. Mueller will provide or pay for material reasonably necessary to
replace, repair or repaint the non -conforming building part, at Mueller's option. Labor costs are not included
under this Warranty.
Mueller warrants no other aspect, quality, characteristic, use or benefit of the building parts, except as
stated herein, and only upon the terms and conditions stated herein.
EXCEPTING THOSE WARRANTIES ISSUED IN WRITING AND CONTEMPORANEOUSLY
WITH THIS WARRANTY, MUELLER, INC. MAKES NO OTHER WARRANTY, EXPRESSED OR
IMPLIED, AND HEREBY DISCLAIMS ANY AND ALL IMPLIED WARRANTIES, INCLUDING,
BUT NOT LIMITED TO, THE IMPLIED WARRANTIES OF MERCHANTIBILITY AND FITNESS
FOR A PARTICULAR PURPOSE; PROVIDED HOWEVER THAT ANY IMPLIED WARRANTY OF
MERCHANTIBILITY OR FITNESS FOR A PARTICULAR PURPOSE, IF ANY, THAT BY LAW
MIGHT ACCOMPANY THIS PRODUCT BY VIRTUE OF PERSONAL, FAMILY, OR HOUSEHOLD
USE THEREOF, IS HEREBY EXPRESSLY LIMITED IN DURATION TO A PERIOD OF ONE YEAR
FROM DATE OF DELIVERY.
OTHER THAN AS STATED HEREIN, THE PRODUCTS ARE SOLD "AS IS" AND "WITH
ALL FAULTS".
Exceptions to Coveraee
This Warranty does not apply to circumstances not under Mueller's control, including but not limited to:
1. Galvalume Plus has no uniformity of appearance guarantee. Each individual sheet, even upon
delivery, may have a different color, gloss, sheen, texture or spangled appearance. If uniformity of
appearance is required, a painted product is required.
2. Fire or other casualty or physical damage;
3. Unusual harmful fumes or foreign substances in the air;
4. Areas within 1,000 meters of salt water marine atmospheres, or repeated spraying of either salt, fresh
or brackish water;
5. Improper shipment, storage, installation, construction or handling;
6. Cosmetic effects caused by handling Galvalume® coated products such as fingerprinting, foot marks
or rub spots.
7. Inconsistent shading, coloring, or streaking between sheets or within a sheet.
8. Cosmetic effects, appearing as discoloration or yellowing, caused by photo degrading or aging of the
protective clear acrylic topcoat. The acrylic coating is designed to provide temporary surface
protection and completely degrade within three years of sunlight exposure. Differences in coating
thickness or differences in exposure directions of the roof will result in different rates of the photo
degradation of the acrylic finish and hence different colors may form on each panel independently.
9. Galvanic reactions caused by direct contact of dissimilar metals, or parts in direct contact with
cement, dirt, wet insulation, or other such elements that result in galvanic corrosion or "edge creep".
Page 1 oft
10. Parts that are not erected within 30 days of invoice.
11. Immediately notify a Mueller representative about harts with obvious visual defects prior to
installation ANY SUCH DEFECTIVE PARTS MUST BE REPLACED PRIOR TO
INSTALLATION OR ERECTION Mueller Inc is not responsible for and will not pay for
labor costs to remove and/or replace material with obvious visual defects If it has been
installed or erected.
In the event of a Warranty claim, Customer must notify Mueller by contacting the Mueller branch from which the product
was purchased in writing within 30 days of the discovery of the alleged defect, and provide a copy of this Warranty. Mueller shall
Investigate the failure, and Customer shall provide access to the building location and such other cooperation and assistance as needed
in determining the exact cause of the failure. Mueller, in its sole discretion, will determine the validity of the Warranty claim, And the
adequate remedy, including repair, replacement or repainting the affected part Mueller will provide the remedy within 180 days from
the date of notification. This Warranty will apply to the parts that were repaired or replaced, but only for the unexpired portion of the
Warranty applicable to the original parts. Failure to comply with these procedures by customer shall void this Warranty.
Limitation of Remedies
Mueller has no other liability for panels or other building parts except for the GalvalumeO coated products as described
herein. This Warranty is only for the original purchaser of the product and is not assignable. This Warranty applies only to products
sold by Mueller and used on property located within the continental United States. This Warranty is the full and complete agreement
of the parties and shall not be modified, altered, transferred or extended, unless in writing and signed by Mueller.
CUSTOMER HAS NO OTHER REMEDY, AND MUELLER IS NOT RESPONSIBLE FOR CONSEQUENTIAL OR
INCIDENTAL DAMAGES, INCLUDING BUT NOT LIMITED TO DAMAGE OR LOSS OF OTHER PROPERTY OR
EQUIPMENT, LOSS OF PROFITS OR REVENUE, COSTS OF CAPITAL, COSTS OF PURCHASE OR REPLACEMENT
OF OTHER GOODS, OR CLAIMS FOR BUSINESS OR SERVICE INTERRUPTION. SOME STATES DO NOT ALLOW
THE EXCLUSION OR LIMITATION OF INCIDENTAL OR CONSEQUENTIAL DAMAGES, SO THE ABOVE
LIMITATION OR EXCLUSION MAY NOT APPLY TO CUSTOMER.
Any controversy or claim arising out of or relating to this warranty shall be settled by arbitration in accordance with die
Commercial Arbitration Rules of the American Arbitration Association, and judgment on the award rendered by the Arbitrator(s) may
be entered in any court having jurisdiction thereof. Such arbitration shall be held in Ballinger, Runnels County, Tcxas, or at such other
location as designated by Mueller.
This Warranty must be retained by Customer and presented to Mueller upon making a Warranty claim.
This Warranty gives specific legal rights and Customer may also have other rights which vary from state to state.
Always wear appropriate safety gear to protect yourself from sharp edges and other hazards.
Issued to:
address:.
Mueller, Inc. sales order, #_ _ Date: This Warranty applies only to those items
within this sales order, which reference this Warranty class
G200113
Galvalunie is a registered Trademark of BTEC International, Inc.
Page 2 of 2
MUELLER, INC.
Ironclad® Paint
Thirty Year Limited Warranty
Referenced in Order DocranuNs as Warranty Code 1300107
Warranty Coverage
Mueller, Inc. warrants to the original buyer (Customer) that its Ironclad ® Paint when property
applied to hot dipped galvanized or zinc -aluminum alloy steel for commercial, industrial or residential
building parts will meet the following standards for a period of thirty (30) years from the date of
purchase:
1. Film integrity. WILL NOT crack, check or peel (loose adhesion) for thirty (30) years from date
of purchase. This does not include minute fracturing, which may occur in the proper fabrication of
building parts.
2. Color retention. Sidewall panels applied at or greater than an 80 -degree angle from horizontal,
for twenty five (25) years from date of purchase:
a. WILL NOT chalk in excess of eight (8) rating when measured per ASTM D4214 method A.
b. WILL NOT change color more than five (5) Delta E Hunter units when measured per ASTM
method D-2244 on clean surface after dirt removal per ASTM D-3964.
Roofing Panels applied at less than an 80 -degree angle from horizontal, for twenty five (25) years
from date of purchase.
a. WILL NOT chalk in excess of six (6) rating when measured per ASTM D-4214 method A.
b. WILL NOT change color more than seven (7) Delta E Hunter units when measured per ASTM
method D-2244 on clean surface after dirt removal per ASTM D-3964.
Mueller will provide or pay for material reasonably necessary to replace, repair or repaint the
nonconforming building part, at Mueller's option. Labor costs are not included under this Warranty.
Mueller warrants no other aspect, quality, characteristic, use or benefit of the building
parts, except as stated herein, and only upon the terms and conditions stated herein.
EXCEPTING THOSE 'WARRANTIES ISSUED IN WRITING AND
CONTEMPORANEOUSLY WITH THIS WARRANTY, MUELLER, INC. MAKES NO OTHER
WARRANTY, EXPRESSED OR IMPLIED, AND HEREBY DISCLAIMS ANY AND ALL
IMPLIED WARRANTIES, INCLUDING, BUT NOT LIMITED TO, THE IMPLIED
WARRANTIES OF MERCHANTIBILITY AND FITNESS FOR A PARTICULAR PURPOSE;
PROVIDED HOWEVER THAT ANY IMPLIED WARRANTY OF MERCHANTIBILITY OR
FITNESS FOR A PARTICULAR PURPOSE, IF ANY, THAT BY LAW MIGHT ACCOMPANY
THIS PRODUCT BY VIRTUE OF PERSONAL, FAMILY, OR HOUSEHOLD USE THEREOF,
IS HEREBY EXPRESSLY LIMITED IN DURATION TO A PERIOD OF ONE YEAR FROM
DATE OF DELIVERY.
OTHER THAN AS STATED HEREIN, THE PRODUCTS ARE SOLD "AS IS" AND "WITH ALL
FAULTS".
Exceptions to Coveraee
This Warranty does not apply to circumstances not under Mueller's control, including but
not limited to:
1. Fire or other casualty or physical damage;
2. Unusual harmful fumes or foreign substances in the air;
3. Areas within 1,000 meters of salt water marine atmospheres, or repeated spraying of
either salt, fresh or brackish water;
Paget of 2
4. Improper shipment, storage, installation, construction or handling;
5. Cosmetic effects caused by failing to remove drill or saw shavings when predrilling or
cutting the sheets.
6. Cosmetic effects caused by use of touch up paint, and scratching from handling or
erection of panels.
7. Galvanic reactions caused by direct contact of dissimilar metals, or parts in direct contact
with cement, dirt, wet insulation, or other such elements that result in galvanic corrosion
or "edge creep".
S. Parts that are not erected within 30 days of invoice.
9. Parts with obvious visual defects, such as but not limited to, oil canning, edge wave,
holes and saw toothed edges that are installed. These parts should be replaced prior to
erecting.
Making Claims
In the event of a Warranty claim, Customer must notify Mueller by contacting the Mueller branch from
which die product was purchased in writing within 30 days of the discovery of the alleged defect, and provide a
copy of this Warranty. Mueller shall investigate the failure, and Customer shall provide access to the building
location and such other cooperation and assistance as needed in determining the exact cause of die failure. Mueller,
in its sole discretion, will determine the validity of the Warranty claim, and the adequate remedy, including repair,
replacement or repainting the affected part. Mueller will provide die remedy within 180 days tram the date of
notification. If repainting is the appropriate remedy, Mueller will provide for normal painting practices using an
Ironclad® paint or other suitable alternative. Ibis Warranty will apply to the parts that were repainted, repaired or
replaced, but only for the unexpired portion of the Warranty applicable to the original parts. Failure to comply with
these procedures by customer shall void this Warranty.
Limitation of Remedies
Mueller has no other liability for panels or other building parts except with respect to IroncladO paint as
described herein. This Warranty is only for the original purchaser of the product and is not assignable. This
Warranty applies only to products sold by Mueller and used on property located within the continental United
State. This Warranty is the fall and complete agreement orthe parties and shall not be modified, altered, transferred
or extended, unless in writing and signed by Mueller.
CUSTOMER HAS NO OTHER REMEDY, AND MUELLER IS NOT RESPONSIBLE FOR
CONSEQUENTIAL OR INCIDENTAL DAMAGES, INCLUDING BUT NOT LIMITED TO DAMAGE OR
LOSS OF OTHER PROPERTY OR EQUIPMENT, LOSS OF PROFITS OR REVENUE, COSTS OF
CAPITAL, COSTS OF PURCHASE OR REPLACEMENT OF OTHER GOODS, OR CLAIMS FOR
BUSINESS OR SERVICE INTERRUPTION. SOME STATES DO NOT ALLOW THE EXCLUSION OR
LIMITATION OF INCIDENTAL OR CONSEQUENTIAL DAMAGES, SO THE ABOVE LIMITATION
OR EXCLUSION MAY NOT APPLY TO CUSTOMER.
Any controversy or claim arising out of or relating to this warranty shall be settled by arbitration in
accordance with the Commercial Arbitration Rules of the American Arbitration Association, and judgment on the
award rendered by the Arbitrator(s) may be entered in any court having jurisdiction thereof. Such arbitration shall be
held in Ballinger, Runnels County, Texas, or at such other location as designated by Mueller.
This Warranty must be retained by Customer and presented to Mueller upon making a Warranty claim.
This Warranty gives specific legal rights and Customer may also have other rights which vary from state to state.
Always wear appropriate safety eear to protect yourself from sharp edges and other hazards.
Issued to:
address:_
Mueller, Inc. sales order: A Date: This Warranty applies
only to those items within this sales order, w ich reference this Warranty class
1300107
Page 2 of 2
N Om! d
(ND (ND (ND
O) O Q_
O
3 _< =
S mN
d G r+
rr m
K �
O m C
3 g
GCn
CU O
a ,Ot n
K 0
O_ O
NOh �
M s
A rt
O
<� C
(D 7
'+
of n o
.i
N
N O
m N
m 3 m
OO r+0+, 1+ =
pOq KO
N C
r m3 N
3 3 �
?3
N N O1
3 N 3
0. N
3 N
n_ A
�! Q
C
CL m
m
O1 N
A
N O
m �+
w
� n
m 3
-a y
ni 3
ai
o m
of
3
CL _
ci
tA3
r O
cu
cu -O
3-
w
of o
o' 3
m
--j
N =r
O 3
3
CL <
r+ O
o a
� K
3 O
� C
C �
(n
3 o
O O
7
� N
m
r+
(1 o
s =r
m m
� n
O
m <
Q m
m
Q 7C'
N
K
V1 �
C
N
O NJ-hN
W O
W
3 m
K �
N
(D C
� O
O7 3
a r'
fl m
� of
4m 3
. m
W.
m
v
N
m
c m 0 0
O
a�3�.�*.3
IFN -'3900v
WocCL
N
N 3 p - U3
w C 3 m
C)mf1�
N 3 W
n
C) O
wcr
..
fl
w W
r
v
3 3
L
n �
I"F �
C
n
n
O
ti
ra
a
0
CD
N
N
N
N
O
N
m
M.
C
(D
l<
N
o N
CD
2gam C
N cir
Ul = V a O
CD (
�o voi Qa>
CY3 .n+
O (p O
7
C
f0
m
rn
X
v
w
rn
c o 0
C)
� K
3
N
cm 0 ` c (D
CD ..K CD
N
���0)W,
�5�
0
m w �?
�o �0
-' Na
� �'0
3 O N 3
0 (ft D O ^
-o -� to 3
CD
Q Q C4
C:
c n
n O
N
L
SOLICITATION NUMBER
13-032
SPECIFICATION NUMBER
13-155-30 • 155-53
APRIL 2013
CITY OF ROUND ROCK
INVITATION FOR BID
COVERED PARKING STRUCTURE
PART
GENERAL
PURPOSE: The City of Round Rock, herein after "City", seeks to enter into an agreement with a
qualified Individual, Firm or Corporation, (Respondent), to provide all materials, equipment and
labor necessary to install a steel, covered parking structure at the Round Rock Police Department,
(Structure). Structure shall be adjacent to existing Police Department building and is anticipated to
measure approximately 55'x 85'. The City seeks a Structure that can accommodate the future
installation of solar panels. The City seeks the maximum warranty available on materials and
workmanship.
2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's standard Definitions, Terms and Conditions, in effect at the time
of release of the solicitation, shall govem unless specifically provided otherwise in a separate
agreement or on the face of a purchase order. Said Definitions, Terms and Conditions are subject
to change without notice. It is the sole responsibility of respondents to stay apprised of changes.
The City's Definitions, Terms and Conditions can be obtained from the City's website
http:/ANww.round rocktexas.nov/homerindex.asp?page=463.
2.1. Any exception to or additional terms and conditions attached to the response will not be
considered unless respondent specifically references them on the front of the Solicitation
Document. WARNING: Exception to or additional terms and conditions may result in
disqualification of the response.
3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the
Insurance Requirements as identified on the City's website at
http://www.roundrocktexas.gov/home/index.asp?page=463.
4. ATTACHMENTS: Attachments A through D are herein made a part of this solicitation:
4.1. Attachment A: Reference Sheet
4.2. Attachment B: Project Site Map
4.3. Attachment C: Conceptual Rendering
4.4. Attachment D: Similar Structure Installation Sites
5. CLARIFICATION: For questions or clarifications of specifications, you may contact:
Joy Baggett
Purchasing Department
City of Round Rock
Telephone: 612-218-6682
jbaggett@roundrocktexas.gov
The individual listed above may be contacted by telephone or visited for clarification of the
specifications only. No authority is intended or implied that specifications may be amended or
alterations accepted prior to solicitation opening without written approval of the City of Round Rock
through the Purchasing Department.
1 of 7
SOLICITATION NUMBER
13-032
SPECIFICATION NUMBER
13-155-30 • 155-53
APRIL 2013
6. RESPONDENT REQUIREMENTS: The opening of a solicitation shall not be construed as the
City's acceptance of such as qualified and responsive.
6.1. Respondents shall be firms, corporations, individuals or partnerships normally engaged in the
sale and distribution of commodity or provision of the services as specified herein.
6.2. Respondents shall have adequate organization, facilities, equipment and personnel to ensure
prompt and efficient service to the City.
6.3. In order to assure the City does not encounter shipping delays, service delays or other
unforeseen problems that can occur with foreign vendors, respondent shall be located within
the United States.
6.4. Respondent warrants and agrees that all materials supplied herein shall be manufactured
and produced in compliance with the laws, regulations, codes, terms, standards, and
requirements of Underwriters Laboratories Incorporated, all Federal, State, and local
authorities, and all other authorities having jurisdiction, and that performance of goods shall
be in accordance with the above laws, regulations, codes, terms, standards, and
requirements, and agrees upon request, to furnish the City a certificate of compliance upon
request.
7. BEST VALUE EVALUATION AND CRITERIA: City reserves the right to reject any or all
responses, or to accept any response deemed most advantageous, or to waive any irregularities or
informalities in the response received that best serves the interest and at the sole discretion of the
City.
All solicitations received may be evaluated based on the best value for the City. In determining best
value, the City may consider:
7.1. Purchase price;
7.2. Reputation of Respondent and of Respondent's goods and services;
7.3. Quality of the Respondent's goods and services;
7.4. The extent to which the goods and services meet the City's needs;
7.5. Respondent's past relationship with the City;
7.6. The total long-term cost to the City to acquire the Respondent's goods or services;
7.7. Any relevant criteria specifically listed in the solicitation.
8. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single
award, split awards, non -award, or use any combination that best serves the interest and at the
sole discretion of the City. Award announcement will be made upon City Council approval of staff
recommendation and executed agreement. Award announcement will appear on the City's website
at http://www.roundrocktexas.gov/home/index.asi)?page=463.
9. ACCEPTANCE: Acceptance inspection should not take more than thirty (30) working days. The
vendor will be notified within this time frame if the Structure installed is not in full compliance with
the specifications. If any agreement or purchase order is canceled for non-acceptance, the needed
good may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and
handling.
10. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt
Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within
thirty days after the acceptance of the supplies, materials, equipment, or the day on which the
performance of services was completed or the day, on which the City receives a correct invoice for
the supplies, materials, equipment or services, whichever is later. The Vendor may charge a late
fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in
2 of 7
SOLICITATION NUMBER
13-032
SPECIFICATION NUMBER
13-155-30 • 155-53
APRIL 2013
accordance with this prompt payment policy; however, this policy does not apply to payments made
by the City in the event:
10.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials,
services or equipment delivered or the services performed that causes the payment to be
late; or
10.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a
timely payment with Federal Funds; or
10.3. The is a bona fide dispute between the Vendor and a subcontractor or between a
subcontractor and its suppliers concerning supplies, material, or equipment delivered or the
services performed which caused the payment to be late; or
10.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the
purchase order or agreement or other such contractual agreement.
PART II
SCHEDULE
1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation
timeline:
1.1.
Solicitation released
April 5, 2013
1.2.
Pre -Solicitation Meeting and Site Visit (Mandatory)
April 17, 2013
April 17"', 2013 at 10:00 AM
City of Round Rock Police Department
2701 N. Mays Street
Round Rock, Texas 78665
1.3.
Deadline for questions
April 23, 2013
1.4.
City responses to all questions or addendums
April 30, 2013
1.5.
Responses for solicitation due at or before 3:00 PM
May 7, 2013
All questions regarding the solicitation shall be submitted in writing at or before 5:00 PM on
the due date noted above. A copy of all the questions submitted and the City's response to the
questions shall be posted on our webpage,
hftp://www.roundrocktexas.-gov/home/index.asp?paqe=463. Questions shall be submitted to
the City contact named herein.
The City reserves the right to modify these dates. Notice of date change will be posted to the City's
website.
2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
hftp:/IWww.roundrocktexas.gov/homelindex.asp?paqe=463 for any updates pertaining to the
solicitation described herein. Various updates may include ad'dendums, cancelations, notifications,
and any other pertinent information necessary for the submission of a correct and accurate
response. The City will not be held responsible for any further communication beyond updating the
website.
3. MANDATORY PRE -SOLICITATION MEETING, SITE VISIT AND INSPECTION: A pre -solicitation
meeting, site visit and inspection will be conducted to fully acquaint Respondents with the site,
facility, difficulties and/or restrictions. The site visit and inspection will immediately follow the pre -
solicitation meeting. The pre -solicitation meeting will be conducted on:
3 of 7
SOLICITATION NUMBER
13-032
SPECIFICATION NUMBER
13-155-30 •155-53
APRIL 2013
April 17"', 2013 at 10:00 AM
City of Round Rock Police Department
2701 N. Mays Street
Round Rock, Texas 78665
3.1. The City considers this pre -solicitation meeting MANDATORY. The City reserves the right to
determine a response "not available for award" if the Respondent fails to attend this pre -
solicitation meeting. Respondents shall sign -in at the pre -solicitation meeting to document
their attendance.
3.2. It is the responsibility of the Respondent to determine quantities, amounts, take precise
measurements, assess material requirements and other solicitation related details during
said inspections.
4. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the date
Toted above to the Purchasing Department. Mail or cant' sealed responses to:
City of Round Rock
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
4.1. Responses received after this time and date shall not be considered.
4.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation
title, number, due date and "DO NOT OPEN".
4.3. Facsimile or electronically transmitted responses are not acceptable.
4.4. Late responses will be returned to Respondent unopened if return address is provided.
4.5. Responses cannot be altered or amended after opening.
4.6. No response can be withdrawn after opening without written approval from the City for an
acceptable reason.
4.7. The City will not be bound by any oral statement or offer made contrary to the written
specifications.
5. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss,
but not be limited to the following:
5.1. Provide City contact(s) information for implementation of agreement.
5.2. Identify specific milestones, goals and strategies to meet objectives.
PART Ili
SPECIFICATIONS
1. SCOPE OF WORK: Successful Respondent shall provide all labor, equipment and materials
necessary to provide the turnkey creation and installation of Structure to include but not be limited
to the structural design, fabrication, site preparation, foundation piers, erection, powder coating and
installation of said Structure.
2. STRUCTURE SPECIFICATIONS: The following minimum specifications shall apply to the
structure:
2.1 Structure shall cover designated project area measuring approximately 55'x 85';
4 of 7
SOLICITATION NUMBER
13-032
SPECIFICATION NUMBER
13-155-30 • 155-53
APRIL 2013
2.2 Structure shall allow a minimum height clearance of 13'6";
2.3 Structure shall be reinforced steel and shall conform to ASTM -A992 and A992A;
2.4 Structure shall provide a pitched roof design capable of supporting future solar panels with a
minimum clearance of 13'6" at it's lowest point;
2.6 Structure color and powder coat finish shall coordinate with existing building;
2.6 Structure shall be anchored with piers whose depth, diameter and reinforcement shall be
assessed by existing foundation and soil conditions found at the installation site;
2.7 Welding shall conform to ASTM -A148 and A148A;
2.8 Ties and stirrups shall conform to ASTM -A615.
3. SITE PREPARATION: Successful Respondent shall be responsible for all required site preparation
to existing slab. Site preparation shall include, but is not limited to drilling for piers and all required
reinforcement.
3.1 Successful Respondent shall be responsible for calling for locates of all underground utilities;
3.2 City will provide precise location of desired fence line.
4. INSTALLATION COMPLETETION DATE: Structure shall be installed and operational within 120
days of receipt of executed City Purchase Order.
S. SHOP DRAWINGS: Successful Respondent shall submit detailed shop drawings of Structure for
City approval prior to installation. Drawings shall be signed by an engineer.
6. LIQUIDATED DAMAGES: Failure of the successful Respondent to perform as specified herein
may result in a $250 assessment per incident per day to be deducted from the balance due on the
project and may also result in the termination of the Purchase Order by the City.
7. PRICING: Pricing indicated in the bid form shall be turn -key and all inclusive of all labor,
equipment, materials, freight and fees necessary to provide and install Structure specified herein.
8. QUANTITIES: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum volume is made or implied. The City shall only order the services needed to
satisfy operating requirements within budgetary constraints, which may be more or less than
indicated.
9. GOODS: The products furnished under said specification shall be the latest improved model in
current production, as offered to commercial trade, and shall be of quality workmanship and
material. The Respondent represents that all equipment offered under said specification shall be
new. USED, SHOPWORN, DEMONSTRATOR, PROTOTYPE, OR DISCONTINUED MODELS
ARE NOT ACCEPTABLE.
10. MATERIALS: All materials required to be left on site for Structure installation shall be kept on the
property identified herein during the installation process. Actual storage location shall be
coordinated with City representative.
11. PERMITS: The successful Respondent shall obtain necessary permits or licenses and pay any
related fees or taxes required by governing agencies. City permit requirements shall apply. City
permit fees may be waived.
12. WARRANTY: The goods and services shall be warranted against defects in material and
workmanship for a period of not less than five (5) years beginning with the date of acceptance. If
the manufacturer's standard warranty exceeds five years then the manufacturer's warranty shall be
in effect. Respondent shall submit warranty information with response.
13. BONDING: The City is not requiring a Respondent surety bond upon Response submittal, however,
a surety bond may be required prior to the execution of City Purchase Order.
5 of 7
SOLICITATION NUMBER
13-032
SPECIFICATION NUMBER
13-155-30 • 155-53
APRIL 2013
PART IV
RESPONSE REQUIREMENTS
The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every
requirement specified in the solicitation. This list is only a tool to assist participating Respondents in
compiling their final responses. Respondents are encouraged to carefully read the entire solicitation.
Respondent shall submit one (1) executed (signed) original and three (3) copies of each response.
For your bid to be responsive, all required attachments identified below shall be submitted with
your proposal. The Samples and/or copies shall be provided at the Respondent's expense, and shall
become the property of the City.
TAB #1 1. Responses shall be submitted on itemized, signed Solicitation Document provided herein. Failure to
itemize or sign solicitation may result in disqualification. Submission of responses on forms other that
the City's Solicitation Document may result in disqualification of the response.
1.1. City requests an itemized list of bid components accompany the bid sheet.
TAB #2 2. ATTACHMENTNT A: Reference sheet that shall include the name, address, active telephone
number and valid E-mail of at least three (3) Municipal and Government agencies or firms of
comparable size that have utilized similar services within the last two (2) years.
TAB #3 3. Similar Structure Installation Sites: Respondent shall provide addresses of three (3) similar structure
installation sites completed by respondent that City may drive by for the purpose of inspection and
comparative evaluation. Attachment D is provided herein for that purpose.
3.1. Similar structure installation sites shall be within 120 linear miles of the City of Round Rock,
Texas.
TAB #4 4. Conceptual Rendering: Respondent shall provide conceptual rendering and specifications of
proposed Structure design.
TAB #5 5. Warranty Information: Respondent shall provide complete information to include material and
workmanship for Structure.
PART V
CONFIDENTIALITY OF CONTENT
All documents submitted in response to a solicitation shall be subject to the Texas Public Information Act.
Following an award, responses are subject to release as public information unless the response or
specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing
is not considered to be confidential under any circumstances.
Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped, bold red letters stating "CONFIDENTIAL" on that section of the document.
The City will not be responsible for any public disclosure of confidential information if it is not clearly
marked as such.
If a request is made under the Texas Public Information Act to inspect information designated as
confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and
6 of 7
SOLICITATION NUMBER
13-032
SPECIFICATION NUMBER
13-155-30 • 155-53
APRIL 2013
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
7 of 7