R-99-01-14-14A2 - 1/14/1999CITY OF ROUND ROCK
ANNUAL PURCHASING AGREEMENT
FOR
WATER METER BOXES
II— t (�
THIS AGREEMENT, is made and entered into this / of 199Q by
and between the City of Round Rock, a Texas home -rule municip corporation, w se offices are
located at 221 East Main Street, Round Rock, Texas 78664 -5299, herein after referred to as "City"
and Municipal Pipe and Fabricating Company, 3503 Chapman Lane, Austin, Texas 78744.
hereinafter referred to as "Vendor ", and City and Vendor are collectively referred to as the "parties ".
RECITALS:
WHEREAS, the City desires to contract with Municipal Pipe and Fabricating Company to provide
the City with water meter boxes: and
WHEREAS, the Invitation for Bid to provide the City with water meter boxes was previously
issued for said water meter boxes and the City has selected the Bid submitted by Municipal Pipe and
Fabrication Company; and
WHEREAS, the parties hereby desire to enter into this Agreement to set forth, in writing, their
respective rights, duties and obligations hereunder;
NOW, THEREFORE, WITNESSETH, that for and in consideration of the mutual promises
contained herein and other good and valuable consideration, the sufficiency and receipt of which are
hereby acknowledged, it is mutually agreed between the parties as follows:
1.0 CONTRACT DOCUMENTS AND EXHIBTTS
The City of Round Rock selected Municipal Pipe and Fabricating Company as the integrator
of choice to supply water meter boxes as outlined in IFB Specification Number 43 -99 -001
dated November 1998 and Response to IFB submitted by Vendor (Exhibit A). The intent of
these documents is to formulate an Agreement listing the responsibilities of both parties as
outlined in the IFB and as offered by Vendor in their response to the IFB.
The goods that are the subject matter of this Agreement are further described in Exhibit A,
and together with this Agreement comprise the Agreement, and they are fully a part of this
Agreement as if herein repeated in full.
1
2.0 ITEMS AWARDED
The following bid items of Exhibit A are the subject of this agreement:
2.1 Size A Meter Boxes Model DFW3612
2.2 Size B Meter Boxes Model DFW3812
2.3 Size C Meter Boxes Model DFW6512
2.4 Size D Meter Boxes Model Size 6524
3.0 COSTS
The bid costs listed in Exhibit A shall be the basis of any costs billed to the City
4.0 PRICE ADJUSTMENT
The City may permit "unit price" adjustments upward, only as a result of a cost increase
imposed by the manufacturer of the meter boxes. Any price adjustment shall affect all
vendors selling the manufacturers product. Any price increase shall be requested by the
Vendor in writing and accompanied with documentation to justify the increase. The Vendor
may offer price decreases at any time The City reserves the sole option to reject any price
increase and terminate this contract should the City and the Vendor not agree on any price
increase.
5.0 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor
will be made within thirty (30) days of the day on which the City receives the supplies,
materials, equipment, or within thirty (3) days of the day on which the performance of
services was complete, or within thirty (30) days of the day on which the City receives a
correct invoice for the supplies, materials, equipment, or services, whichever is later.
Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas
law) for payments not made in accordance with this prompt payment policy, however, this
policy does not apply to payments made by the City in the event:
5.1 there is a bona fide dispute between the City and Vendor concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment
to be late; or
5.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from
making a timely payment with Federal Funds; or
2
5.3 there is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered
or the services performed which causes the payment to be late; or
5.4 the invoice is not mailed to the City in strict accordance with instructions, if any, on
the purchase order, or this Agreement or other such contractual agreement.
6.0 DURATION OF AGREEMENT
The term of this agreement shall be for a period of time of twelve (12) months from the date
of award. Prices shall be firm for the duration of the agreement, except as provided for
hereinabove . This agreement may be renewed for three(3) additional periods of time not to
exceed twelve (12) months for each renewal provided the parties agree in writing.
7.0 TERMINATION OF THIS AGREEMENT
The City may terminate this agreement for any reason by giving Vendor ten (10) days written
notice. Upon delivery of such notice by the City to Vendor , the Vendor shall discontinue all
services in connection with the performance of this agreement and shall proceed to cancel
promptly all existing orders and contracts insofar as such orders or contracts are chargeable
to this agreement. Within thirty (30) days after receipt of notice of termination, the Vendor
shall submit a statement, showing in detail the services satisfactorily performed under this
agreement to the date of termination. The City will then pay the Vendor that portion of the
prescribed charges.
8.0 ORDERS PLACED WITH ALTERNATE VENDORS
If the Vendor cannot provide the quantities and /or materials, parts, or supplies ordered for a
specific delivery time, the City reserves the option to place the order with another supplier.
9.0 TAXES
The City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in charges.
10.0 TITLE AND RISK OF LOSS
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,
11.0 DELIVERY
Delivery of items ordered shall normally be to the City Maintenance Shop, 300 South Blair
Street, Round Rock, Texas 78664. The terms of this agreement are "no delivery, no sale ".
3
12.0 ASSIGNMENT
Vendor's rights and duties awarded by this agreement may not be assigned to another
without written consent of the city signed by the City's authorized agent. Such consent shall
not relieve the assignor of the liability in the event of default by the assignee
13.0 GRATUITIESBRIBES
The City may, by written notice to Vendor, cancel this contract without liability to Vendor if
it is determined by the City that gratuities or bribes in the form of entertainment, gifts, or
otherwise, were offered or given by Vendor, or its agent or representative to any City officer,
employee or elected representative with respect to the performance of this agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
14.0 PACKING LISTS AND INVOICES
A packing list (delivery ticket) shall accompany each shipment and shall show:
14.1 Name and address of Vendor
14.2 An invoice shall display an invoice number.
14.3 Name of person placing order or purchase order number, or procurement card
number.
14.4 Description of item(s) delivered.
14.5 Itemized prices, per unit and extended total, quantity and any special instructions.
15.0 ALTERNATE BRAND(S)
If Vendor desires to substitute another brand of parts for the brand bid, the City may grant
such request. The Vendor shall communicate such request in writing and shall receive
written permission form the City before making such substitution. The City may, at the
City's sole option, request such part(s) for testing. Part(s) for testing shall be furnished by
Vendor at no cost to the City.
4
16.0 INDEMNIFICAThON
Vendor agrees to and shall indemnify, defend, and hold harmless the City, 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 to any person, or for damages to any property, arising out of or in connection with
any act or omission, negligence, willful misconduct in the performance of this Agreement
done by Vendor, its officers, agents, employees, or subcontractors under this Agreement,
without regard to whether such persons are under the direction of City agents or employees.
17.0 INSURANCE
Vendor shall meet the minimum state financial responsibility requirements for the operation
of motor vehicles.
18.0 APPLICABLE LAW
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.
19.0 VENUE
The parties agree that venue for any litigation arising from this agreement shall lie in
Williamson County, Texas
20.0 NON - APPROPRIATION
This Contract is a commitment of the City's current revenues only. It is understood and
agreed the City shall have the right to terminate this Contract at the end of any City fiscal
year if the governing body of the City does not appropriate funds sufficient to purchase the
estimated yearly quantities, as determined by the City's budget for the fiscal year in question.
The City may effect such termination by giving Vendor a written notice of termination end of
its then current fiscal year.
21.0 RIGHT TO ASSURANCE
Whenever one party to this agreement in good faith has reason to question the other party's
intent to perform, the questioning party may demand that the other party give written
assurance of their intent to perform. In the event that a demand is made and no assurance is
given within five (5) days, the demanding party may treat this failure as an anticipatory
repudiation of the contract.
5
22.0 MULTIPLE COUNTERPARTS
This agreement may be executed in multiple counterparts, any one of which shall be
considered an original of this instrument, all of which, when taken together shall constitute
one and the same instrument.
23.0 NOTICES
For the purposes of this Agreement, notices to the City shall be to:
City Manager
City of Round Rock
221 East Main Street
Round Rock, Texas 78664 -5299
With a copy to:
Stephan L. Sheets, City Attorney
City of Round Rock
309 East Main Street
Round Rock, Texas 78664
Notice to Vendor shall be to:
Municipal Pipe And Fabricating Co.
3503 Chapman Lane
Austin, Texas 78744
Notices will be effective upon delivery at the above addresses until the parties notify each other, in
writing, of a change in address.
6
IN WI
day of
CITY OF ROUND ROCK
By:
CHARLES CULPEP R, Mayor
City of Round Rock
Attest:
By
S WHEREOF the parties to these presents have executed this Agreement on the / `7 —
19
1
In Al it A AA4
J fJ LAND, City Secretary
C� y of Round Rock
7
MUNICIPAL PIPE AND FABRICATION CO.
By:
Name: R ey ChErnwF
Title: _ /Er
Attest:
By:
Nam
Title:
ITEM
CLASS & REM DESCRIPTION
QTY
UNIT
MAKE/MODEL
UNIT
PRICE
EXTENSION
BUSINESS ENTITY TYPE CorpOhs 7146/7
THIS IS A MULTIPLE YEAR CONTRACT TO PROVIDE THE
6 6 6 6
FOLLOWING METER BOXES IN ACCORDANCE WITH
SPECIFICATION NO. 43-99 -001, DATED NOVEMBER 1998
ATTACHED (6 PAGES).
1
SIZE A METER BOXES
240
AFW3.6)Z
SO.77
12,18y , $o
2
SIZE METER BOXES
672
DFW38 /.Z
62.37
'0,99/2
3
SIZE C METER BOXES
10
DFW /t
109.0.
1,091.2o
4
SIZE D METER BOXES
10
bFIV6SZV
13 0. 1S
1, 301, SO
THE QUANTITIES SHOWN ARE ESTIMATES FOR A TWELVE
MONTH PERIOD ONLY. NO GUARANTEE OF ANY MINIMUM OR
MAXIMUM PURCHASE IS MADE OR IMPLIED. THE CITY WILL ONLY
ORDER THE AMOUNT NEEDED TO SATISFY OPERATING
REQUIREMENTS.
THE VENDOR SHALL MAKE DELIVERY TO THE SPECIFIED F.O.B.
POINT WITHIN 7. CALENDAR DAYS AFTER RECEIPT OF ORDER.
SEE 1.6 ON BACK FOR INSTRUCTIONS:
TAX ID NO.: - f. 732%Y -1
LEGAL BUSINESS ME: Mfut /Ci:pa1 Pipe 4 / CO-
ADDRESS: j M01L /.QnP-
ADDRESS: A 'n P =1 7899Y
CONTACT: �4oyer C h espu.i
TELEPHONE NO.: j-800-93y -173 y
BUSINESS ENTITY TYPE CorpOhs 7146/7
BIDS ARE DUE TO THE PURCHASING OFFICE
AT THE ABPVE ADDRESS BEFORE BID
OPENING TIME,
INVOICE TO:
City of Round Rock
Finance Deparbnent
221 East Main Street
Round Rock, Texas 78664-5299
BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
DESTINATION:
City of Round Rock
Water Line Maintenance
Attn: Trey Ttppte
910 Luther Peterson Place
Round Rock. TX 78664
� 15 _ CK PURCHASING pray
OF i10U ;.
r ...- C
r�10 PURCHASING DICE
22N E Main Street
RoundRtgick s 78884.8299
FACIMILE RESPONSES
SHALL NOT BE ACCEPIE0
SNOW BO OPEN= DATE&
SEI NUYBER IN LOWER FT
HAND CORNER °FUMED SO
ENVELOPE a mow FtElliwa
ADDRESS OFD k
SIDDIN. (INFORMATION:
RID Nt1MBLR 4399.0001
OPENING DATE: _ 12122/98 01200 P.M.
BID LOCATION: 221 E. Main Street, 1st Floor
Council Chambers, Round Rods, 1X78664
RETURN SIGNED ORIGINAL AND ONE COPY OF BID
jg9(IPR SMALL SIGN BFI OW
Failure to sign bid will disqualify bid
Au ho SIgnature
/r'axr C.4erncd-
PnM Name
Bidder agrees to comply with all conditions set forth below and on the reverse side of this IFB.
PAQE 1 OF 1
Date; 124-98
12 -18 - 98
Date
DELIVERY IN :Z DAYS
By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyone acting for such
entity has vlolated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or indirectly, the bid made to any competitor or any other person engaged in such line of business.'
Items Below Apply To And Become A Part Of Terms And Conditions Of Bld
Any Exceptions Thereto Must Be In Writing
1. &DD1NG REQUIREMENTS:
1.1 Bidding requires pricing per unit shown and extensions. If trade discount Is shown on bid, lt should be deducted and net line extensions shown. Bidder guaran.
tees product offered will meet or exceed specifications identified in this IFB.
1.2 Wicks should be submitted on this form. Each bid shall be placed in a separate envelope completely and properly Identified. See Instructions on reverse side.
Bids must be In the office of the City Purchasing Agent before the hour and date specified on the reverse side of this IFB.
1.3 Late lids properly identified will be returned to bidder unopened. Late bids will not be considered.
1.4 Quote F.O.B. destination. 11 otherwise, show exact coat 10 clelhrer. Bid unit price on quantity and unit of measure specified, extend and show total. In case
of errors In extension, unit prices shag govern. Bids subject to unlimited price increase will not be considered.
1.5 Bid prices shall be firm for acceptance 30 days from bid opening data. "Discount from till" bids are not aocepebe unless requested. Cash dtacdunt all not
be considered in determining the low bid. Ad cash discounts offered will be taken it eared.
1. 6 Bids shall give Tax Identi/kation Number, full name and address of bidder. Failure to sign bid will disqualify bid. Person signing bid shall show title and auuorhy
to bind signatories firm in a contract. Firm name should appear on each page in the Mock provided in the upper right toner. Business Emily shad be one
(I) of the following: Individual, Partnership, Sole Proprietorship, Estate/Trust, Corporation, Governmental, Non'proIl ail others shad be specified. INDMDUAL•
List name and number as shown on Social Security Card. SOLE PROPRIETORSHIP: List legal name fotkmred by fecal business name and Social Security
Number. ALL OTHERS: List legal name of entity and Tax Identification Number (11N).
1.7 - Bid cannot be altered or amended after opening time. Any Alterations made before opening time shad be Initialed by bidder or an au0mfaed agent. No bid
can be withdrawn after opening time without approval of the City based on a written acceptable reason.
1.8 The City is exempt from Slate Sales Tax and Federal Excise Tax Do not Include tax in bid.
1.9 The City reserves the fight to accept or reject all or any part of bid, waive minor technicalities and award the bid to boat serve the interests of the City, Split
awards may be made at the sole discretion of the City.
1.10 Cons/slant and continued be bids Could cause rejection of bids by the City and/or Mesdgalton for anhuusc violations.
1.11 Telephone bids and facskntis bids are not acceptable in response to the invitation for Bids.
1.12 CAUTION: Bid invitation allows solecism time for recant ol the preferred mad response. The City shad not be riopnns16M for bids received late. degfile,
incomplete, or ndlalwtae eonrsepomive.
2. SPECIFICATION:
2.1 Any catalog, brand name or manufacturer's reference used in Invitation for Bids is deeeriptve only (not restrotive). and a used to indicate type end quality
desired. Bids on brands of like nature and quality will be murdered unless advertised under the provision of Section 252.022 of the Texas Loral Government
Code. If other than brand(s) specified is offered, illustrations and Complete descriptions of product offered are requested to be made a pen of the bid. N bidder
takes no exceptions to specifications or reference data in his bid. bidder will be required to furnish brand names, numbers, etc, as specified In the IFB.
22 All hems bid shall be new, in first class condition, including containers suitable for shipment and storage. unless otherw Indicated N IFB. Verbal agreements
to the contrary will not be recognized.
23 Samples, when requested. must be fumehed free of expense to the City. If not destroyed In examination, they will be relumed to the bidder, on request, at
bidders expense. Each example should be marked with bidder's name and address, City bid number and code. Do not enclose in or attach to bid.
2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of this IFB.
2.5 Manufacturer's standard warranty shall apply unless otherwise stated In the IFB.
3. TIE BIDS:
In case of 111 bids, the award will be made In accordance with Section 271.901 of the Terms Local Government Code.
4. DELIVERY:
4.1 Bid should show number of days required to pace material in City's designated location under normal conditions. Feriae to state delivery lime obligated bidder
to complete delivery in fourteen (14) calendar days. Unrealistically shod or long delivery promises may cause led to be disregarded. Consistent failure to most
defrvery promises without valid reason may cause removal from bid Iii. (See 42 following.)
4.2 If delay is foreseen, contractor shall give written notice to the City. The City has the right to extend delivery date it reasons appear valid. Contractor must keep
the City advised at all times of status of order. Default in promised delivery (nit out acceptable reasons) or 'aura to meet specifications. authorizes the City
to purchase supplies elsewhere and Charge full increase, it any, in cost and handling to defaulting Contractor.
4.3 No substitutions or cancellations permitted without written approval nl the City.
4.4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless otherwise specified
in the IFB.
5. INSPECTION AND TESTS:
All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have access to
any supplier's pace of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the bid or on samples taken
from regular shipments. If the products lasted fail to meet or exceed all conditions and requirements of the epecificatens. t cram of the Semple wed and
the cost of the testing shall be bome by the supplier. Goads which have been delivered and rejected in whole or in pert may. at the City's option, be returned
to the Vendor or held for dlsposdlon at Vendor's oak and expense. Latent defects may result in revocation d acceptance.
6. AWARD OF CONTRACT:
A response to an IFS is an offer to contract with Liss City baud 070n the terms, conditiors, and specifications contained in 01e IFB. Bids do not become contracs
unless and until they are accepted by the City through its designates and a purchase order Is issued. The contract shall be governed, construed. and interpreted
under the Charter of the City and the laws of State of Texas. AD contracts are subject to the approval of the City Council.
7. PAYMENT:
Vendor shall submit three (3) copies of an invoice showing the purchase order number on all copies.
e. PATENTS AND COPYRIGHTS:
The contractor agrees to protect the City from claims Involving Infringements of patents or copyrights.
9. VENDOR ASSIGNMENTS:
Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the State of Texas
Tx. Bus. and Comm. Code Mn. Sec. 15.01, e1 seq. (1967).
1 0. BIDDER AFFIRMATION:
Signing this ad wharfs/se statement is a material breach of contract and shad void the submitted bid or any resulting contacts, and the bidder shall be removed
from all bid lists. By signature hereon affixed, the bidder hereby certifies that
10.1 The bidder has not given, offered to give, nor intends to give any time hereafter any economic opportunity, hmrre employment, gift. loan. gratuity. special discount.
trip, favor, or service to a public servant in connection with the submitted bid.
10.2 The bidder is not currently delinquent in the payment of any debt owed the City.
10.3 Neither the bidder nor the firm, corporation, partnership, or any entity represented by the bidder, or anyone acting for such firm, corporation, or entity has
vicated the antitrust laws or MIS State codified in Section 15.01 0i. seq., Texas Business and Commercial Code. or the Federal Antitrust Laws. tar communicated
directly or indirectly the bid made to any competitor, or any other person engaged in such line o1 business.
10.4 The bidder has not received compensation for participation in the preparation of the specification for this IFB.
11. NOTE TO BIDDERS:
Any terms and conditions attached to bid will not be considered unless the bidder specifically references them on the front of this bid font.
WARNING: Such lens and conditions may result in disqualification of the bid (e.g., bids with the Taws of a state other then Texas, requirements for prepayment.
limitations on remedies. eta). The City of Round Rock can only accept bids which contain all the tonne and conditions of Is formal IFB; in particular, all bidders
affirmations and certifications mum be included. Submission of bids an forms other than City bid form may result in degueldication of your bid.
12. INQUIRIES:
Inquiries pertaining to ON invitations mum give bid number, codes, and opening date.
CITY OF ROUND ROCK
DOUBLE WALL METER BOXES
PART I
GENERAL CLAUSES AND CONDITIONS
SPECIFICATION NO.
43 -99 -0001
DATED: November 1998
1. The equipment furnished under this specification shall be the latest improved model in current production,
as offered to commercial trade, and shall be of quality workmanship and material. The bidder represents
that all equipment offered under this specification shall be new. USED, SHOPWORN,
DEMONSTRATOR, PROTOTYPE, OR DISCONTINUED MODELS ARE NOT ACCEPTABLE.
2. Bidder should submit with the bid, the latest printed literature and detailed specification on equipment the
bidder proposes to furnish. This literature is for informational purposes only.
3. All parts not specifically mentioned which are necessary for the unit shall be complete and ready for
operation or which are normally furnished as standard equipment shall be furnished by the vendor. All
parts shall conform in strength, quality and workmanship to the accepted standards of the industry.
4. The unit provided shall meet or exceed all federal and state of Texas safety, health, lighting and noise
regulations and standards in effect and applicable to equipment famished at the time of manufacture.
5. The City of Round Rock is committed to procuring quality goods and equipment. We encourage
manufacturers to adopt the International Organization for Standardization (ISO) 9001 -9003 standards,
technically equivalent to the American National Standards Institute /American Society for Quality Control
(ANSI/ASQC Q91 -93 1987), and obtain certification. Adopting and implementing these standards is
considered beneficial to the manufacturer, the City, and the environment. It is the City's position that the
total quality management concepts contained within these standards can result in reduced production costs,
higher quality products, and more efficient use of energy and natural resources. Manufacturers should note
that future revisions to this specification may require ISO certification.
PART II
SPECIFICATIONS
1. SCOPE: This specification describes double wall meter boxes in four sizes to be used by water line
maintenance. Meter boxes shall be compatible with meters as shown in drawings A and B attached. Unit(s)
furnished to these specifications shall meet or exceed all requirements herein.
2. INTENT: It is the intent of the City of Round Rock (City) to establish a multiple year contract with a
responsible bidder to supply double wall meter boxes as specified. The initial contract shall be for three
years with two consecutive twelve -month extension periods, as mutually agreed upon. Order quantities on
the Invitation For Bid (IFB) are estimates and the City reserves the right to order more or less than
quantities indicated.
3. APPROVED PRODUCTS LIST: The meter boxes listed have been pre- approved for compatibility and
durability. Bidders wishing to bid makes and models of meter boxes not listed shall call City
Representative, Trey Tippie at (512) 218 -5570 to arrange for evaluation. Evaluations will take
approximately seven working days. Please submit meter boxes for evaluation before or within ten days
after the bid opening date. Any meter boxes received after the ten days will not be considered for award.
Page 1 of 4
PROPERTIES
ASTM TEST METHOD
MENI MIUM TEST VALUE
Tensile strength @ Yield
D638
2300 psi
Ultimate Elongation ( %)
D638
765
Density
D1505
0.932
Flexural Modulus
D790
73,000 psi
Deflection Temperature
D648
88c @ 66 psi
Melt Index (dg/min.)
D1238 Cond. E
5.0
UV Stabilizer
Yes
EXAMPLES: Size A Meter Box Size B Meter Box
Model No. DFW 3612 Model No. DFW 3812
Size C Meter Box Size D Meter Box
Model No. DFW 6512 Model No. DFW 6524
NOTICE TO BIDDER: Bidders are cautioned to read the specifications carefully, as there may be special
requirements not commonly offered by the equipment manufacturer. Any unit delivered to the FOB point,
which does not meet this specification in every aspect, will not be accepted.
4. FUNCTIONAL REQUIREMENTS: The meter box(es) shall:
4.1. Be equipped with an all purpose flange around the top perimeter to allow the box to be installed in
concrete, asphalt or other permanent material.
4.2. Have a crush resistant ribbing along the outside of the box and an earth retaining ring to help
prevent sinking or floating when installed in native soil.
4.3. Be engineered to withstand constricting ground pressures and withstand 5,000 pounds vertical
crush load.
4.4. Be lightweight to enable one person to quickly and efficiently install the boxes.
5. DIMENSIONS: The meter box(es) shall be rectangular in shape with the following dimensions: NOTE:
The size of meter box will be identified on the Invitation For Bid (1FB).
SIZE A — Meter Box
20 -1/4" top length 0/D
15 -1/4 top width O/D
15 -3/8" top length opening
10 -1/4 " top width opening
12" depth
SIZE C — Meter Box
35" top length O/D
22 -1/2" top width 0/0
27 -1/2" top length opening
16 -1/2" top width opening
12" depth
SIZE B —Meter Box
23" top length O/D
22 -1/2 top width O/D
16 -1/2" top length opening
15 -1/2" top width opening
12" depth
SIZE D — Meter Box
35" top length O/D
22 -1/2" top width O/D
27 -1/2" top length opening
16 -1/2" top width opening
24" depth
SPECIFICATION NO.
43 -99 -0001
DATED: November 1998
6. PROPERTIES: The unit shall be molded out of modified polyethylene material with the following
ASTM specifications:
7. COVER: Unless otherwise specified on the IFB, all units delivered shall be equipped with a steel reader
cover for remote reading and bolt down lock.
Page 2 of 4
8.. MANUALS: One set of manuals and documentation shall be supplied with each; u purchased and shall
provide complete and comprehensive information on all equipment, equipment Components and
accessories, as supplied to comply with this specification.
9. WARRANTY: The unit shall be warranted against defects in material and workmanship for a period of
not less than 12 months beginning with the date of acceptance. If the manufacturer's standard warranty
exceeds 12 months, then the manufacturer's standard warranty shall be in effect. The successful bidder
shall furnish a copy of the manufacturer's warranty at time of delivery.
PART III
CONTRACT TERMS AND CONDITIONS
SPECLFT'CATION NO.
43-99 -0001
DATUM November 1998
CONTRACT: The contract resulting from this bid shall contain, but not be limited to the following term
and conditions:
1.1. The initial contract term shall be for three years with the option thereafter to extend the contract
two consecutive twelve -month periods as mutually agreed upon by the Vendor and the City.
2. ORDER QUANTITY: The quantities shown on the IFB are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the amount needed to satisfy
operating requirements, which may be more or less than indicated.
3. PRICE ADJUSTMENT: The City will permit `Stmt price" adjustments upward, only as a result of a cost
increase in manufacturing. Any price increase shall be requested by the vendor in writing and
accompanied with the appropriate documentation to justify the increase. The aggregate unit price increase
shall be limited to five percent for the initial contract period or extensions. The vendor may offer price
decreases in excess of the allowable percentage change.
4. EXTENSIONS: Contract extension(s) shall be for the original unit price, terms and conditions plus any
approved changes. All extensions are contingent upon available funding and Council approval.
5. CANCELLATION: This contract is subject to cancellation, without penalty, if funds are not appropriated
by the City Council or at any time the City deems the vendor to be non - compliant with contractual
obligations.
6. CONTRACT ADMINISTRATOR: The vendor shall contact the City representative listed below with
issues concerning ordering, delivery, and payment:
Trey Tippie with the City's Waterline Maintenance at (512) 218 -5570
PART N
DELIVERY, ACCEPTANCE AND PAYMENT
1. DELIVERY: The vendor agrees not to ship any materials until instructed to by the City. Delivery will be
requested verbally or in writing and with the issuance of a purchase order.
Page 3 of 4
SPECIFICATION NO.
43 -99 -0001
DATED: November 1998
2. ACCEPTANCE: Acceptance inspection and performance testing will not take more than ten (10) working
days, weather pemritting. The vendor will be notified within this time frame if any unit delivered is not in full
compliance with the specifications. If any units are canceled for non - acceptance, the needed equipment may be
purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling.
3. PAYMENT: Payment will be made within thirty (30) days after the acceptance inspection has been
completed and the City determines that the equipment delivered meets specifications or within thirty (30) days
of a properly completed invoice for the unit is received, whichever is later.
Page 4 of 4
, METER SIZE
5/8"
3/4"
LENGTH
73/4"
9"
t SERVICE R BE COPPER TUBE SIZE.
BE 150 941 ANNEALED SEAMLESS TYPE k' COP _
TUBING OR 200 pH BLACK COLORED POLYETHYLENE
NN A GNENSION RA110 OF 2 (ORO).
21 VOCE SIYDDLES SHALL BE WRAPPED COMPLETELY
WITH rd. POLYET15LE1E FILM.
3, TOP OF BOXES SHALL BE 1' ABOVE FINISHED GRADE
4. BRAN OONNBGIIGM II5113 BOTH MOLE METER STOPS MUST
BE TO FIRST NETER INSTALLATION EVEN THOUGH
MAY NOT BE READY FOR SERVICE.
PIPBRG AH0 TUBING S AU. BE INSTALLED M ACCORDANCE WITH SECTION
510.3 OF THE STANDMO SPECIFICATIONS. SPECIAL ATTENTION LS CALLED TO
^prg atom ENVELOPE' MD 'BACKFILLING', SECTIONS 510.3 (14)
AML G:3 (25)i RESPECTIVELY.
IAMB= TO BE MODEL- DEW-3812 BY DFW ROTEC, INC. OR APPROVED EQUAL
PROWDE BUCK- PAINTED META. UD WITH NETER READER-
AXIS OF METER` ASSEMBLY (METER STOP, METER, PIPING MD OWNERS CUTOFF)
SHAW. 9E IC BELOW TOP OF BOX.
BR METER 805 TO ACCOMODATE PIPING INTO MD OUT OF BOX SHALL NOT BE MODIFIED.
1
A. - SERVICE CLAMP REQUIRED,
B. 1 1/2 CORPORATION STOP -- SERVICE PIPE OUTLET.
C. 1 I/2' SERVICE PIPE.
D. 1 I/2' x 1' BRASS REDUCER
E. BRANCH CONNECTION: 1' SERVICE PIPE INLET AND 2 -3/4'
MALE I.P.T. OUTLETS 7 l/2' 0.0.
F. 3 4' ANGLE METER NG NUT STOP: O UTLET. FEMALE I.P.T. INLET AND
S COUPLI
0. PLASTIC RECTANOULM METER BOX (SEE NOTE e).
H. PIPE CASING WHERE APPUCABIE (SEE SEPARATE DETAIL).
NOTE: 1 THRU L TO BE INSTALLED UNDER SEPARATE BUILDING PERMIT
I. WATER NETER.
J. WATER NETER COUPLING: 3/4' x 8 1/2' 641.E I.P.T. X SWIVEL
COUPUNO NUT,
K. 3 OR 1' BRONZE GATE VALVE: NON- RISING STEM. FEMALE
I..T. PROPERTY OWNERS CUT -OFF OUTSIDE NETER 80X IN
SEPARATE VALVE CAN WITH UD AS PER CITY STANDARDS).
L. 3/4' OR 1' PIPE MEETING CITY OF ROUND ROCK PLUMBING CODE
REQUIREMENTS.
Gait! of +Rouxth Rork
Scale:
N.T.S.
Approved
Specification No. 43 -99 -0001
Attachment A
MATERIAL LIST
STANDARD INSTALLATION DETAIL
FOR TWO 5/8" OR 3/4" METERS
Drawn by:
BO /JRS
DETAIL N0.
METER SIZE
LENGTH
5/8-
'
7
3/4"
3/4"
9"
1"
11"
Specification No. 43 -99 -0001
Attachment B
NOTE:
1. SERVICE PIPE SHALL BE CAPPER TUBE SIZE IT MAY BE 150 oN
ANNEXED SEAMLESS TYPE 'K' COPPER TUBING OR 200 pot
COLORED POLYETHYLENE 345,040 A DIMENSION RA110 OF • (DRY)
2. SERVICE CE SADDLES S SLL BE WRAPPED COMPLETELY WITH 8 ,TAI. POLYfllMENE
3. TOP OF - BOXE4 19W1. BE 1' ABOVE FINISHED GRADE
4. PIPING AND TUBING SHALL BE INSTALLED IN ACCORDANCE WITH SEC50N 610.3 TO "PIPE MOOING
OF 111E ENVELOPE' RIO D 'BACKFILLNG', SPECIFICATIONS. ECTIONS 510.3 ATTENTION 1 AND 510-3 (25), RESPECTIVELY.
3. METER BOX TO BE MODEL ORV -6512 BY OFW RCTEC, INC. OR APPROVED EQUAL.
PROVIDE BLACK — PANTED MTH. UD WITH MEIMt READER.
anus L 96 11 F METER BE BLP (METER BOX. STOP, METER. PIPING ANanus CUTOFF)
7. SLIMS PROVIDED IN METER BOX TO ACCOMODATE PIPING INTO AND OUT OF BOX
SHALT. NOT BE MODIFIED.
1
MATERIAL LIST
A. - SERVICE CIMIP REQUIRED.
B. 1' CORPORATION STOP -- SERVICE PIPE CURET.
C. 1' SERVICE PIPE.
D. 910LE METER STOP: SERVICE PIPE INLET X SWIVEL
COUPLING NUT OUTLET:
— FOR 5(B' AND 3/4' METERS: 1' A 3/4'
— FOR 1 METERS: 1' A 1'
E PL5110 RECTANGULAR METER BOX (SEE NOTE 5).
F. PIPE CASING WHERE APPUCM3LE (SEE SEPARATE DETAIL).
NOTE 0 THRU J TO BE INSTALLED UNDER SEPARATE BUILDING PERMIT.
0. WATER METER.
H. WATER METER COUPLING; MALE I.P.T. X SWIVEL COUPLING
NUT:
— FOR 5(8• AND 3/4' METERS: 3/4' x 8 1/2' LONG.
— FOR 1 METERS: 1'. " 8 1 /2• LONG.
I. BRONZE GATE VALVE NON — RISING STEAL we OR 1 FEMALE
IP.T. ((PROPERLY OWNERS CUT—OFT 001310E MEIER BOX IN
SEPARATE VALVE CAN WITH UD AS PER CRY STANDARDS).
J. 3/4' OR 1' PIPE MEETING COY OF ROUND ROCK PLUMBNG
CODE REQUIREMENTS.
Vij of Rounti Rork
Scale:
N.T.S.
1 APProM.a "•
STANDARD INSTALLATION DETAIL
FOR ONE 5/8 ", 3/4" OR
1" METER
Drawn by:
80 /JRS
DETAIL NO.
RESOLUTION NO. R- 99- O1- 14 -14A2
WHEREAS, the City of Round Rock has duly advertised for bids
for the purchase meter boxes, and
WHEREAS, Municipal Pipe and Fabricating Co. has submitted the
lowest and best bid, and
WHEREAS, the City Council wishes to accept the bid of
Municipal Pipe and Fabricating Co., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City, subject to the City Manager's and City
Attorney's approval of the final language and terms, a contract
with Municipal Pipe and Fabricating Co., for meter boxes, a copy of
said contract being attached hereto and incorporated herein for all
purposes.
The City Council hereby finds and declares that written noti.e
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.
EST:
RESOLVED this 14th day of Jan
K \ WPDOCS \RESOLDTI \R90114A2.WPD /ecg
LAND, City Secretary
99
CHARLES CULPPPP R, Mayor
City of Round Rock, Texas
BID TAB
BID NUMBER: 43 -99 -0001
BID OPENING: 12/22/98 2:pm
MULTI -YEAR CONTRACT
METERS
VENDOR
MUNICIPAL PIPE
TOTAL: $56,490.14
VENDOR
HUGES SUPPLY
TOTAL.: $56,779.88
VENDOR
US FILTER
TOTAL: $58,610.72
VENDOR
ACT PIPE
TOTAL: $65,013.40
Bid item(s)
QTY
Unit $
Extended
Unit $
Extended
Unit $
Extended
Unit $
Extended
Meter box -Size A
240
$50.77
$12,184.80
$51.29
$12,309.60
$52.68
$12,643.20
$57.40
$13,776.00
Meter Box - Size B
672
$62.37
$41,912.64
$62.59
$42,060.48
$64.71
$43,485.12
$72.20
$48,518.40
Meter Box - Size C
10
$109.12
$1,091.20
$109.99
$1,099.90
$113.21
$1,132.10
$123.00
$1,230.00
Meter Box - Size D
10
$130.15
$1,301.50
$130.99
$1,309.90
$135.03
$1,350.30
$148.90
$1,489.00
DATE: January 7, 1999
SUBJECT: City Council Meeting — January 14, 1999
ITEM: 14.A.2. Consider a resolution authorizing the Mayor to execute a contract
with Municipal Pipe and Fabricating Co. for the purchase of meter
boxes. Staff Resource Person: Jim Nuse, Public Works Director.