Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-152Temp. Reso. #10460 May 20, 2004 1 Revision #1, June 3, 2004 Revision #2, June 10, 2004 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004-_k, . A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA UTILIZING THE CITY OF DEERFIELD BEACH BID NUMBER 2000-01/08, ENTITLED "WATER METER FITTINGS AND WATER LINE ACCESSORIES" ISSUED ON BEHALF OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING GROUP; AUTHORIZING THE PURCHASE OF WATER METER FITTINGS AND WATER LINE ACCESSORIES IN AN AMOUNT NOT TO EXCEED $115,000; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac Utilities Department requires water meter fittings and water line accessories for the installation of new water service lines and the replacement and repair of existing water service lines; and WHEREAS, the Southeast Florida Governmental Purchasing Group has awarded Bid Number 2000-01 /08 for the purchase of water meter fittings and water line accessories; and WHEREAS, Bid Number 2000-01 /08 (a copy of which is attached hereto as "Exhibit A") was awarded by the City of Deerfield Temp. Reso. #10460 May 20, 2004 2 Revision #1, June 3, 2004 Revision #2, June 10, 2004 Beach on behalf of the Southeast Florida Governmental Purchasing Group for the purchase of water meter fittings and water line accessories; and WHEREAS, on May 18, 2004, the City of Deerfield Beach renewed the contract for the purchase of water meter fittings and water line accessories pursuant to the Bid Number 2000-01 /08, through June 28, 2005 (a copy of which is attached hereto as "Exhibit B"); and WHEREAS, City of Tamarac Code, §6-154, allows the Purchasing Officer the authority to join with other units in cooperative purchasing when the best interest of the City would be served; and WHEREAS, available funds exist in the appropriate Utilities Operating account for said purpose; and WHEREAS, it is the recommendation of the Director of Utilities and the Purchasing and Contracts Manager to purchase water meter fittings and water line accessories utilizing the Southeast Florida Governmental Purchasing Group Bid Number 2000-01/08; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in 1 1 Temp. Reso. #10460 May 20, 2004 3 Revision #1, June 3, 2004 Revision #2, June 10, 2004 the best interest of the citizens and residents of the City of Tamarac to purchase water meter fittings and water line accessories. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. SECTION 2: The appropriate City Officials are hereby authorized to purchase water meter fittings and water line accessories in an amount not to exceed $115,000, utilizing the Southeast Florida Governmental Purchasing Group Bid Number 2000-01/08. SECTION 3: All resolutions or parts of resolutions iri`66nflibt h4teMth are hereby repealed to the extent of such conflict. SECTION 4: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 5: passage and adoption. Temp. Reso. #10460 May 20, 2004 4 Revision #1, June 3, 2004 Revision #2, June 10, 2004 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 23"d day of June, 2004. '9�65L4� �_ - JOE SCHREIBER MAYOR ATTEST: ECORD OF COMMISSION VOTE: MARION SW _ SON, CMC MAYOR SCHREIBER CITY CLERK DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABISCO DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS A�or'-- I HEREBY CERTIFY that I have approved this RESOLUTION as to form. VANESSA T. STEP&TM Assistant City Attu► ou. nm-� MITCHELL S. KRAFT CITY ATTORNEY I:WC•17 Fj EXHIBIT A TR# 10460 INVITATION T4 BID is i t ti• of f t� E E 1Z F 1 E L. Q B E A16- E H e WATER METER FITTINGS AND. WATER LINE ACCESSORIES BID #2000-01/08 Opens Friday, June 8, 2001 -' 2:30 p.m. Larry ,-R. Deetjen 150 NE 2nd Avenue City'lanager Deerfield Beach, FI rida 33441 Q SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE TO OUR PROSPECTIVE CONTRACTORS: The attached Invitation for Bid or Request for Proposal represents a cooperative procurement for the Southeast Florida Governmental Purchasing Cooperative. For the past several years, approximately twenty-six (26) government entities have participated in Cooperative Purchasing in Southeast Florida. The. Southeast Florida Governmental Purchasing Cooperative was formed in an effort to provide cost savings and cost avoidances to all entities by utilizing the buying power of combined requirements for common, basic items. The Government Agencies participating in this particular procurement and their respective delivery locations are listed in the attached document. . Sou east lorida Govern entai ur asin C tive P ocure nt O t ona P ce res: • All questions concerning this procurement should be addressed to the Issuing agency, hereinafter referred to as the "lead agency". All responses are to be returned in accordance with the Instructions contained in the attached document. Any difficulty with participating agencies referenced in this award must be brought to the attention of the lead agency. • Each participating governmental entity will be responsible for awarding the contract, issuing its own purchase orders, and for order placement. Each entity will require separate billings, be responsible for payment to the Contractor(s) awarded this contract, and, issue its owntax exemption certificates as required by the Contractor. The Contractipurchase order terms of each entity will prevail for the individual participating entity. Invoicing instructions, delivery locations and insurance requirements will be in accordance with the respective agency requirements. • Any reference in the documents to a single entity or location will, 'in fact, be understood as referring to all participating entities referenced in the documents and cover letter unless specifically -noted otherwise. • The awarded Contractor(s) shall be responsible for advising the lead agency of those participants who fail to place orders as a result of this award during the contract period. • The Contractor(s) shall fumish the Lead Agency a detailed Summary of Sales semi-annually during the contract period. Sales Summary shall include contract number(s), contractor's name, the total of each commodity sold during the reporting period and the total dollar amount of purchases by commodity. • Municipalities and other overnmental ntiiies which are n t members of t e uth Florida Govemmental Purchasing Coo erative -are—strictly rohibited from -utilizing any contr ct r urchase order resulting f2rm this bid award. However, ' other Southeast Florida 'Governmental Purchasing Cooperative members may participate in their contract for new usage, during ' the contract term, or in any contract extension.term, if approved by the lead agency. New Southeast .Florida Governmental Purchasing Cooperative members may participate in any contract on acceptance and approval by the lead agency. • None of the participating governmental entities shall be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Contractor(s) as a result City of Deerfield Beach INVITATION TO BID » WATER METER FITTINGS AND WATER LINE ACCESSORIES SECTION 1 - INTRODUCTION AND INFORMATION 1.0 SCOPE; 1.0.1 The City of Deerfield Beach, as the lead agency of the Southeast Florida Governmental Cooperative Purchasing Group, is actively seeking blds from qualified suppliers to establish a term contract for WATER METER F1iT><NG AND WATER LINE ACCESSORIES, with a single Paced percentage discount to be deducted from listing pricing as specified herein, and as required by the members of the Southeast Florida Governmental Cooperative Purchasing" Group and as per the terms, conditions and specifications contained in this Invitation to Bid. 1.0.2 Any reference in the bid documents to a single entity shall apply to all participating entities referenced in the Invitation to Bid. Sealed bids will be received until 2:30 p.m., Friday, June 8, 2001, for "WATER METER FITTINGS AND WATER LINE ACCESSORIES," (Bid *2000-01/08) 1.1.1 Bids will be publicly opened In the City of Deerfield Beach, 130 NE 2nd Avenue, Deerfield Beach Florida 33441, Commission Chamber Room, First Floor, In the presence of City Officials at the above stated time and date. 1.1.2 All bids are to be submitted in a sealed envelope and clearly marked on the exterior, Sealed bid for WATER METER FITTINGS AND WATER LINE ACCESSORIES (Bid #2000-01/08) and addressed to - City of Deerfield Beach Larry R., Deelen, City Manager 150 NE 2nd Avenue Deerfield Beach, FL 33441 1.1.3 All bidders or their representative are Invited to be present. Any bids received after time and date specified will not be considered. 1.1.4 Any bid may be withdrawn up until the time set above for opening the bids. Any bids not so withdrawn shall, upon opening, constitute an irrevocable offer to sell the City of Deerfield Beach the goods or services set forth In the attached specification until 90 calendar days after bid opening. 1.2 JNCQNsjUEHQES - Any seeming inconsistency between different provisions of the specifications, bid or contract, or any point requiring explanation must, be inquired into by the bidder, in writing, within the time specified in Section 1.7.2. After bids are opened, the bidders shall abide by the decision of the City as to such interpretations. The City of Deerfield Beach shall not be responsible for oral interpretations given by any City personnel or representative or others. The issuance of a written addendum is the only official method whereby interpretation, clarification or additional information can be given, 1.3 EO3Ms!QE 13IQS - Each bid and its accompanying -statements must be made in IRIPLICAT_E on the blanks provided therefore and bound herewith. The forms must be submitted in good order and with all the blanks filled in. The forms must be enclosed In a sealed envelope when submitted to the Office of the City Manager of the City of Deerfield Beach, Florida, and must show the name of the bidder and a statement as to lts contents. The bid must be signed by one du+y authorized to do so, and, in case signed by a deputy or subordinate, the principal's properly accepted, for any reason whatsoever, which is not submitted to the Office of the City Manager as stated above, within the specifieed time. 1.4 MISTAKES - Bidders are cautioned to examine all terms, conditions, sPedfkStbns, drawings, exhibits, addenda, delivery Instructions, and special conditions pertaining to the bid. Failure of the Bidder to examine all pertinent documents shall not entitle him to any relief from the conditions imposed In the contract. 1.5 The following is a listing of the participating government and agencies who have committed their annual volume'for products awarded through this contract: Participants of this bid are: CITY OF DEERFIELD BEACH Department of Engineering/Utilities 200 Goolsby Blvd Deerfield Beach, FL, 33442 Anticipated volume- $S0,000 Contact- Craig Connor Tele- (954) 480-4400 CITY OF OAKLAND PARK Water Department 5100 NE 12th Terrace Oakland Park, FL 33334 Anticipated volume- $10,000 Contact- Scott Caine Tele- (954) 561-6105 CITY OF MARGATE Environ. & Engineering Services 1001 West River Drive Margate, Florida 33063 Anticipated volume- $10,000 Contact- Connie Guzzi Tele- (954) 972-6454 CITY OF NORTH LAUDERDALE Public Works 701 SW 71st Avenue North Lauderdale, R 33068 Anticipated volume- not'determined Contact- 3oe Santa Tele- (954) 722-0900 CITY OF SUNRISE West Water Plant #3 14150 NW 8th Street Sunrise, FL 33325 Anticipated volume- $24,000 Contact- Carol Hollins Tele- (954) 572-248S CITY OF NORTH MIAMI 1815-1821 N.E. 150"' Street North Miami, FL 33181 Anticipated volume- $60,000 Contact- Pam Thompson Tel- (305) 893-6511 CITY OF CORAL. SPRINGS Purchasing 4181 N.W. 1215t Avenue Coral Springs, FL 33065 Anticipated volume- $71,300 Contact- Allen Starsky Tele- (954) 345-2237 TOWN OF DAVIE Utilities Department 3500 NW 76 h Avenue Davie, FL 33024 Anticipated volume- $24,000 Contact Herb Hyman Tele- (954) 797-1016 . CITY OF TAMARAC Purchasing Department 7525 N.W. 881n Avenue Tamarac, FL 33321 Anticipated volume- not determined Contact- Keith Wilder Tele- (954) 724-2443 CITY OF MIRAMAR Water Plant West/Water Plant East 13900 Pembroke Rd. Miramar, FL 33027 Anticipated volume- $25,000 Contact Margaret Palomino Tele- (954) 967-1SS0 CITY OF BOCA RATON 1401 Glades Road Boca Raton, FL 33431 Anticipated volume- $34,000 Contact- Lynn Kunkel Tele- (561) 393-7876 CITY OF LAUDERHILL 2101 N.W. 4901 Avenue Lauderhill, FL 33313 Anticipated volume- $25,000 Contact- Ruby Levy Tele- (954) 730-3044 BROWARD COUNTY PURCHASING CITY OF DANIA BEACH 115 S. Andrews Ave., Room 212 1201 Stirling Road Fort Lauderdale, FL 33301 Dania Beach FL 33004 Anticipated volume- $60,000 AnWpated Vokune- $20,000 Contact- Robert McKenney Conrad Leo Williams Tele- (954) 357-6009 Tele- (954) 921-8700 CITY OF HOLLYWOOD 1801 N 2isr Avenue Hollywood, FL 33020 Anticipated volume- $10,000 Contact- Windol Greene Anticipated Tele- (954) 921-3290 CITY OF COOPER CITY 11791 S.W. 490, Street Cooper City, FL 33328 Anticipated volume • $45,000 Contact -- Kerri-Anne Hartley Tele- (954) 434-4300 CITY OF NORTH MIAMI BEACH 2101 N.E. 159ei Street North Miami Beads, FL 33162 Volume — $50,000+ Contact- Lynn Gribbie Tele- (305) 948-2976 CITY OF PLANTATION 700 N.W. 91't Avenue Plantation, FL 33324 Anticipated volume - $1S,000 Contact -- Lynn Dorman Tele-.(954) 4S2-2544 1.6 RM C0-QE-MMSER6.- New members to the Group may be permitted to "sign -on" to the contract subject to the approval of the group. "Piggy -backing" by other agencies is strictly Prohibited under the terms and conditions of the Co-operative Bid. However, any agreement between the vendor and other agencies that are not part of this bid is strictly between the parties and not the concern of the responsible agency, or the Southeast Florida Governmental Cooperative Purchasing Group. 1.7 LMELMAU214 1CLARIE71=01; 1.7.1 For technical information concerning this bid contact the City of Deerfield Beach in writing within the time specified below. Such contact is .to be for clarification purposes only. Material changes, if any, to the technical specifications or bid procedures will only be transmitted by written addendum. Oral and other interpretations or clarifications will be without legal effect. 1.7.2 A - Any inquiry or request for Interpretation received ten (10) or more days prior to the date fixed for the opening of the bids will be given consideration. Failure to make written request for changes or clarification prior to this time will constitute waiver of any claim based thereon. All such changes or interpretations will be made In writing in the form of an addendum and, if desired, will be mailed or sent by available means to all known prospective Bidders not later than seven (7) days prior to the established bid opening date. The bidder shall wl rely on oral representations, discussions, clarifications or modifications. Each prospective Bidder shall acknowledge receipt of such addenda in the space provided In the bid form. In case any Bidder fails to acknowledge receipt of such addenda or addendum, his bid will nevertheless be considered as though It had been received and acknowledged and the submission of his bid will constitute acknowledgment of the receipt of same. All addenda are a part of the contract documents and each Bidder will be bound by such addenda, whether or not received by him. It is the responsibility of each prospective Bidder to verify that he has received all addenda issued before bids are opened. 1.7.3 Questions should be sent; in writing, to Donna Council, Purchasing Division, City of Deerfield Beach, 210 Goolsby Boulevard, DeerfieM Beach, FL., 33442. To facilitate prompt receipt of questions they can be sent to the City via FAX at (305) 480-4388 to the attention of- Donna Council. i.$ The City of Deerfield Seach/Co-op Agendes reserves the right to reject any and all bids and W waive any kveguladtles In the bids that do not rmbw Ry afncd the quality of the product/swAm and the, right to disregard all noncordbffning, non-r�esponslve, unbalanced or aondkonal bids. Bids will be considered irregular and may be rom2ed, K they show serious mbskms,, alterations In Ibnns, additlons not called for, condftm or unaudmized alterations, or irregularitles of any Idnd. CITY OF DEERFIELD BEACH. INVITATION TO BID- WATER METER F1I I NGS AND WATER LINE ACCESSORIES SECTION 2 - SPECIAL CONDITIONS 2.0 The purpose of this Invitaation to Bid is to establish a, one (1) year contract from date of award, with the option to renew this contract for four (4) additional twelve month periods, under the same terms and conditions by mutual consent, in writing by both parties. Prices shall remain firm for the entire contract period. 2.1 - Items attached on the Bid Summary Sheets (Attachment "A`) are representative of the needs of the City of Deerfield Beach and the Southeast Florida Governmental Cooperative Purchasing Group throughout the previous twelve month period. This Is in no way to be construed as the entire or complete list of products to be purchased from the resulting contract It is merely a guide. The anticipated dollar volume estimated for this contract cannot be guaranteed. Our needs could also exceed this amount. Items will be ordered on an as needed, when needed basis. Exact quantities cannot -be predetermined but estimated annual expenditures by groups are projected in section I.S. Group #1- Adapters Group #2 - Meter Boxes Group #3 - Clamps Group #4 - Connectors Group #S - Corporation Stops Group #6 - Couplings Group #7 - Curb Stops Group #8 - Elbows Group #9 - Flanges Group #10 - Hose bibs Group #11- Idler Pipes . Group #12 - Insert Stiffeners Group #13 - Meter Stops Group # 14 - Nipples Group #iS - Pieces, Branch Group #16 - Plugs Group #17 - Poly Adapters Group #.18 - Reducer Bushing Group # 19 - Resetters Group #20 -� Service Saddles Group #21-Tees Group #22 -Tubing Group #23 - U Branches Group #24 - Valves Group #2S - Washers Group #26 -- Yokes Group #27 — Megalugs Group #28 — Grip Rings 2.2 BLUE BYQ - The price of goods are to include the discount percentage and price selling directly to the City and delivering all materials and supplies, including applicable taxes for the Initial period of the contract. 2.2.1 Bidder(s) shall furnish, with this bid of their current cataiog(s)/price list(s) which will indicate all items bidder can furnish and list prices to be used for each item. Any catalogs/price lists and bid submitted for other than water meter fittings and water line accessories will not be accepted. Failure to furnish catalogs .; and/or price lists as required will result in disqualification of bid submitted. 2.22 All awardees shall deliver this same catalog(s) to all members of the Southeast Florida Governmental Cooperative Purchasing Group. It is in the best interest of the awardees to Indicate the bid number, the start date of the contact, the expiration of the contract and the' awardees sirigle percentage discount offered on the front of the catakagslprke lists when It Is delivered to all the Co-op government agencies. . 2.3 • . Bidder should Indicate in all spaces provided on the Bid Proposal Form their single fixed percentage discount to be deducted from list pricing for water meter fittings and water line accessories that will be used for the term of the contract. Single fixed percentage offered shall remain firm throughout the term of the contract. 2.3.1 Bidders shall offer their single fixed percentage discount as described on the Bid Proposal Form, to be calculated from the catalog list price. 2.3.2 The single fixed percentage discount quoted by the bidder shall apply to the catalog list price of all catalog items. Items excluded from single fixed percentage discount should be listed on a separate sheet of paper. These items will be excluded and should not be purchased. . 2.3.3 If more than one catalog is submitted by a bidder, -the single fixed percentage discount shall remain the same for all catalog Items per catalog submitted. If the single fixed percentage discount offer differs per catalog submitted, bidder shall state on a separate sheet of paper the single fixed percentage discount offered for each additional catalog. 2.3.4 Submitting more than one catalog and failing to attach a separate sheet of paper stating single fixed percentages per catalog, will indicate single fixed percentage offered on Bid Proposal is constant for all catalogs submitted. In the event a bidder handles catalog Items that carry little or no percentage, this fact shall be taken into consideration and percentages offered shall be a single fixed percentage for each catalog. 2.4 CAS LOG/PRICE LIST UPI,ATES - It Is understood by the City of Deerfield Beach that prices published on the referenced Manufacturer's Price List may fluctuate during the contract period. Single fixed percentage offered shall remain firm throughout the initial one (1) year term of the contract. Upon expiration, and prior to renewal, price increases may be submitted. However, proof of price changes must be submitted thirty (30) days prior to date of effect of said price increase(s). The City of Deerfield Beach reserves the right to accept or reject any request for price increases depending on whether adequate documentation of authorized price Increases Is submitted and considered legitimate. 2.5 If, during the contract period, the manufacturer issues a replacement to the catalog(s), a copy of the replacement catalogs)/price lists are to be delivered to each Southeast Florida Governmental Cooperative Purchasing Group member. Failure on the part of the awardee(s) to fumish current catalog/price lists updates will result in all payments being based on last update received and Increase will = be honored. 2.6 QJFAULT PRMSIQN5 - In the event of default by the bidder, the City/Co-op reserves the right to procure the items) bid from other sources and hold the bidder responsible for excess costs incurred as a result. 2.7 MMINATION Off„ R CAUSE - If the successful contractor fails to provide the items bid or if deliveries are not made in a timely manner or if the product supplied does not meet the specifications of .the items listed in this Invitation to Bid or shall in any manner commit a breach of contract and fails to remedy within five (5) days after notification from the City of Deerfield Beach/Co-op, the City/Co-Op may terminate the.contract resulting from this bid without further notice to the successful contractor. Any and all Costs or other expenses incurred by the City as a direct result of the aforesaid termination shall be the direct liability of the successful contractor. ThO City of Deerfield Beach shall have all remedies available at law or equity. In addition, the Cf>ry of Deerfield Beach may terminate the contract, without cause, upon thirty (30) days notice. 2.8 COKMAM - No contract warded d under these bnnr cDndRkwo and speclikaft s small be sold, trandArred or assigned Without the y dftn approval of the City of Deerfield BeadVOmward Govemnwntal Co-operative Purchasing Group. CITY OF DEERFIEL.D BEACH INVITATION TO BID- WATER METER FITTINGS AND WATER LINE ACCESSORIES SECTION 3 - GENERAL CONDITIONS 3.0 SPECIAL CQMMQNS - Any and all Special Conditions contained in this bid that may be in variance or conflict with the General Conditions shall have precedence over the General Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Conditions shall prevail in their entirety. 3.1 09 BIQ - If you do not Intend to bid please indicate the reason such as, Insufficlent time to respond, do not offer product or service, unable to meet specifications, schedule would not permit, or any other reason in the space provided on the bid signature page. Failure to.bid or return no bid comments prior to the bid due and opening date and time indicated in this bid, may result in your firm being deleted from our Bidder's Registration list for the Commodity Class Item requested in this bid. 3.2 In accorda0CLAfttLFIoddjj%mt:e- A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for .the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being plated on the convicted vendor list. 3.3 CAUS95 FO&AVEMON - No bid will be canvassed, considered or accepted which in the opinion of the City is informal or unbalanced, or contains inadequate or unreasonable prices for any items; each item must carry its -own proportion of the cost as nearly as is practicable. However, the City shall be under no obligation to investigate the correctness of any bid and the bidder by signing the bid shall be deemed to have verified that no errors appear in the bid as submitted. 3.4 LLLMIO tj STATgMgNT - By 'submitting this bid, the bidder affirms that this bid is without previous understanding, agreement, or connection with any person, business, or corporation submitting a bid for this project, and that this bid is in all -respects fair, and without collusion or fraud. BIDDER NAME COMPANY NAME BID #2000-01/08 WATER METER FITTINGS AND WATER LINE ACCESSORIES 3.5 0 NG NT ECE.- Contractor warrants that it has not employed or retained any company or person, other than .a bona fide employee working solely for the Contractor to solicit or secure the agreement and that it has not paid or agreed to pay any person, company, corporation, Individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making the Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement without liability at its discretion. t 3.6 MgHYsmoN QF..x BEE[ - No contract will be awarded to any Bidder who has City elected officials, officers or employees affiliated with it, unless the Bidder has fully compiled with cummt Florida State Statutes and City Ordinances relating to this issue. Bidders must disclose any such affiliation. Failure to disclose any such affiliation will result. in disqualification of the Bidder and removal of the Bidder from the City's Bidder's List and prohibition from engaging in any business with the City. 3.7 DISCRIMIN QN - Contractor agrees that in the performance of any provisions of this agreement, not to discriminate or permit discrimination in the hiring practices of Contractor or in the performance of the Contractor on the basis of race, sex, religion, politkal affiliation or national origin. The Contractor will strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida or the Federal Government. 3.8 CQNT�, ,,Q - When requested, the bidder to whom award is made or his authorized representative must execute a written contract with the City of ieerfield Beach and Coop Agencies to do the work. If the bidder to whom the first award is made fails to enter into a contract, the award may be annulled and the contract let to the next lowest bidder who is reliable and responsible in the opinion of the City. Such bidder shall fulfill every stipulation embraced herein as if he were the original party to whom award was made. 3.8.1 A corporation to which a contract is awarded will be required to furnish certificate as to Its corporate existence and evidence that the officer signing the contract is authorized to do so on behalf of the corporation. 3.9 MMIJENTS OU61DE THIS &QMMENI- This Agreement contains the complete Agreement concerning the Contractor arrangement between the parties and shall as of the effective date of this Agreement. supersede all other Agreements between the parties. The parties stipulate that neither of them has made any representation with respect to the subject matter of this Agreement or its execution and duly accept such representations as are specifically set forth in this Agreement. Each of the parties to this Agreement acknowledge that it has relied on its own judgment in entering Into this Agreement 3.10 91UMMTEES - Contractors shall guarantee equipment and materials supplied under this Contract against any and all defective or faulty work or material for a period equal to the manufacturer's warranty of the item. Should any defect in material or workmanship appear during -the above stated warranty period, the successful bidder shall replace any unit at no cost tD the City of Deerfield Beach/Co-op' immediately upon written notice from the City. The successful bidder shall hold the city harmless from any damages, judgments or liability of whatsoever nature resulting from the purchase or use of any items pursuant to the contract. . 3.11 &MCEL=ON - The obligations of the City of Deerfield. Beach/Co-op members under this award are subject to the terms and conditions established by the legislature of Florida. The City/Co-op members have the option to discontinue service at no expense to the Qty/Co-op members if the City/Co-op Members Policy/Ordinances/Rules/Regulations or Florida Statutes determine it is in the City's/Co-op Members' best Interest. Cancellation of the contract will ' not relieve the vendor of any obligations incurred prior to the date of -cancellation. 3.12 LEGAL REQUIREMIfIN- Applicable provisions of all federal, state, and county laws, and local ordinances, rules and regulations, shall govern development, submittal and evaluation of all bids received in response hereto and shall govern any and all claims and disputes which may arise between persons) attaching a bid response hereto and the City by and through Its officers, employees and authorized representatives, or any other person, natural or otherwise; and lack of knowledge by any Bidder shall not constitute a cognizable defense against the legal effect thereof. r' 3.12.1 The Legal Advertisement, Conditions, Specifications, pertinent document form a response to this bid. Notice of Invitation To Sid,'General Conditions, Special Instructions to Bidders, Exhibits, Addenda and any other .part of this bid and by. reference are made a part of any 3.13 MENUELSEVERABILM - Venue shall be In :Broward County, Florida, with respect to any and all actions, which may be brought now, or hereafter in connection with this Agreement. In the event that any portion, provision, term, or condition of this Agreement shall be found to be unconstitutional or illegal in any way, it shall be deemed severed and the remainder of the Agreement shall remain in full force and effect. 3.14 INDEMNIFICAU914 AND 1JQLD HARMLEU - Contractor shall, in addition to any other obligation to Indemnify the City of Deerfield Beach/Co-op and to the fullest extent permitted by law, protect, defend, Indemnify and hold harmless the City of Deerfield Seaci/Co-op, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), or casts arising out of any actual or alleged; A) bodily injury, sickness, disease or death, or Injury to or destruction of tangible property including the loss of use resulting therefrom; or any other damage or loss arising out of or resulting or claims to have resulted In whole or in part from any actual or alleged act or omission of the Contractor, any subcontractor, anyone directly or Indirectly employed by any of them, of anyone for whose acts any of them may be liable in the performance of the work; or B) violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Contractor in the performance of the work;, or Q liens, claims or actions made by the Contractor or any subcontractor or other party performing the work. 3.15 LUMUNCE - The Contractor shall purchase and maintain, in full force and effect for the life of the contract, at Contrac to's sole expense, the following required Insurance policies. A copy of certificate of insurance is required and should be attached to the Bid documents: LIMITS OF LIABILITY --CAM Q=rrenm General Liability NC Comprehensive form XX Premises - operations explosion & collapse hazard XC underground hazard )0( products/completed operation hazard XC contractual insurance )0( broad form properly damage XX Independent contractors Personal injury bodily injury Property damage $100,000. $50,000. $300,000. $50,000. bodily injury and Properly damage combined $300,000. $300,000. Personal injury $ $. ______________ .___._..--__---__.-_ Automotive Uabllity comprehensive form owned hired �.., non -owned bodily injury -�- (each person) $100,000. bodily injury bodily injury and Property damage combined S3nn.nnn Id9M AAA Excess Liability -' _- ---------------_ �._ bodily injury and .� umbrella form bodily damage. other than umbrella (combined) $1,000,000, • $1,000,000. The endorsements, policies of insurance, certificates of Insurance and the Insurance agent or Insurance companies issuing such certificates or policies of insurance must be acceptable to the City and Risk Management, as licensed and authorized to do business in the State of Florida. Any questions as to the Intent of meaning of any part of the above required coverage should be directed to the Risk Manager at (305)480-4258. All policies or certificate of Insurance must be issued indicating that such polities or certificates are applicable to work being performed under a specific contract or to all work'performed, by the Contractor for the City of Deerfield Beach. . 3.16 F U RE E - Bidder by submitting his bid, certifies that all materials contained in his bid meets all Federal Occupational Safety and Health Act (OSHA) requirements. Bidder further certifies that, if he is the successful bidder, and the materials and/or equipment delivered Is subsequently found to be deficient in any OSHA requirements in effect on date of delivery, all Costs necessary to bring the materials and/or equipment into compliance with the above mentioned requirements shall be borne by the bidder. 3.17 LDS" - In compliance with Chapter 442, Florida Statues, any items included in the latest edition of "Florida Substance List" which are delivered from a contract resulting from this bid must be accompanied by a Material Safety Data Sheet (MSDS). The MSDS must be maintained by tfie user agency and must include the required information. Any questions regarding this re"'frement should be directed to- Department of Labor and Employment Security, Division of Safily, 2002 Old St. Augustine Road, Tallahassee FL 32399 Telephone- 1-800-367-417A ALL. TO= SUBSTANCES MUST BE LABELED FOR IDENTIFICATION, IN ACCORDANCE WITH O.S.NJL STANDARDS. 3.18 - Florida law (Section 119.01, F.S., The Public Records Law) provides that municipal records shall at all times be open for personal inspection by any person. Information and materials received by the City in connection with a Invitation to Bid response shall be deemed to be public records subject to public inspection upon award, rejection far award, or ten (10) days after bid opening, whichever occurs first. However, certain exemptions to the public records law are statutorily provided for in Section 119.07, F.S. If the Bidder believes any of the information contained in his or her response is exempt from the Public Records Law, then the Bidder, must in his or her response, specifically Identify the material which is deemed to be exempt and cite the legal authority. for the exemption, otherwise, the City will treat all materials received as public records. 3.19 HMNTZON QF RICOSM ANQ 619HI 19 ACCEIA CLAUSE- The successful bidder shall Preserve and make available all financial records, supporting: documents, statistical records, and any other documents pertinent to this contract for a period of three (3) years after termination of this contract,. or if an audit has been Initiated and audit findings have not been resolved at the end of these three (3) years, the records shall be retained until resolution of audit finding. CITY OF DEERFIELD BEACH INVITATION TO BID- WATER METER FI1 I NGS AND WATERLINE ACCESSORIES SECTION 4 - PROPOSAL SPECIFICATIONS 4.0 PRICING IORDERItIG - Bidder Is to state firm price, including delivery and handling charges and Discount percentage off current manufacturer's catalog price book. 4.0.1 Each Co-op agency has specific requirements for ordering materials. Bidder should submit bid information for meeting these varied requirements. Bidder should also submit any other ordering suggestions including EDI capabilities. 4.0.2 The participating Co-op Agencies may purchase to smaller unit (or larger) unit of measure than listed in this proposal. 4.1 - The vendor must have access to adequate inventory to. attain 100% fill rate on the high use Items, and 95% fill rate on manufacturer catalog items. A 100% fill rate shall mean that 100% of the high use items will be delivered within ten (10) calendar days after receipt of order. A 95% fill rate shall mean that all items ordered through the catalog will be delivered within fourteen (14) days after receipt of order. The City of Deerfield Beach/Co-op reserves the right to require proof of access to inventory. The vendor shall notify the Purchasing Division of each respective agency when out of stock on any Items due to circumstances beyond their control. The City of Deerfield Beach reserves the right to procure out of stock items from other sources In these circumstances. Special order items should be delivered within twenty-one (21) calendar days after receipt of order. 4.2 IVERY — Delivery will consist of dock -side deliveries and In -side deliveries as. indicated on the purchase order. All deliveries are to be F.O.B. Destination, City of Deerfield Beach/Co-op Agency, as specified on a Purchase Order. All delivery, handling or other costs necessary to complete an order be included in the single fixed percentage discount quoted. 4.2.1 Deliveries are requested to be made within ten (10) calendar days after receipt of an order. In the event deliveries cannot be made within ten (10) calendar days, a written notification indicating date of projected delivery must be sent to the buyer with a copy to the ordering department stating the reason for delay. The Oty of Deerfield Beach reserves the right to terminate the contract in the event the delay in delivery Is deemed unacceptable. 4.2.2 Various co-op agencies may at their option pick-up catalog items from the successful vendor's place of business. Catalog items which are picked up shall be priced in accordance with the single fixed percentage discount quoted in this bid 4.3 ING E - Each Agency's billing requirements vary. Each Agency has specific . billing requirements that must be met. Bidder is to Indicate types of billing available. The vendor shall in that all delivery slips clearly state the purchase order number, date of delivery, carrier or method of delivery, total carton count delivered, item description, quantity delivered and quantity backordered and any other agency requirement. 4.4 A E E A - The Co -Op Agency, by written notice may terminate in whole or in parts any 'purchase orders resulting from this invitation when such action is in the best interest of the Agency. If purchase orders are so terminated, the Agency shall be liable only for payment for materials received and accepted prior to the effective date of termination. 4.5 UTOM TIC U S - An order will be placed with the understanding that all items delivered must meet the approval of the Ijsing Depajjment. Material not acceptable will be returned for credit: Bidder shall state return authorization for material damaged in shipment, wrong mecchardise shipped, and/or duplicate shipments. Material to be returned at vendor expense. t 4.6 "DRUQ FREE WORKEIACC- . In accordance with Section 287.087, State of Florida Statutes In. the case of tie bids, preference shall be given to businesses with "drugfiee workplace pnoarW. Whenever two or more •bids, which are equal with respect to price, quality, and servkx4 are received for the procuri"Mt' of commodities or eont ach al services, a bid received from a business that certifies that It has implemented a drug -free workplace shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: (a) Publish a statement notifying employees that the unlawful manufacture, distribution dispensing, possession, or use of a Controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (b) Inform employees about -the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug 'counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (c) Give each employee engaged in providing the "commodities or contractual services that are under bid a copy of the statement specified In subsection (a). (d) In the statement specified in subsection (a), notify the employees that, as a condition of working . on the Commodities or contractual services that are under bid, the employee will abide by the terms of the statement and -will notify the employer of any conviction of, or plea of guilty or nob contenders to, any violation of chapter 893 or of any controlled substance law of the United States or any stage, for a violation occurring in the workplace no later than five (S) days after such convMn. (e) Impose a sanction'on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (f) Make a good faith effort to continue to maintain a drug -free workplace through Implementation of this section. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. BIDDER'S SIGNATURE r 5.1 CITY OF DEERFIELD BEACH INVITATION TO BID- WATER METER FITTINGS AND WATER LINE ACCESSORIES SECTIONS - SPECIFICATIONS AND REQUIREMENTS 5.0.1 Meter Valve shall be of bronze construction In accordance with ASTM specification B62 latest revision. 5.0.2. Meter Valve shall be closed bottom design and resilient 0 ring sealed against external leakage at ' the top. Shut-off shall be affected by a resilient pressure actuated seal so positioned In the plug as to completely enclose the flow way in the closed position. The Inlet side of all meter valves shall have a compression type fitting as specified. Meter valves for meter sizes .1 1/2" and under shall be equipped with a meter coupling nut on the outlet side. 5.0.3 Meter valves for 11/2" and 2" meters shall have flanged connections on the outlet sides, 5.0.4 Meter valves 2" or less shall be ball type. 5.1.1 Curb stops shall be of the Inverted key type with tee -head shut off. Curb stops shall be made of brass alloy In accordance with ASTM specification 862 latest revision. 5.2.1 Corporation stops shall be manufactured of brass alloy in accordance with ASTM specification B62 or latest revision. These corporation stops shall be of ball valve type. 5.2.2 Inlet thread shall be AWWA taper thread In all sizes in accordance with AWWA Standard C800 latest revision. Outlet connection shall have a compression type fitting. 5.3.1 Service saddles shall be ductile iron ASTM A536, have double stainless steel straps which tighten to conform to the curvature of the pipe sealing 0-ring gasket confined in a retaining groove, for pressure tight seal on the main. A rust preventative dating shall be applied to the ductile Iron body. 5.4 E VALyLOLMER 4": 5.4.1 Gate valves under 4" in size shall be bronze gate valves conforming to Manufacturers Standardization Society of the Valve and Fitting Industry Standard Practice SP-37. They shall be single disc, non -rising stem, open left (counter clockwise) with operating wheel. Pewter and pot meter operating wheels shall not be permitted. 5.5 E2=11YLENE 5.5.1 The polyethylene compound from which the tubing is made shall be an ethylene hexene copolymer and shall comply with the appiicatile requirements as specified in ASTM D3350 providing a cell classification of 355434C and simultaneously be of specified in ASTM D1248 for Type III Category 5, Grade P34, Class C, PE 3408 very high molecular weight, .' hiah density nnivethvlenP. nlactir matariol DnivAthvicnw chall rmmnly with tha fnlinwinn- P 5.5.2 Tubing shall have.a working pressure at 200 PSI at 73.4 degrees P. S.5.3 AN. tubing furnished under these specifications shall conform to the following standards: AWWA Cr901, ASTM D2239, ASTM D2737, ASTM 3350, ASTM D1248, ASTM P1248, ASTM 1693, and. ASTM D3140. 5.5.4 Tubing dimensions and tolerances shall conform to the fallowing requirements: 5.5.4.1 Polyethylene tubing surfaces shall be mirror smooth, both Interior and exterior and shall be free from bumps and irregularities. Materials must be completely homogeneous and uniform in appearance. 5.5.5 Tubing dimensions and tolerances shall correspond with the values listed in AWWA C901 with a dimension ratio (DR) of 9. 5.5.6 Tubing shall be fully labeled at intervals of not more than 5 feet with brand name and manufacturer, the nominal size, PE 3404, the,word "Tubing" and DR9, PC200, AWWA C901-88, and the seal, or mark, of the testing agency. CITY OF DEERFIELD BEACH INVITATION TO BID- WATER METER FITTINGS AND WATER LINE ACCESSORIES SECTION 6 - CONTRACTOR RESPONSIBILITIES 6.0 0MLIELCATIQUA OEMDQJRS - No bid will be accepted from, nor will any contract be awarded to, any person who is in arrears to the City of Deerfield Beach/Co-op, upon any debt or contract, or who is a defaulter, as surety or otherwise, upon any obligation to said City, or who is deemed irresponsible or unreliable by the City of Deerfield Beach or has been found guilty or convicted of a Public Entitycrime in any Federal or State trial court of record. - 6.0.1 Bids will be considered only from firms that have been engaged in providing products similar to those specified herein for a period of not less than two (2) years, and who are presently engaged in the sale of these products. Pre -award inspection of the bkkWs facility may be made prior to award of the contract. Bidders may be required to demonstrate proof of experience in the management and administration of an organization of the magnitude required for the performance of this contract. 6.0.2 Bids will be considered only from manufacturers or their authorized distributors. The authorized distributors must regularly maintain a substantial stock of water service fittings and must be actively engaged in the sale of this type product. A representative of the Cities may examine such stock and facilities at any time either before award is made or during the life of the contract. 6.1 - The City shall have the right to investigate the financial condition and experience record of each prospective bidder and determine to its satisfaction the competency of each to undertake the project. 6.2 f&MPANY BIMS EtJbkT1VJ — Bidder is required to indicate in space provided on the Bid Proposal Sheet the name, address, and telephone number of the representative(s) who could make periodic scheduled visits to the agencies and who will be available upon request to resolve billing and delivery problems 6.3 ANNUAL &EP0MtJ!QE - Vendor is required to submit annual reports to the City of Deerfield Beach, as lead agency. After award, the City will discuss the - report layout format and when. the reports should be prepared. A copy of the report is to be sent to the lead agency, City of Deerfield Beach, attention- Donna Council. 6.4 E - For purposes of Bid evaluation, Bidders must indicate any variances, no matter how slight, from bid General Conditions, Special Conditions, Specifications or Addenda in the space provided in the bid. No variations or exceptions by any Bidder will be considered or deemed a part of the Bid submitted unless such variances or exceptions are listed in the bid and referenced in the space provided on the bid pages. If variances are not stated, or referenced as required, It will be assumed that the product or Service fully complies with the City's terms, conditions, and specifications. 6.5 A DI TI C - The City of Deerfield Beach/Co-op intends to purchase a product as specified and contained herein. In no way does the City of Deerfield Beach intend to limit competition to one bidder. State any and all variances clearly in writing. Wherever in these contract documents a particular brand, make of material, manufactured article, device or equipment is shown or specified, such brand, make of material, manufactured article, device or equipment should be regarded as the standard. 6.6 SMSTITUIZON5 — If a bid item is discontinued by the manufacturer during the period of award and the bid item is not available from with the vendors or manufacturers inventory, then the'vendor shall advise the Purchasing Department of all agencies, in writing, of non -availability of iie bid item and shall include comniPte dp;rrintivp. tarhniral literature on the item offered to at the same firm price offered far the original bid Poem or at a lower prone during the remainder of the period of award. Samples of replacement Poems, If requested, must be suppled far evaluation by the appropriate City stiff. The City of Deerfield leach shall not be held liable for arty damages Incurred to equipment during evaluation. After award, substitutions of materials will root be ampted unless approved in writing by the agency 6.7 SECaFICMQM ALTERATIQ11 - The apparent silence of the spedfkatkxos as to any detail, or the apparent omisslon from It of a detailed description concerning any point, shall be regarded as meaning only that the - best commerdal pmdtee Is to prevalland that only material and workmanship of the finest quality are to be used. All Interpretations shall be made on the basis of the statement. CITY OF DEERFIELD BEACH INVITATION TO BID- WATER METER FITIINGS AND WATER LINE ACCESSORIES SECTION 7 - AWARD 7.0 In order to meet the needs and to serve the best interest of the City of Deerfield Beach and the members of Southeast Florida Governmental Cooperative Purchasing Group, awards will be made to all responsive and responsible bidders who offer a single fixed percentage discount' and otherwise comply with the specifications, terms and conditions of this bid. Those who offer highest discount for those items that comply with spedfications and otherwise meet requirements should obtain the largest volume of business. 7.1 The City reserves the right to reject any or all bids and subject to the restrictions herein stated. The City may review and consider experience and past performance in its award. Altemates, if any, will be selected as the City/Co-op determines to be in its own best interests. 7.2 The City reserves the right to accept all or any part of the bid. The Clty/Co-op reserves the right to waive any informality in any bid. The City reserves the right to reject all bids, and to re - advertise for bids. 7.3 Award may be made by manufacturer/brand or as may be deemed in the best Interests of the Cityof Deerfield Beach. 7.4 In case of disputes in the award of the contract, the decision of the City of Deerfield Beach shall be final and binding on both parties. 7.5 &WARQ OF QftMCT - Each Co-op Agency has specific requirements for ordering, invoicing, etc Vendor is to contact each agency after award to discuss implementation of contract and specification requirements of the agency. CITY OF DEERFIELD BEACH INVITATION TO BID- WATER METER FIRINGS AND WATER LINE ACCESSORIES SECTION 8 - REQUIREMENTS OF THE BID Bid Identification- Indicated on the face of your sealed bid envelope is the following - WATER METER FITTINGS AND WATER LINE ACCESSORIES OPENS FRIDAY, DUNE 8, 2001, 2:30 p.m. (Bid #2000-01/08) All bids must be submitted as specified on the proposal form, which follows. Any attachments must be dearly Identified. To be considered, the -bidder must respond to all parts of the bid. Any other. Information thought to be relevant, but not applicable to the enumerated categOrieg as an appendix to the bid. If publications are supplied ' should be provided PP by a Bidder to respond ba a requirement, the response should Include reference to the document number and page number. This will provide a qua reference for the evaluators. Bids not providing this reference will be considered to have no reference material Included In the additional documents. All bids must be received in the Office of the City Manager, City of Deerfield Beach, City Hall, 150 NE 2nd Avenue, Deerfield Beach, FL, prior to 2:30 p.m. on the date specffied; The mailing address is. City of Deerfield Beach Attention: Larry R. Deetjen, City Manager 150 NE 2nd Avenue Deerfield Beach, FL 33441 The bid shall be signed by a representative who Is authorized to contractually bind the Contractor. BIDDERS MUST SUBMIT THEIR BID.IN TRIPLICATE- , AN IDENTIFIED ORIGINAL COPY AND TWO (2) COPIES OF THE BID PAGES INCLUDING ANY ATTACHMENTS IN A SEALED ENVELOPE Bid Pages are as, Follows - Attachment A.— Bid Summary Sheet Part I -. Bid Page - Signature Page Part Ii - Bid Page - Bid Proposal Attachments to your Bid r CITY OF DEERFIELD BEACH 4VITATION TO BID - WATER METER FITTINGS & WATER LINE ACCESSORIES - BID #2000-01/08 ATTACHMENT A - BID SUMMARY SHEET sup 01 - Ada 'tern 314" Adapter, 3/4" SXFPT Sch. 80 #123-33333 11r Adapter, Brass 1/2" Corn x 5/8" IPM #SA, Straight Male Coupling 3/4" Adapter, Brass '03/8" Comp X 1/21PM #6 Stra ht Male Coupling A87 Adapter, Meter,Pr-Adapters to change 1-112" flanged meter to meter to 2" flan A24 Adapter, Meter,Pair Adapters to change 5/8" X 314" meter to 1" spud size and 3(4" Adapter, Stainless Steel 1" Adapter, Stain. Steel, Sch. 80 Adapter )up 02 - Meter Boxes Box, Double Meter Dual H Concrete 1 "solid lid Small Box. Standard Meter, (Black) Brooks #1419 solid lid Jumbo Box, Meter, (Black) Brooks #1220 2" Box, Meter (Black) Brooks #1324 Reading Lid 314" Box, Single (Concrete) Brooks #36-S Sedes Complete (Lid Cover & Body) 1" Box, Single (Concrete) Brooks #37 Reading Ud' 2" Box, Single (Concrete - 3 part) Brooks #66s meter Size and oup 23 - Clam s 3 x TX Clamp, Repair, Pipe O.D. range 2.97.3,25 Stainless Steel, Ford,Smith Blair or equal FS-1 3 x 7.5" Clamp, Repair, Pipe O.D. range 3A6-3.70 Stainless Steel, Fard,Smith Blair or equal FS-1 3 x TX Clamp, Repair, Pipe O.D. range 3.96-4.25 Stainless Steel, Ford,Smith Blair or equal FS-1 3 x 8" Clamp, Repair, Pipe O.D. range. 3.75-4.00 Stainless with Stainless Bolts, Romac #SS14.00 X 8" ,Smith Blair or equal 3 x 10" Clamp, Repair, Pipe O.D. range 2.97-3.25 Stainless Steel. Ford,Smith Blair or equal FS-1 3 x 10" Clamp, Repair, Pipe O.D. range 3A6-3.70 Stainless Steel, Ford,Smith Blair or equal FS-1 3 x 10" Clamp, Repair, Pipe O.D. range 3.96-4.25 Stainless Steel, Ford.Smith Blair or equal FS-1 3 x 12" Clamp, Repair, Pipe O.D. range, 3.75-4.00 Stainless with Stainless Bolts, Romac #SS14.00 x 120,Smith Blair or equal 3 x 15" Clamp, Repair, Pipe 0.0. range 2.97.3.25 Stainless Steel, Ford,Smith Blair or equal FS-1 3 x 15" Clamp, Repair, Pipe O.D. ra a 3.46-3.70 Stainless Steel, Ford,Smith Blair or equal FS-1 3 x 15" Clamp, Repair, Pipe O.D. range 3.96-4.25 Stainless Steel, Ford,Smith Blair or equal FS-1 3 x 16" Clamp, Repair, Pipe O.D. range; 3,75-4.00 Stainless with Stainless Bolts, Romac #SS14.00 X 16" ,Smith Blair or equal 3112 x 6" Clamp, Repair, Pipe O.D. range, 3.95-4.20 Stainless with Stainless Bolts, Romac #SS1420 X 8" ,Smith Blair or equal 3112 x 12" Clamp, Repair, Pipe O.D. range, 3.95-4.20 Stainless with Stainless Bolts, Romac #SS14.20 X 12" .Smith Blair or equal 3112 x 16" Clamp, Repair, Pipe O.D. range, 3.95-4.20 Stainless with Stainless Bolts, Romac #SS 4.20 X16", Smith Blair or equal 4 x 7.5" Clamp, Repair, Pipe Q.D. range 4.45-4.73 Stainless Steel, Ford,Smith Blair or equal 4 x 7.5" Clamp, Repair, Pipe 0.0. range 4.74-5.14 Stainless Steel, Fprd,Smith Blair or equal 4 x 8" Clamp, Repair, Pipe O.D. range, 4.45-4.85 Stainless with Stainless Bolts, Romac #SS14.85 X 8" .Smith Blair or equal 4 x 8" Clamp, Repair, Pipe O.D. range, 4.74-5.14 Stainless with Stainless Bolts, Romac #SS15,14 X 8" ,Smith Blair or equal 4 x 8" Clamp, Repair, Pipe O.D. range, 4.95-5.35 Stainless with Stainless Bolts, Romac #SS1 5.35 X 8" ,Smith Blair or equal 4 x 8" Clamp, Repair, Pipe O.D. range, 5.20-5.60 Stainless with Stainless Bolts, Romac #SS1 5.60 X 8" ,Smith Blair or equal 4 X 10" Clamp, Repair Clamp, F,Smith Blair or equald - Stainless with stainless bolts, Ford,Smith Blair, Romac, JCM or equal 4 x 10 Clamp, gepair, Pipe, Q.O. range 4.45-4.73 Stainless Steel, Ford,Smith Blair or equal 4 x 10 Clamp, 90pair, Pipe O.D. range 4.74-5.14 Stainless Steel, Ford,Smith Blair or equal OUP 113 - Clam s. - continued 4" X 15" Clamp, Re air Clamp. F.Smith Blair ore uald - Stainless with stainless bolts, Ford,Smith,Romac, JCM . or equal 4 x 15" Clamp, Repair. Pipe O.D. ra2le 4.45.4.73 Stainless Steel, Ford ,Smith Blair FS-1 . or equal 4 x 15" Clamp, Repair, Pipe Q.D. range 4.74-5.14 Stainless Steel. Ford, Smith Blair or equal 4 x 16" Clamp, Repair. Pipe O.D. range, 4.454.85 Stainless with Stainless Bolts, Romac #SS14.85 X 16" ,Smith Blair oc equal 4 x 18" Clamp, Repair, Pipe Q.D. range, 4.74-5.14 Stainless with Stainless Bolts. Romac #S51 5.14 X 16" ,Smith Blair or i 4 x 16" Clamp. Repair, Pipe O.D. range, 4.95-5.35 Stainless with Stainless Bolts. Romac #SS1 5.35 X 16" .Smith Blair or equal 4 x 16" Clamp, Repair, Pipe Q.D. range, 5.20-6.60 Stainless with Stainless Bolts, Romac #SS15.60 X 16" ,Smith Blair or ual 4 x 20" Clamp. Repair, Pipe O.D. range 4.74-5.14 Stainless Steel, Ford,Sm(th Blair, or equal 6 x 7.5" Clamp, Repair. Pipe O.D. range 5.95-6.35 Stainless Steel, Ford.Smith Blair S-1, or equal 6 x7.5" Clamp. Repair. pipe O.D. range 6.84-7.24 Stainless Steel. Ford,Smith Blair.or equal 6 x 7.5" Clamp, Repair, Pipe O.D. ra e7.24-7.5 IP7 Stainless Steel, Ford,Smith Blair or equal 6 x 8" Clamp. Repair. Pipe Q.D. range, 5.95.6.35 Stainless with Stainless Bolts, Romac #SS1 6.36 X 8" .Smith Blair or equal 8 x 8" Clamp, Repair, Pipe O.D. range, 6.60-7.00 Stainless with Stainless Bolts, Romac #SS1 7.00 X 8" ,Smith Blair or equal 6 x 8" Clamp. Repair, pipe O.D. range, 6.84-7.24 Stainless with Stainless Bolts, Romac #SS17.24 X 8" ,Smith Blair or equal 6 x 8" Clamp, Repair. Pipe O.D. range, 7.06-7.46 Stainless with Stainless Bolts, Romac #SS1 7.46 X 8" ,Smith Blair or equal 6 x 8" Clamp. Repair. Pipe O.D. range, 7.40-7.80 Stainless with Stainless Bolts, Romac #SS1 7.80 X 8" .Smith Blair or equal B" X 10" Clamp, Repair Clamp, - Stainless with stainless bolts, Ford ,Smith Blair. Romac. JCM, or equal 8 x 10 Clamp, Repair, Pipe Q.D. range 5.95-6.35 Stainless Steel, Ford FS-1. Smith Blair or equal 6 x 10" Clamp, Repair, Pipe O.D. range 6.56-6.96, IP7 Stainless Steel, Ford FS-1. Smith Blair or equal 6 x 10" Clamp, Repair, Pipe O.D. range 6.84-7.24 Stainless Steel, Ford FS-1. Smith Blair orequal 6 x 12" Clamp, Repair, Pipe O.D. range, 6.95-6.35 Stainless with Stainless Bolts, Romac #SS1 6.35 X 12" .Smith Blair or equal 6 x 12" Clamp, Repair. Pipe O.D. range. 6.60-7.00 Stainless with Stainless Bolts, Romac #SS17.00 X 12" ,Smith Blair or equal 8 x 12" Clamp, Repair. Pipe O.D. range, 6.84-7.24 Stainless with Stainless Bolts, Romac #SS17.24 X 12" .Smith Blair or equal 6 x 12" Clamp, Repair, Pipe O.D. range. 7.06-7.46 Stainless with Stainless Bolts. Romac #SS1 7.46 X 12" ,Smith Blair or equal 6 x 12" Clamp, Repair. Pipe O.D. range, 7.40-7.80 Stainless with Stainless Bolts, Romac #SSi 7.80 X 12" .Smith Blair or equal 6" X 15" Clamp, Repair Clamp, - Stainless with stainless bolts, Ford ,Smith Blair Romac, JCM, or equal 6 x 15" Clamp, Repair, Pipe O.D. range 5.95-6.35 Stainless Steel, Ford Smith Blair or equal FS-1 6 x 15" Clamp, Repair, Pipe O.D. range 6.84-7.24 Stainless Steel. F.Smith Blair or equal FS-1 .Smith Blair or equal 6 x 16 Clamp, Repair, Pipe O.D. range, 5.95-6.35 Stainless with Stainless Bolts. Romac #SS1 6.35 X 16" .Smith Blair or equal 6 x 16" Clamp, Repair, Pipe O.D. range, 6.60-7.00 Stainless with.Stainless Bolts, Romac #SSi 7.00 X 16" .Smith Blair or equal 6 x 16" Clamp, Repair, Pipe O.D. range, 6.84-7.24 Stainless with Stainless Bolts, Romac #SS1 7.24 X 16" ,Smith Blair or equal 6 x 16" Clamp, Repair, Pipe O.D. range, 7.06-7.46 Stainless with Stainless Bolts, Romac #SS1 7.46 X 16" .Smith Blair or equal 6 x 16" Clamp, Repair, Pipe O.D. range, 7.40-7.80 Stainless with Stainless Bolts, Romac #SS1 7.80 X 16" ,Smith Blair or equal 6 x 20" Clamp. Repair, Pipe O.D. range 5.95-6.35 Stainless Steel,Ford ,Smith Blair Romac, JCM, or equal 6 x 20" Clamp, Repair, Pipe O.D. range 6.84-7.24 Stainless Steel, Ford,Smith Blair or equal FS-1 8 x 7.5" Clamp, Repair, Pipe Q.D. range 8.99-9.39 Stainless Steel, Ford,Smith Blair or equal FS-1 8 x 7.5" Clamp, Repair, Pipe O.D. range 9.27-9.67 Stainless Steel, Ford,Smith Blair or. equal FS-1 axe" . Clamp. Repair, Pipe O.D. range, 8.60.9.00 Stainless with Stainless Bolts, Romac #SS1 9.00 X 8" .Smith Blair or equal 8 x 8" Clamp, Repair, Pipe O.D. range, 9.00.9.40 Stainless with Stainless Bolts, Romac #SS1 9.40 X 8" .Smith Blair or equal 8 x 8" Clamp, Repair, Pipe O.D. range, 9.30-9.10 Stainless with Stainless Bolts, Romac #SS1 9.70 X 8" ,Smith Blair or equal 8" x 10" Clamp, Repair Clamp. Stainless with stainless bolts. Ford, Smith Blair Romac, JCM , or equal 8 x 10" Clamp, Repair, Pipe Q.D. range 8.99-9.39 Stainless Steel, Ford,Smith Blair or equal FS-1 8 x 10" Clampt Repair, Pipe O.D. range 9.27-9.67 Stainless Steel, Ford,Smith Blair or equal FS-1 8 x 12" Ciamp,'Repair, Pipe O.D. range, 8.60-9.00 Stainless with Stainless Bolts, Romac #SS1 9.00 X 12" ,Smith Blair or equal 3up 83 - Clam s - continued 6 x 1Y Clamp, Repair. Pipe O.O. range, 9.30-9.70 Stainless with Stainless Bolts, Romac #SS19.70 X 12" ,Smith Blair or equal 8" x 15" Clamp. Repair Clamp, - Stainless with stainless bolt#, Ford. Smith Blair, Romac, JCM, or equal 8 x 15" Clamp. Repair, Pipe O.D. range 8.99-9.39 Stainless Steel. Ford,Smith Blair or equal FS-1 8 x 15" Clamp, Repair, Pipe O.D. range 9.27-9.67 Stainless Steel, Ford,Smith Blair or equal FS-1 8 x 16" Clamp. Repair. Pipe O.D. range, 8.60-9.00 Stainless with Stainless Bolts, Romac #SS19.00 X 1B" ,Smith Blair or equal 8 x 16" Clamp, Repair, Pipe O.D. range, 9.00-9.40 Stainless with Stainless Bolts, Romac #SS1 9.40 X 16" .Smith Blair or equal 8 x 16" Clamp, Repair, Pipe O.D. range, 9.30-9.70 Stainless with Stainless Bolts, Romac #SSt 9.70 X 16" ,Smith Blair or equal 8 x 20" Clamp, Repair, Pipe O.O. range 8.99-9.39 Stainless Steel, Ford,Smlth Blair. or equal FS-1 ,Smith Blair or equal 8 x 20" Clamp, Repair, Pipe O.D. range 9.27-9.67 Stainless Steel, Ford,Smlth Blair or equal FS-1 ,Smith Blair or equal .10 x 8" Clamp, Repair, Pipe Q.O. ran e,11.04-11.44 Stainless with Stainless Bolts, Romac #SS1 11.44 X 8" ,Smith Blair or equal 10 x 8" Clamp, Repair, Pipe 0.0. range,11.40-11.80 Stainless with Stainless Bolts, Romac #SS1 11.80 X 8" ,Smith Blair or equal 10 x 8" Clamp. Repair, Pipe O.D. range,11.60-12.00 Stainless with Stainless Bolts, Romac #SS1 12.00 X 8" ,Smith Blair or equal 10 x 10" Clamp, Repair, Pipe Q.D. range 1 t.04»1224 with Stainless Steel Bolts, Foni,Smith Blair or equal, Romac. JCM 10 x 12" Clamp, Repair, Pipe O.D. range, 11.04-11.44 Stainless with Stainless Bolts, Romac #SS1 11.44 X 12" ,Smith Blair or equal 10 x 12" Clamp, Repair, Pipe O.D. range,11.40-11.80 Stainless with Stainless Bolts, Romac #SS1 11.80 X 12" ,Smith Blair or equal 10-x 12" Clamp, Repair, Pipe O.O. range, 11.60-12.00 Stainless with Stainless Bolts, Romac #SSi 12.00 X 12" ,Smith Blair or 1 10 x 150 Clamp, Repair, Pipe O.D. range 11,04-12.24 with Stainless Steel Bolts, Ford,Smith Blair or equal, Romac, JCM 10 x 16" Clamp, Repair, Pipe O.D. range,11.04-11.44 Stainless with Stainless Bolts, Romac #SS1 11.44 X 16" ,Smith Blair or equal 10 x 16" ' Clamp, Repair, Pipe O.D. range, 11.40-11.80 Stainless with Stainless Bolts, Romac #SS1 11.80 X 16" ,Smith Blair or equal 10 x 16" Clamp, Repair,, Pipe O.D. range, 11.60-12.00 Stainless with Stainless Bolts, Romac #SS1 12.00 X 16" ,Smith Blair or equal 12 x 8" Clamp, Repair, Pipe O.D. range,12.70-13.10 Stainless with Stainless Bolts, Romac #SS1 13.10 X 8" ,Smith Blair or equal 12 x 8" Clamp, Repair, Pipe O.D. range,13.15-13.55 Stainless with Stainless Bolts, Romac #SS1 13.55 X 8" ,Smith Blair or equal 12 x 8" Clamp, Repair, Pipe O.D. range,13.60-14.00 Stainless with Stainless Bolts, Romac #SS1 14.00 X 8" ,Smith Blair or equal 12 x 8" Clamp, Repair, Pipe O.D. range.14.10-14.50 Stainless with Stainless Bolts, Romac #SS1 14.50 X 8" .Smith Blair or equal 12 x 10" Clamp, Repair, Pipe O.D. range,13.14-14.34 with Stainless Steel Bolts, Ford.Smith Blair or equal, Romac, JCM 12 x 12" Clamp, Repair. Pipe O.D. range, 12.70-13.10 Stainless with Stainless Bolts, Romac #SS1 13.10 X 12" ,Smith Blair or equal 12 x 12" Clamp, Repair, Pipe O.D. range,13.15-13.55 Stainless with Stainless Bolts, Romac #SS1 13.55 X 12" ,Smith Blair or equal 12 x 12" Clamp, Repair, Pipe O.D. range, 13.60.14.00 Stainless with Stainless Bolts, Romac #SS1 14.00 X 12" ,Smith Blair or equal 12 x 12" Clamp, Repair, Pipe O.D. range,14.10-14.50 Stainless with Stainless Bolts, Romac #SSi 14.50 X 12" ,Smith, Blair or aqua 12 x 15" Clamp, Repair, Pipe O.D. range.13.04-14.34 with Stainless Steel Bolts, Ford,Smith Blair or equal, Romac. JCM 12 x 16" Clamp, Repair, Pipe O.D. range, 12.70-13.10 Stainless with Stainless Bolts, Romac #SS1 13.10 X 16" ,Smith Blair or equal 12 x 16" Clamp, Repair, Pipe O.D. range, 13.15-13.55 Stainless with Stainless Botts, Romac #SS1 13.55 X 16" ,Smith Blair or equal 12 x 16" Clamp, Repair, Pipe O.D. range, 13.60-14.00 Stainless with Stainless Bolts, Romac #SS1 14.00 X 16" .Smith Blair or equal 12 x 16" Clamp, Repair, Pipe O.D. range, 14,10-14.50 Stainless with Stainless Bolts, Romac #SS1 14.50 X 16*. - Smith Blair or equal 3 x 7.112" Clamp, Repair, Pipe O.D. range, 3,45-3.70 Stainless with Cast Lug, Romac #CL1 3.70 X 7-112" ,Smith Blair or equal 3 x 7.1/2" Clamp, Repair, Pipe O.D. range, 3.75-4.00 Stainless with Cast Lug, Romac #CLi 4.00 X 7-10 ,Smith Blair or equal 3 x 12" Clamp, Repair. Pipe O.D. range, 3.45-3.70 Stainless with Cast Lug, Romac #CL1 3.70 X 12" ,Smith Blair or equal 3 x 12" Clamp, Repair, Pipe O.D. range, 3.75-4.00 Stainless with Cast Lug, Romac #CL1 4.00 X 12" .Smith. Blair or equal 3 x 15" Clamp, Repair, Pipe O.D. range, 3.45-3.70 Stainless with Cast LLg. Romac #CL1 3.70 X 15" ,Smith Blair or equal 3 x 15- Clamp, Repair, Pipe O.D. range, 3.75-4.00 Stainless with Cast Lug. Romac wCL1 4.00 X 15" ,Smith Blair or equal 4 x 7.1; 2" Clamp, Repair, Pipe O.O. range, 4.45-4.85 Stainless with Cast Lug. Romac #CL1 4.85 X 7-1/2" ,Smith Blair or equal 4 x 7.1/2" Clamp, epair, Pipe O.D. range, 4.74-5.14 Stainless with Cast Lug. Romac #CL1 5.14 X 7-1l2" ,Smith Blair ore ual 4 x 7.1/2" Clamp. epair, Pipe Q.D. range, 4.95-5.35 Stainless with Cast Lug, Romac #CLt 5.35 X 7-1/2" ,Smith Blair or equal roup #3 - Clam s - continued 4 x 12" Clamp, Re air, Pipe O.D. ra e, 4.95.5.35 Stainless with Cast , Romac #CL1 5.35 X 12" ,Smith Blair or M Unal 4 x 15" Clamp, Repair, Pipe O.D. ra e; 4.45-4.85 Stainless with Cast Lug, Romac #CL14.85 X 15" .Smith Blair or equal 4 x 15" Clamp, Repair, Pipe O.D. range, 4.74.5.14 Stainless with Cast Lug, Romec #CLi 5.14 X 15" ,Smith Blair or equal 4 x 15" Clamp, Repair, Pipe O.D. ra e. 4.95-5.35 Stainless with Cast L , Romeo #CL1 5.35 X 15" ,Smith Blair or equal 6 x 7.112" Clamp, Repair, Pipe O.D., range, 6.80.7.00 Stainless with Cast Lug, Romac #CL1 7.00 X 7-1/2" ,Smith Blair or equal 6 x 7.112" Clamp, Repair, Pie O.D. ra a 6.84-7.24 Stainless with Cast.Lug, Romac #CL1 7.24 X 7-1/2" .Smith Blair or equal 6 x 7-1/2" Clamp, Repair, Pipe O.D. range. 7.05-7.46 Stainless with Cast Lug, Romac #CL1 7.46 X 7-1/2" ,Smith Blair or equal 6 x 12" Clamp, Repair, Pipe O.D. range, 6.60-7.00 Stainless with Cast Lug, Romac #CLi 7.00 X 12" ,Smith Blair or equal 6 x 12" Clamp, Repair. Pipe O.D. range, 6.84-7.24 Stainless with Cast Lug, Romac #CL1 7.24 X 12" .Smith Blair or equal 6 x 12" Clamp, Repair, Pipe O.D. range, 7.05-7.46 Stainless with Cast Lug, Romac #CL1 7.46 X 12" .Smith Blair or equal 6 x 15" Clamp, Repair. Pipe O.D. range, 6.60-7.00 Stainless with Cast Lug. Romeo #CL1 7.00 X 15" .Smith Blair or equal 6 x-15" Clamp, Repair, Pipe Q.D. range, 6.84-7.24 Stainless with Cast Lug, Romac #CL1 7.24 X 15" .Smith Blair or e 6 x 15" Clamp, Repair, Pipe O.D. range, 7.05.7.46 Stainless with Cast Lug, Romac #CL1 7.46 X 15" ,Smith Blair or equal 8 x M /2" Clamp, Repair, Pipw O.D. range, 8.60-9.00 Stainless with Cast frog, Romac #CL1 9.00 X 7-1/2" ,Smith Blair or equal 8 x 7-1/2" Clamp, Repair, Pipe O.D. range, 9,00-9.40 Stainless with Cast Lug, Romac #CL1 9.40 X 7-1/2" ,Smith Blair wegual 8 x 7-112" Clamp, Repair, Pipe O.D. range, 9.30-9.70 Stainless with Cast Lug, Romac #CL1 9.70 X 7-1/2" .Smith Blair or equal 8. x 12" Clamp, Repair, Pipe O.D. range, 8.60-9.00 Stainless with Cast Lug, Romac #CLi 9.00 X 12" ,Smith Blair or equal 8 x 12" Clamp, Repair, Pipe O.D. range, 9.00.9.40 Stainless with Cast Lug, Romac #CL1 9.40 X 12" ,Smith Blair orequal 8 x 12" Clamp, Repair, Pipe O.D. range, 9.30-9.70 Stainless with Cast Lug, Romac #CL1 9.70 X 12" .Smith Blair or equal 8 x 15" Clamp, Repair, Pipe O.D. range, 8.60-9.00 Stainless with Cast Lug, Romac #CL1 9.00 X 15" ,Smith Blair or equal 8 x 15" Clamp, Repair, Pipe O.D. range, 9.00-9.40 Stainless with Cast Lug, Romac #CLi 9.40 X 15" .Smith Blair or equal 8 x 15" Clamp, Repair, Pipe O.D. range, 9.30-9.70 Stainless with Cast Lug, Romac #CL1 9.70 X 15" ,Smith Blair or equal 10 x 7-1/2" Clamp, Repair, Pipe O.D. range, 10.70-11:10 Stainless with Cast Lug,.Romac #CL1 11.10 X 7-112" ,Smith Blair or equal 10 x 7-112" Clamp, Repair, Pipe O.D. range, 11.04-11.44 Stainless with Cast Lug, Romac #CL1 11.44 X 7-1/2" ,Smith Blair or equal 10 x 7-1/2" Clamp, Repair, Pipe O.D. range, 11.40-11.80 Stainless with Cast Lug, Romac #CL1 11.80 X 7-1/2" ,Smith Blair or equal' 10 x 12" Clamp, Repair, Pipe O.D. range, 10.70-11.10 Stainless with Cast Lug, Romac #CL1 11.10 X 12" ,Smith Blair or equal 10 x 12" Clamp, Repair, Pipe O.D. range, 11.04-11.44 Stainless with Cast Lug, Romac #CL1 11.44 X 12" .Smith Blair or equal 10 x 12" Clamp, Repair, Pipe O.D. range, 11.40.11.80 Stainless with Cast Lug, Romac #CL1 11.80 X 12" ,Smith Blair or equal 10 x 15" Clamp, Repair; Pipe O.D. range,10.70-11.10 Stainless with Cast Lug..Romac #CL1 11.10 X 15" ,Smith Blair or equal 10 x 15" Clamp, Repair, Pipe O.D. range, 11.04-11.44 Stainless with Cast Lug, Romac #CL1 11.44 X.15" ,Smith Blair or equal 10 x 15" Clamp, Repair, Pipe O.D. range, 11.40-11.80 Stainless with Cast Lug, Romac #CLi 11.80 X 15" ,Smith Blair or equal 12 x 7-112" Clamp, Repair, Pipe Q.D. rarige, 12.70-13.10 Stainless with Cast.Lug, Romac #CL1 13.10 X 7-IW ,Smith Blair or equal 12 x 7-1/2" Clamp, Repair, Pipe O.D. range,13.15-13.55 Stainless with Cast Lug, Romac #CL1 13.55 X 7-1/2" .Smith Blair or equal 12 x 7-1/2" Clamp, Repair, Pipe O.D. range, 13.60-14.00 Stainless with Cast Lug, Romac #CLi 14.00 X 7.1/2" ,Smith Blair or equal 12 x 12" Clamp, Repair, Pipe O.D. range, 12.70-13.10 Stainless with Cast Lug, Romac #CL1 13.10 X 12" .Smith Blair or equal 12 x 12" Clamp, Repair, Pipe 0.0, range, 13.15-13.55 Stainless with Cast Lug. Romac #CL1 13.55 X 12" ,Smith Blair or equal 12 x 12" Clamp, Repair, Pipe O.D. range, 13.60-1440 Stainless with Cast Lug, Romac #CL1 14.00 X 12" ,Smith Blair or equal 12 x 15" Clamp, Repair, Pipe O.D. range, 12.70-13.10 Stainless with Cast Lug, Romac #CL1 13.10 X 15" .Smith Blair or equal 12 x 15" Clamp, Repair, Pipe O.D. range, 13.15-13.55 Stainless with Cast Lug, Romac #CL1 13.55 X '15" ,Smith Blair or equal 12 x 15" Clamp, Repair, Pipe O.D. range. 13.60.14.00 Stainless with Cast Lug, Romac #CL1 14.00 X 15" ,Smith Blair or equal Group #4 - Connectors 3.4" Connectgrs. Hose, MIP Brass . 1/2" Conne;tor, Hose MIP Brass r )u Na - L70r Oration 5t0 s 1" Corporation Stop, MIP X FIP Ford FBI 700, AY MacDonald 314966 or equal 2" Corporation Stop, MIP X FIP Ford FBI 700. AY MacDonald 31498 or equal Corporation Stops,AWWA/CC taper thread Inlet by Pack Joint Outlet for copper or plastic tubing (CTS) valves 1" inlet and outlet sz 1" body outlet threads 1" flare coo er F1000.4 Corporation Stops, Ban Corp, AWWA CC taper thread Inlet by Pack Joint outlet for copper or plastic tubing (CTS) valve size 2" inlet and outlet size 20, body outlet threads 2" flare copper Ford or equal FB1000»7 Corporation Stops, Ball corp, Male Iron Joint outlet for copper or plastic tubing (CTS) valve sz 2" inlet and outlet sz 2", body threads. 2" Ford or equal FBI 100-7 1" Corporation, Stop Brass Domestic -Mueller H-9996 3/8" Corporation, Stop Brass -Domestic -Mueller oue #6 - Cou lings 1-1/4" Coupling, Brass Female 3/4" Coupling, Brass, 3/4" C84-33 PX 314" M 314" Coupling, Brass, 1" x 314" Ford C84.43G 1-1/2" Coupling, Brass, 1-1/2" Ford C-84.66G 1" Coupling, C-84-44 1" PX1" M'Brass 314" Coupling, Compression Brass Fitting, Domestic, J. Jones J-2809/Ford, C44 CIS 1" Coupling, Compression Brass Fitting, Domestic, J. Jones J-2609/Ford, C-44 CIS ' 1 114" Coupling, Compression Brass Fitting, Domestic, J. Jones J-2609/Ford, C-44 CIS 1 1/2" Coupling; Compression Brass Fitting, Domestic, J. Jones J-2609/Ford, C-44 CIS 2" Coupling, Compression Brass Fitting, Domestic, J. Jones J-2609/Ford, C-44 CIS 314" Coupling, Compression. long length Dresser or equal 1" Coupling, Compression, long length Dresser or equal 1-1/4" Coupling, Compression, long length Dresser or equal 1-1/2" Coupling, Compression, long length Dresser or equal 2" CoupGng, Compression, long length Dresser or equal 314" Coupling, Meter Domestic Brass-2 piece, threaded shank & meter nut, Merit Brass or McDonald 1" Coupling, Meter Domestic Brass-2 piece, threaded shank & meter nut, Merit Brass or McDonald 1-1/2" Coupling, Meter Domestic $rasa-3 piece, threaded shank & meter nut & tailstock bushing 2" Coupling, Meter Domestic Brass-3 piece, threaded shank & meter nut & Tailstock bushing Coupling, Meter finds C-38-23-2-! 314 x 2" Coupling,Meter, Domestic Brass-2 piece threaded shank & meter nut 1 x 2" Coupling, Meter, Domestic Bra3s-2 piece threaded shank & meter nut 1" Coupling, Meter, Ford MIP thread style thread sz 1", 2 5/8" long 2.625 C3844 Ford or equal 1.5" Coupling, Pack Joint, Ford or equal C44-66 3/4" Coupling, Pack Joint, MIP Thread, straight 314" MIP X 1" CTS Ford or equal, C84-34 1.5" Coupling, Pack Joint, MIP Thread, straight 1 112"MIPX 1 112" cts Ford Equal C84.66G . 1.5" Coupling, Pack Joint ,FIP Thread, straight 1 1/2" MIP X 1 112" CTS Ford or equal C14-66 Coupling, Pack Joint straight for FIP thread 1" FIP x 1" Ford or equal, C-1444 Coupling, Pack Joint straight for MIP, C84.44G Coupling. Pack Joint, CTS both ends, straight, 1" x 1" Ford, C44-44G, AY MacDonald4758-22.1 or equal Coupling, Pack Joint, CTS both ends, straight. 3/4" x 1" Ford or equal, C44.34 Coupling,.Pack Joint, CTS both ends, straight, 1-1/2" x 1-1/2" Ford or equal, C44-66G coup li Pack Joint. for CTS both ends, straight 2" x 2" Ford C44.77G, AY MacDonald 4758-22.3/4 or equal Coupling', Pack Joint, for CTS both ends, straight 3/4" x 3/4" Ford. C44.33. AY MacDonald 4758-2.2 or eaual Iron 00 - Cou lin s - continued 1". 2" 1" Y 1" 314" 112" r 1.5" 3/4" 1" 1.5" C14-77 1 C84-770 . . Domestic. Ford #C ;5-44 or equal . Domestic. Ford SC55.66 or al , Domestic, Ford #C55-77 or equal Domestic. Ford SMS.44 or equal :oupling, Packgoint, M.I.P., brass fitting. Domestic, Ford #MSee, AY MacDonald 4763-44-1 or nual ;oupting, Pack -joint. M.I.P., brass fitting, Domestic, Ford #C86.77, AY MacDonald 4753-2-2 or equal 'Oupling, quick connect Poly -Poly, Instatite - Mueller :oupling, quick connect Poly -poly, Instatite - Mueller :oupling, quick connect Poly -Po ; Instatite - Mueller :oupling, quick connect Poly -Poly, Instatite - Mueller Aupling, quick connect Pack Joint, Ford or equal C44-66 :oupling, Quick joint. MIP Thread, straight 3/4" MIP X 1" CTS Ford or equal, :oupling, Qulck joint, MIP Thread, straight 314" MIP X 1" CTS Ford or equal, . Aupling, Quick joint, MIP Thread, straight 1 1/2"MIPX 1 112" cts Fond Equal :oupiing, Quick joint ,FIP Thread, straight 1 112" MIP X 1 1/Y CTS Fond or equal +oupling. Quick joint straight for FIP thread 1" FIP x 1" Ford or equal, :oupiing, Quick jolnLstralght for MIP, "oupling, Quick joint, CTS both ends, straight, I" x 1" Ford. AY MacDonald or equal :oupling. Quick joint, CTS both ends, straight, 3/4" x 1" Ford or equal :oupling, Quick joint. CTS both ends, straight,1-1/2" x 1-1/2" Ford or equal ::oupling, Quick joint, for CTS both ends, straight 2" x 2" Ford, AY MacDonald ore ual oupling, Quick joint, for CTS both ends, straight 314" x 3/4" Fond, AY MacDonald or equal coupling, Quick joint, for FIP thread replaces Flare Nut straight,l" FIPx1" CTS,Ford Coupling, Quick joint, for FIP thread, Straight 2" FIP x r CTS Ford or equal Coupling. Quick joint, for MIP thread, straight, 2" MIP x 2" CTS Ford or equal Coupling, Pack -Joint, F.I.P., Brass Fitting. Domestic, Ford or equal Coupling, Pack -Joint, F.I.P., Brass Fitting, Domestic, Ford or equal Coupling, Pack -Joint, F.I.P., Brass Fitting, Domestic. Ford or equal Coupling, Pack -joint, M.I.P., brass fitting, Domestic, Ford orequal Coupling, Pack -joint, M.I.P., brass fitting, Domestic, Ford #C85-66, AY MacDonald 4753-44-1 or equal Coupling, Pack -joint, M.I.P., brass fitting, Domestic, Ford #086.77, AY MacDonald 4753-2.2 or equal Coupling, Straight Brass, F.I.P. Threads, Domestic, Merit or McDonald Brass Coupling, Straight Meter by F.I.P. thread & flare copper, 5/8"x3/4" x3/4" meter X3/4"FIP,1 3/41ng, Ford or equal C31-23 Coupling, Straight Meter by female Iron Pipe thread and flare copper, 1" meter by 1" FIP, 2 318" long, Ford C31-44 or equal Coupling, Straight Meter by male Iron Pipe thread. Body Style "A", thread $z 1", 2 5/8 long, Ford C38-23-2.5 or equal Coupling, Straight Meter by male Iron Pipe thread. Body Style "A", thread sz 3/4% 21/2" long, C38-44-2.625 or equal Coupling, Straight, Brass, F.I.P. Threads, Domestic,Merit,McDonald Brass Coupling, Straight. Brass, F.I.P. Threads, Domestic,Merit,McDonald Brass Coupling, Straight, Brass, F.I.P. Threads, Domestic,Merit,MGDonald Brass Coupling, Water Meter, brass fitting, Body Style"C",Domestic Ford, C-3823 Coupling-, V. aver Meter, brass fitting, Body Style "C", Domestic, Ford, C-38-44-2 racK Jaffe% Tor r-rr ulreaa Pack Joint, for MIP thread, Pack -Joint, F.I.P.. Brass Pack -Joint. F.I.P„ Brass Pkckloint, F.I.P., Brass Pack -Pint, M.I.P.. brass iht r FIP x 2" CTS Ford or ec 2" MIP x Y CTS Ford or Oup Itr7 - curb stops . 3/4" Curb Stop, Brass F.I.P. threaded Domestic Brass with lock wing, 611 3/4" Curb Stop, Brass for 1" ly 1" Curb Stop, Brass F.I.P. X F.I.P. with lock Wing, Domestic Brass, 811.444W 1" Curb Stop, Brass 1" Angle Ball Valve.w/Pa ,1" FIP X 1" Meter Switch Nut. Ford BA13-444W 1.5" Curb Stop, Brass, FIP X Comp with lock Wing Ford #B41-666W-G 2" Curb Stop, Brass F.I.P. X F.I.P. with lock Wing, Domestic Brass, B11477W Curb Stops, Inverted Key with Female Iron Pipe thread both ends and flare copper ends, valve size 1" Inlet and outlet size i" approx length 4-7/8" Ford Z11-444 or equal Curb Stops, inverted Key with Female Iron Pipe thread both ends and flare copper ends, valve size 3/4". Inlet and outlet size 3/4"approx length 3-5116", Ford Z11-333 or equal roup 08 - Elbows 3/4" Elbow, Straight 45 degree Standard Brass screwed fittings, Domestic,Medt Brass ,McDonald, Ford or Mueller 1" Elbow, Straight 45 degree Standard Brass screwed fittings, Domeadc,Medt Brass ,McDonald, Ford or Mueller 1-1/4" Elbow, Straight 45 degree Standard Brass screwed fittings, Domestic,Merit Brass ,McDonald, Ford or Mueller 1-112" Elbow. Straight 45 degree Standard Brass screwed fittings, Domestic,Merk Brass ,McDonald, Ford or Mueller 2" Elbow, Straight 45 degree Standard Brass screwed fittings, Domesdc,Merit Brass ,McDonald, Ford or Mueller 3/4" Elbow, Straight 90 degree Standard Brass fltNngs, Domestic, Merit Brass ,McDonald, Ford or Mueller 1" Elbow, Straight 90 degree Standard Brass fittings, Domestic, Merit Brass ,McDonald. Ford or Mueller 1-1w Elbow, Straight 90 degree Standard Brass fittings, Domestic, Merit Brass ,McDonald, Ford or Mueller 1-1/2" Elbow, Straight 90 degree Standard Brass fittings, Domestic, Merit Brass ,McDonald, Ford or Mueller 2" Elbow, Straight 90 degree Standard Brass fittings, Domestic, Merit Brass ,McDonald, Ford or Mueller 314" Elbow, Straight 90 degree Street Standard Brass screwed fittings, Domestic Merit ,McDonald, Ford or Mueller 1" Elbow; Straight 90 degree Street Standard Brass screwed fittings, Domestic Merit ,McDonald, Ford or Mueller 1.5" Elbow, Straight 90 degree Street Standard Brass screwed fltdngs, Domestic Merit .McDonald, Ford or Mueller 2" Elbow, Straight 90 degree Street Standard brass screwed fittings. Domestic Merit ,McDonald, Ford or Mueller 112" Elbow, Street, Brass jroup *v - rtanges 2" x 2" Flange, Bronze Meter Flange, 2" Meter Flange by 2" FIP thread Ford or equal CF31-77 1.5"x 1.5" Flange, Bronze Meter. 1-1/2"-Meter Flange by 1-112" FIP thread Ford or Equal CF31-66 1.5"x 1.5" Flange, Bronze Meter, 1-1/2" Meter Flange by 1-1/2" MIP thread Ford or Equal CF38.66-2. 2" x 2" Flange, Bronze Meter, 2" Meter Flange by 2" MIP thread Ford or Equal CF38-77-2.125 1-112" Flange, Oval Bass 2" Flange, Oval Brass 3" Flange, Round Brass 4" Flange, Round Brass Flange, Valve size 2", service line 2", meter size 2" 1-1/2" Flanges, Meter, Brass 2" Flanges, Meter, Brass Flanges, Meter, Brass 3" Group #10 - Hose Bibs 1!2" 11-lose Sib hose end valve Standard Brass, Domestic, Hammond Type 2002 314" (Hose Sibxhose end valve Standard Brass. Domestic, Hammond Tvoe 2002 Group #11 - Idler Pi i" v in 75 1lrllpr Pmp Standard Male Water Meter Threads both ends copper fitting, Domestic Ford #4/#2 6' r roup #12 - Insert Stiffeners l Insert roup #13 - Meter S 314 x 518" Meter 314 x 1" Meter 1 X 1" Meter 1-11Y Meter r Meter roup #14 - Nip tes 1/4" X 3" Nipple 3/4" x Close Nipple 314" X 2" Nipple 3/4" X 2.5" Nipple 3/4" X 3" Nipple 3/4" X 4" Nipple 314" X 5" Nipple 314" X 8" Nipple 314" X 8* Nipple 1" dose Nippir 1" X 2" Nipplr 1" X 2.5" Nippl, 1" x 3" Nippii 1" x 4" Nippy 1"'x 6" Nippl, 1" x V Nippl, I" X 12" Nippy Stiffeners, nominal size 1 ": PET ID.eTS Ford Insert 52 Or equal ..� Stiffeners. -Stainless Steel Ford in .... Stiffeners, Stainless Steel Ford 20' Stiffeners, Stainless Steel Ford #54-1 1/2" SDR-9PET. SDR-9PST Stiffeners, nominal size 2". PET ID 1.653 Ford Insert 55 or eauai Stop, angle, Brass, Brass, Brass, Brass, Brass, Brass, Brass, Brass. Brass, Brass, Brass, Brass, Brass, i I.P.T;. Domestic. Merit Brass, McDonald Brass I I.P.T.. Domestic. Merit Brass, McDonald Brass i i I.P.T.. Domestic, Merit Brass, McDonald Brass i I.P.T., Domestic. Merit Brass, McDonald Brass i I.P.T., Domestic, Merit Brass, McDonald Brass i I.P.T.. Domestic. Merit Brass, McDonald -Brass I I.P.T., Domestic. Merit Brass, McDonald Brass I.P.T.. Domestic. Merit Brass, McDonald Brass I.P.T., Domestic, Merit Brass, McDonald Brass g I.P.T.. Domestic, Merit Brass, McDonald Brass g I.P.T., Domestic. Merit Brass, McDonald Brass g I.P.T., Domestic, Merit Brass, McDonald Brass g I.P.T., Domestic, Merit Brass. McDonald Brass g I.P.T., Domestic, Merit Brass, McDonald Brass I.P.T., Domestic, Merit Brass. McDonald Brass Brass, Fitting I.P.T.. Domestic, Merit Brass. McDonald Brass Brass, Fitting I.P.T.. Domestic, Merit Brass, McDonald Brass 1" X 18" Nipple Brass, 1" X 24" Nipple Brass, 1" X 30" Nipple Brass, 1-1/4" Close Nipple Brass, 1-1/2" Close Nippl 1-1/2" X 2" Nippl 1-1/Y X 2.5" Nippl 1-1/2" X 3" Nippl 1-1/2" X 4" Nippl 1-1/2" X 6' Nipp I.P.T., Domestic, Merit Brass, McDonald Brass I.P.T., Domestic, Merit Brass, McDonald Brass I.P.T., Domestic, Merit Brass, McDonald Brass I.P.T., Domestic, Merit Brass, McDonald Brass Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass Brass, Fitting I.P.T.. Domestic, ,Merit Brass, McDonald Brass Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass Brass. Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 2" X Close Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 3W Nipple, Brass 314" x close 1 X 2" Nipple, Brass 1 X 8" Nipple, Blass 1-1/2" Nipple roue #14 - Ni as - Continued 3/4" X 12" Nipple, Brass Fitting, I.P.T. Domestic 1-1/4" Nipple. Brass, Close 1-112" Nipple, Brass, Close 1.5" X 12" Nipple, Brass. Fitting. I.P.T., Merit Brass McDonald Brass or approved 2" x pose Nipple, Brass. Fitting, I.P.T., Merit Brass, McDonald Brass or approved 2" X 2.5" Nipple, Brass, Fitting, I.P.T.. Merit Brass McDonald Brass or approved 2" x 3" Nipple. Brass, Fitting. I.P.T,, Merit Brass McDonald Brass or approved Y x 4" Nipple, Brass, Fitting, I.P.T., Merit Brass, McDonald Brass or approved 2" x 5" Nipple, Brass, Fitting. I.P.T.. Merit Brass, McDonald Brass or approved 2" x 6" Nipple, Brass, Fitting, I.P.T., Merit Brass, McDonald Brass or approved 2" X 12" Nipple, Brass, Fitts . I.P.T., Merit Brass, McDonald Brass or approved 2" X 24" Nipple, Brass. Fitts ,1.P.T.. Merit Brass, McDonald Brass or approved 2" X 30" Nipple. Brass. Fitting, I.P.T., Merit Brass, McDonald Brass or approved , Iron #15 - Pieces, Branch 1"FIP Pieces, Branch. for Double Meter Setting V18-43 X 314" MIP Iroup 016 - Piw s 3/4" Plug, Standard brass I.P.T., with square -head, Merit, McDonald Brass 1" Plug. Standard brass I.P.T., with square -head. Merit : McDonald Brass 1.8" Plug, Standard brass I.P.T.. with square -head, Merit, McDonald Brass 2" Plug, Standard brass I.P.T.. with square -head, Merit ; McDonald Brass 3" Plug, Threaded cleanout brass type, domestic, Merit, McDonald Brass 4" Plug, Threaded cleanout brass type, w/recessed nut domestic, Merit, McDonald Brass iron #17 - Poly -Ada tars 1" Poly Adantar 2 part (Ford LPSC-4) 3/4" Poly -Adapter 1" Poly -Adapter 1112" Poly -Adapter 2" Poly -Adapter 3roup #18 - Reducer Busi 1" X 3/4" Reducer Buse 1.1/4" x1" Reducer Bus: 1.5"X 1.1/4" Reducer Bus 2 X 1" Reducer Bus 1" X 314" Reducer Bus IAA x 1" Reducer Bus (Ford LFSC-4) &I.I.P. x Compression Brass M.I.P. x Compression Brass &I.I.P. x Compression Brass M.I.P. x Compression Brass 2" x 3/4" Reducer Bus: 2"x1" IReducer Bus., 2" x 1 1 /a" 2" X 1.1/2" 2.1.2" x2" 1-112" x 3/4" 1.1 2" x 1" Domestic. Ford Domestic, Ford Domestic, Ford Domestic, Ford C84. Jones J-2605 C64, Jones J-2606 C84, Jones J-2605 C84, Jones J-2605 1, bell, brass -- i, bell, brass i, bell, brass 1, bell, brass 1. Hex Head, Brass Domestic -Merit, McDonald Brass 1, Hex Head, Brass Domestic -Merit, McDonald Brass 1, Hex Head, Brass Domestic- Merit, McDonald Brass Hex Head, Brass Domestic -Merit, McDonald Brass Reducer Bushing, Hex Head, Brass Domestic -Merit, McDonald Brass Reducer Bps,; Reducer Busn; Hex Head, Brass Domestic -Merit, McDonald Brass Hex Head, Brass Domestic -Merit, McDonald Brass , Hex Head, Brass Domestic -Merit, McDonald Brass Reduces' BLs-;:in Hwx Haarl Rracc nnmwstir:-MArit Mrl-lnnald Rraca pj M Iroue #18 - Reducer Bushings - continued 1-1lW x 3/4" Reducer Bush . Hex Head, Brass Domestic -Merit, McDonald grass 1-1/2" X 1-1/4" IROducer Bushing. Hex Head, Brass Domestic -Merit. McDonald Brass llrog 819 - Resetters 1"x10" Resetter, Meter with angle valve for 1" motor. l0" h h.Sedes 40 Ford or Equal V44-10W 1"x12" Resetter, Meter with a le valve for 1" motor.12" high,Series 40 Ford or Equal V44-12W 1"x18" Resetter. Meter with angle valve for 1" meter.18" h h,Sedes 40 Ford or Equal V44-18W 5w x 7" Resetter, Meter with angle valve for 5/8" meter, 7" high, Series 40 Ford or. Equal V42-7W SW x 9" Resetter, Meter with angle valve for 618" meter, 9" high, Series 40 Ford or Equal V42.OW 5/8" x 12" Resetter, Meter with angle valve for SW meter.12" high.Sedes 40 Ford or Equal V42-12W SW x 18" Resetter. Meter with angle valve for 518" meter,10" high,Sedes 40 Ford or Equal V42-18W 36C x 7" Resetter, Water Meter Domestic Brass- Copper with lock wing curb stop, V42-7 314" xi 2" Resetter. Water Meter with Lock Wing Copper -Brass, Domestic, V42-12WSN 3/4" x 15" Resetter, Water Meter with Lock Wing Copper -Brass. Domestic, V42.15WSN 3/4" x 9" Resetter, Water Meter with Lock Wing Copper -Brass. Domestic. V424WSN 1"x10" Resetter, Water Meter with Lock Wing Copper -Brass, Domestic, V44-10WSN 1"x12" Resetter, Water Meter with Lock Wing Copper -Brass, Domestic, V44-12WSN 3/4" x 7" Resetter, Water Meter, with Dual Check Valve and Lock Wing, VHH42-7W 314" x 9" Resetter, WaterMeter, with Dual Check Valve and Lock Wing, VHH42-OW 3roup #20 - Service Saddles 4X2" Saddle, Brass Tapping I.D. Thread. #202-540-TAP 2" IP 8X2" Saddle, Brass Tapping I.D. Thread #2028-750-tap 2" IP 8X2" Saddle, Brass Tapping I.D. Thread #2028-962-tap 2" IP 10" X 2" Saddle, Service, Iron. Double (Standard) Strap CC Tap DS Ford or Equal FC202-1075-CC7 1(r X 1" Saddle, Service, Iron, Double (Standard) Strap CC Tap D$ Ford or Equal FC202-1212-CC4 12" X i" Saddle, Service, Iron, Double (Standard) Strap CC Tap DS Ford or Equal FC202-1438-CC4 12" X 2" Saddle, Service, Iron, Double (Standard) Strap CC Tap DS Ford or Equal FC202-1438-CC7 2" x 1" Saddle, Service, iron, Double (Standard) Strap CC Tap DS Ford or Equal FC202-250-CC4 3" x 1" Saddle, Service, Iron, Double (Standard) Strap- CC Tap DS Ford or Equal FC202-380-CC4 4" x 1" Saddle, Service, Iron. Double (Standard) Strap CC Tap DS Ford or Equal FC202-526-CC4 6" x 1" Saddle, Service, Iron, Double (Standard] Strap CC Tap DS Ford or Equal FC202-760-CC4 6" x 2" Saddle, Service, Iron, Double (Standard) Strap CC Tap DS Ford or Equal FC202-760-CC7 8" x 1" Saddle, Service, Iron, Double (Standard) Strap CC Tap DS Ford or Equal FC202-979-CC4 8" x 2" Saddle, Service, Iron, Double (Standard) Strap CC Tap DS Ford or. Equal FC202-979-CC7 10"X2" Saddle, Service,.lron, Double (Standard) Strap IP Tap DS Ford 'or Equal fc202-10754P7 12"X2" Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-1438-IP7 16"X2" Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-1840-CC7 16"X1" Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-1840-IP4 16"X2" Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-1840-IP7 3" x 2" Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal 4" x 2" Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-526-IP7 6" x 2" Saddle, Service, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-760-107 8" x 2" Saddle. SerAce, Iron, Double (Standard) Strap IP Tap DS Ford or Equal FC202-979-IP7 4" x 2" Saddle, ,Service, Iron. Double (Standard) Strap IP Tap DS Tap DS Ford or Equal FC202-526-CC7 ;• d W-5 4o Saddle , -Service, Nylon Coated, Stainless Steel, Double Strap X 2" IP, #202N Romac or equal **uP #20 " Service Saddles - continued r 4.M.40 Saddle. Service, N n Coated. Stainless Steel. Double r s.saaeo Saddle, Service, Nylon Coated, Stainless Steel, Double r 6.e3.7.e0 Saddle, Service, Nylon Coated, Stainless Steel, Double r 4.63.9.80 Saddle, Service. Nylon Coated, Stainless Steel. Double r s.om.so Saddle, Service, Nylon Coated, Stainless Steel, Double 'oup #21 -Toes X 1" CC, #202N Romac or X r IP, #202N Romac or e X 1" CC, #202N Romac or X 2" IP. #202N Romac or e X 1" CC, 0202N Romac or 1r2" Tee, Brass W4" Tee Pack Joint Couplings. CTS Both Ends Ford or equal, T444.333 1" Tees, Pack Joint, 1" CTS both ends x 1" FIP, T441.444 1" Tee, Pack Joint, T444-444 1.112" Tee Pack Joint Couplings, CTS Both Ends Ford or equal, T444-666 3/4" Tee, Straight Standard Screwed brass fittings for water meter services etc, Domestic. 1" Tee. Straight Standard Screwed bras fiiti s for water meter services etc, Domestk:. 1-114" Tee, Straight Standard Screwed brass fittings for water meter services etc, Domestic, 1-1/2" Tee, Straight Standard Screwed brass fittings for water meter services etc, Domesdc, 2" Tee, Straight Standard Screwed brass fittings for water meter services etc. Domestic, 1-112" Y Pack Joint Couplings, Single Branch End Ford or equal, Y44-264 3/4" Ell Pack Joint Couplings, CTS Both Ends 3/4" x 3/4", Ford or equal L44-33 1" Ell Pack Joint Couplings. CTS Both Ends 1" x 10, Ford or equal L44-44 1-1/2" Ell Pack Joint Couplings, CTS Both Ends 1-1/2" x 1-1/2", Ford or equal L44-66 vue 022 - Tubing 1" Tubing, 1" Copper 314" Tubing, 3/4" Coppi 1" Tubing, Polyethyle 1 1/2" Tubing, Polyethyle 1" Tubing, Polyethyle 2" Tubing, Polyethyle roup #23 - U-Branches 1-112" U Branch, U-4863 soft "K" fir soft "K' ne,100 foot roils, Drisco see ne,100 foot rolls, Drisco see ne, 300 foot rolls, Drisco see no, 300 foot rolls, Drisco see 1" U-Branch, UV 13-41; UV 13-42 #24 -Valves MacDonald MacDonald MacDonald MacDonald MacDonald e Assemblies, Key Branch 7-1/2-spacing. FIP thread inlet by two meter swivel nut outlets 1" service line by. x 314" Ford W13-42W or equal Valve Assemblies, Key Branch, 7-1/2" spacing, Pack joint for plastic or copper tubing (CTS) inlet by two meter swivel nut outlets 1". service line by 5/8" x 3/4" Ford UV 43-42W or equal Valve, Angle 3/4" FPTX3/4" Brass Valves. Angle Inverted Key Meter, Valves FIP thread by meter swivel nut, valve size 3/4", service line 3/4" meter size 518" x 3/4" Ford KV13-332W or equal Valves, Angle Inverted Key Meter, Pack Joint for copper or plastic tubing by meter swivel nut, valve sz I", service line 1", meter size 1" Ford KV43-444W or equal 3/4 X 5/8" Valves. Angle Meter, Locking Type Ford KV13-331 W or Valve. Angle Inverted Key Meter FIP thread by meter swivel nut, valve sz 1", series line 1", meter sz 1" Ford K\A3.444W or equal Valves Annia Invartarl KAv Motor Valvac Pzt-k .Inini Mr cnnnar ne nieciie- h,hinn by mortar awival nod valvA 57 314". OW 024 - Valves - continued Valve. Angle meter. Pack Joint for copper or plastic tubing by. motor flange. valve size 2". service cane 2•. motor siz r. Ford FV43-777W or equal Valve, Ball Meter for Y meters, pack joint for copper or plastic tubing (CTS) Inlet by flange, valve size service Nne �, meter size 2" Ford SF43-777W orequal Valve, Ball Meter, straight with Pack Joints for copper or plastic tubing (CTS) inlet by meter swivel nut, valve az 3/4% soft& line 1 ". meter size 5/8" x 314" Ford or equal Valve, Ball Meter, straight with Pack Joints for copper or plastic tubing (CTS) inlet by'meter Swivel nut, valve size 10, meter size 1", Ford B43-444W or equal 1/2" Valve, Bail, Brass F.I.P. X F.I.P.. Domestic Hammond #8201 W4" Valve, Ball, Brass F.I.P. X F.I.P.. Domestic Hammond #8201 1" Valve, Ball, Brass F.I.P. X F.I.P.. Domestic Hammond #8201 1" X 1.1/4" Valve, Sall, Brass F.I.P. X F.I.P.. Domestic Hammond #8201 2" lValve, Ball. Brass F.I.P. X F.I.P.. Domestic Hammond #8201 3/4" 314" 1" 1.S" 2" 314" 1" 314" 1" 1 1/4" 1 1/2" 2" 3" 3/4" 1" 3/4" 1/4" 1/2" .il/4" IN 1 1/2" 2" 3" Ball, Brass Ball, Curb Ban, curb Bali. Curb Ford Ford, 811-444W-G Ford, 811-666W-G Ban, Curb stop, Ford. B11-777W-G Ford. B13-332W Ball, FIP x Meter Swivel Nut Ford, 813-332W Bail. FIP x Meter Swivel Nut Ford, 813-444W Valve, Check, Valve, Check, 4necx, Check. Check, Check. Check, Female I.P.T.. Domestic. Ford Brass, Merit Brass, McDonald Female I.P.T., Domestic. Ford Brass, Merit Brass. McDonald Female I.P.T., Domestic, Ford Brass. Merit Brass, McDonald Female I.P.T., Domestic, Ford Brass, Merit Brass, McDonald Female I.P.T., Domestic, Ford Brass. Merit Brass, McDonald. Female I.P.T., Domestic. Ford Brass, Merit Brass, McDonald Female..i.P.T., Domestic, Ford Brass, Merit Brass, McDonald Dual Check with Meter Nut HHS41-323 Domestic, Ford Brass Dual Check with Meter Nut HHS41-323 Merit Brass, McDonald Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R Gate, Brass F.I.P. X F.I.P., with Handwheel. Domestic American 93R Gate, Brass F.I.P. X F.I.P.. with Handwheel, Domestic American OR Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American OR Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American OR Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R Valve. Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American OR 4" Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R 3/4" Valve, Gate, Brass Resilient Seat 8" Valve, Gate, Brass Resilient Seat 8" Valve, Gate, Brass Resilient Seat 10" Valve, Gate. Brass Resilient Seat 12" Valve, Gate. Brass Resilient Seat 2" Valve. Gate. Bronze 1-1/2" Valve, (361e. Bronze 1-114" IVAIVA Grata AMM70 1.1 you $24 - Valves - continued 1" Valve, Gate. Bronze - MWdonald Brass W4" Valve, Gate, Bronze 1/2" Valve, Gate. Bronze 3/8" Valve, Gate, Bronze 1/4" Valve, Gate, Bronze 2-1/2" Valve, Gate, Bronze 3" Valve, Gate, Bronze 3/4" Valve, Meter, Ford. SV13-332W 1" Valve, Meter. Ford, SV13-444W 19 NPT Valve, Pressure, 0-100, oil filled rou .#25 -Washers 314" x 1116" Washers, Fiber 314" x 1116" Washers, Rubber 5/8" Washers, Fiber (Thick) 5/8" Washers, Fiber (Thin) '"0 Washers, Rubber (Thick) 5/8" Washers. Rubber (Thin) 1" Washers, Fiber (Thick 1/8") 1" Washers, Fiber (Thin) 1" Washers, Rubber (Thick 1/8") 1" Washers, Rubber (Thin) 1 112" Washers, Fiber (Thick 1/8") 1 112" Washers, Rubber (Thin 118") 2" Washers, Fiber (Thick 118") 2" Washers, Rubber (Thin 118") ,roup #26 - Yokes Double W-13-42 IN #27 - IMegaiugs for C-900 PVC and Ductile iron pipe -Grip Rings .._. Grip Rings 4" -12" for C-900 PVC and Ductile iron r �S w CITY OF DEERFIELD BEACH REQUEST FORBIDS • WATER METER FITTINGS AND WATERLINE ACCESSORIES . PART I - BID SIGNATURE PAGE TO- Larry R. Deetjen, City Manager City of Deerfield Beach The below signed hereby agrees to furnish the following artide(s) or servIce(s) at the prices) and terms stated subject to all Insbvctions, conditions, specifications, addenda, legal advertisement, and conditions contained In the Invitation to Bid. I have read all attachments including the specificatioons and fully understand what is required. By submitting this signed,bid I will accept a contract, if approved by the City and such acceptance covers all terms, conditions and specMcatlons of this bid. Bid submitted by: Name (printed) -Rde Company (Legal Registered) : Address: City: _State*. Zip: Telephone: -Fax; Signature: ADDENDUM ACKNOWLEDGMENT - Bidder acknowledges that the following addenda have been received and are included in his/her bid - Val MCES - State any variations to specifications, terms and conditions in the space provided below or reference in the space provided below all variances contained on other pages of bid, attachments or bid pages. No variations or exceptions by.the Bidder will be deemed to be part of the bid submitted unless such variation or exception is listed and contained within the bid documents and referenced in the space provided below. If no statement is contained In the below space, it Is hereby implied that your bid complies with the full scope of this bid. Variances - Statement of No Bid: The above named company does not intend to bid for the following reason: insufficient time to respond, do not offer product or service, unable to meet specifications, schedule will not permit or any other reason as stated: ' page 1 of-1 M 04 L'>/ Ytl07 INVITATION TO 20 Ths City Of D" A� each. head l:lnry t 150 erowatd i=r rte� tfltls ante 1:70p m. FrM d 1� A+n! It. 2001 at the SI Of the dri'I oDe"ald eiark * . 7for: WTE�•METER FrMNQ$ i - WTER LINE ACCESSO- RIEselo•r2aod-otroee ' Bids will be QWkIv Frldd%y June 2. 2001 it. t ao P.M, in ehs uq► com- mission chambw Rosh. first floor City HWL 130 N. E. 2 AvMul. Csetfield Beach. Pbtlda 33441. Bids ncaived otter this time will not be $cceatea and G M "IBIA"Mul"I • AvaNa ad Imined�at the Mar- ly - each. FL. 2. W . td parties mtnaayy eon; is kanL St V64) )a0. oe teal s�peeglca` tiorw s be directed. to Connor, uauties enance SUperinten- kt (9s4) Aaaa . City of • 0"dield i reserves the t ject any and all waive arty part of any III Olds. t)eetlen. City Man- 2001107e 29.2001 - CITY OF DEERFIELD BEACH Water Meter Fittings/Water Line Accessories Awarded Vendor List . Anita Christian, Sales U.S. Filter Distribution -Group 4310 N.W. 10th Avenue Oakland Park, FL 33309 Telephone 954-772-7343 Fax 954-772-0443 Keith Ellenburg, Sales Sunstate Meter &Supply 14001 West NewberryRoad Newberry, FL 32669 Telephone 800-342-3409 Fax 352-332-5664 Leo Taylor, Sales Lehman Pipe & Plumbing Supply 230 N.W. 29th Street Miami, FL 33127 Telephone 888-576-3054 Fax 877-576-3066 Dan Thomerson, Municipal Sales Ferguson Underground, -Inc. 2361 N.W. 22nd Street Pompano Beach, FL 33069 Telephone 954-973-8100 Fax 954-960-0095 Mario Amador, Sales Manager A & B Pipe & Supply, Inc. 6500 N.W. 37th Avenue Miami, FL 33147 Telephone 305-69175000 Fax 305-696-6810 Paul Gentile, President Lion Plumbing Supply, Inc. 14350 N.W. 7th Avenue Miami, FL 33168 Telephone 305-688-6577 Fax 305-688-1521 Rafael Corona, Treasurer Corcel Corporation 925 Alhambra Circle ' Coral Gables, FL 33134 .r •'' ,ff _ CITY OF DEERFIELD LEACH WATER f�._AR FITTINGS AND WATER LINE WC - AWARD Boxes Pipe SMiMess C 9 Precast Ford 4" under Ford b" and ova Fond, .4" under Ford 6" and over X9 mac, SS1 Roomac, CLl Boft Ford 6" and over Ford, u� Fvrd 6" and over Romac, SSI Romoc, CL1 Lugs tFord and Duel under and over omac, SS Romac CLl MuelleMMUM irr•fI-ITy1MA US Filter USA.. • ' ''A Ferguson 0 A& B A& B Ferguson A& B Plrx LEE ..Miw.rTrt![i:rr�arrsr�r�i''. ' wl.�:tl(�E Braex Cornpralon 11C1' 1"i Lack Joint Quids Connect Ford Merit 0 Mueller dwmeedefm Ford Dresser �lrlerffi Mueller degree, Ford Mueller demas, Ford JCM Mueller darryee-depet Ford Mueller JCM Ford Merit JCM Ferguson US R her A& B Pia Ferguson US Alter 6a►"We mate US Filler 8wel to Me#ef Ferguson US Alter $q"tft±f!!� Ferguson Hen-R►�n�hln� A& B Pine US Filter almWe AA&—.j. Ham Ferguson US Hoer US Filter Ferguson A&8Pipe Fermusom Ferguson US Filter US Filter 6wRoafe me A& B Fj e Fewuson A& B Pine 62% *61 % *8496 50% i8% 62% *S1 % 41% 46% 32% 66% 50% M% 52% *51 % 4;z% 50% 62% *61 % 4M 66% 50% *49% 48% 413515 60% 66% 62% "61 % *84% 80% 66% 50% 38% �. .�. rf mi ■ w- �:::���.�1[1iMi:ll�1'if[�Y L,�� r�lf�l.;,,:r�.�:��.'���:1.�1�![11i!:�'�<<L�k�:'.-�W�::►�t11.1j1�f[�.4Y�:i �11i�i11�1+F�'I�'i'f � �i 1�,.1,'.,�...4:.:r"�..3�:��ii9�'.�'lf ii�l'�,4116�1�'t:� �►''�'rr�'�I_�'L';i1"' i1.,.�Lt�l�frr'W;:�� r r • - r = �a - - z - - ONE UZE ti - - - ��. ter•. � ■� ►:�'C•~.y..I.���,".�.11�1;`ir. ..�,..�L�![Lrlf%'�1� ,�,� ,r � � .. , � r�, ��•^^.'r� .r`, -. mz V. ME a_ _ - NONEru T __ • •4. — ------ -- - - •••.••••••=r•••r.r.ia.►•M.;1-�a1R7Im[R'�IYulit�IiZ'!#T91l.Tii.:.'.;.�f,�L'I�I�iI{Il���{�,�1.ILGr:�i�i;l}'�!"'�iu • ._ WMMp;L7 MWA .,. LU- r� ■ 1, . r1`.,yiw�.'..iti�lr�Trr'lC.i..•..�111.�J�M���I.��J�L7�7.1r'��..4.�M..`r.�riww�I.I.��`I.7l�I�L. LLI.,:..��t.rl%1+.'���:I.Ihl7..�•�r.]+:,allr..l.'..4`l�r .T r�/R��w .._ • ..a il.■ ff.z'Z:LlZ:.":..�i�7�CI I�i • �+�Y' �i��.�t�f..+r�i�: ... ,. I �� ',�]. .11 �'r a ... ° "r"'—�' �jT7 ry � �* �. ��il� t'WllRWi�►:1�� .r,�1) J.1i11fR'CIS117��1�11/i!f"1 `1L.:r: J..—I;. u�F7T1 lei; ' %� 1 r 91�i� L.i� 7 •r�.1 « �ord Forg=n U$ Fitter 8bydfW&Af&fw rr_*.-mow _ .►_,�. r,r_�,� _ +,r• t7�� A t,..:;r..1"ir.C.;`.,.�.I.,j1:�.t:.''JW.`.ili.::i�lL�l iii�111.CA�����..��r�ML:LtRIO.i�1�•,��J."i�`..",...:,:.�1�.91:M1�.L�7M1.1�1..'i�; �,1�1:t: u1.:i1«Ir�I.M��S11�Y�i'I.�l�.��l ,t.1 ,.ri�l��R7iYl • A - • s• US Rftr -ul�. ,..,•,.,, T• ,. ~,... ,.r:...�:14...ct}L! ::::�,, it�tlt''.'ti'�r:�1[TL4I�ti .. . w- r •I • a • .� c i a a ���,F�+kI:LJ�!YI`r•,,,� �N r�.xjlw.l.+r.. T J�i \Fr 1 A&8 Pipe 68% FeraLaon 42% mw �• dh=W percentage offered Is off "Core ftr Pmvlded in bid AN oR w3r Items not listed 40J6 oft add to net prldng. Not a dsoount but a maftp j EXHIBIT B ixr �f TR# 10460y s 9 It 'M s a L v TO: SOLI rHEAST FLORIDA GO AL PURCHMING GROUP FROM: Donna Council, Purc asing Agent (954) 480-4380 / fax (954) 480-4388 dco eld b DATE: April 27, 2004 SUBJECT: WATER METER RTTINGS AND WAFER LINE ACCESSORfES The Co-operative Agteement for Water Motor Fitting and Water Line Accessories is due to expire June 28, 2004. There are two one (1) year renewal options available. The City of Deerfield Beach, as lead agency for the Co-op 'Water Meter Fittings and Water Line Aeeeasoaries, intends to exercise the contract renewal option pursuant to terms and conditions of Bid #2000-01/08. The renewal will be far one (1) year, beginning June 29, 2004 and run through Puna 28, 2005- The discount percentages, ten= and conditions of the original bid and contract period remain unchanged for this renewal period. New manufacturer's pricing catalogs will be distributed reflecting any changes. Utters of confirmation from the fallowing suppliers signifying their willingness to renew the contract under the same terms and conditions have been received: National Water Works (previously U.S. Filter) 1Ahn= Pipe and Plumbing Supply Ferguson UndmWound A & B Pipe and Supply Lion Plumbing has determined that they will not be renewing the contract due to non-use by the co-op members. There were no orders placed during the previous twelve 'month period with 1 ion Plumbing. Sunstate Meter has determined they are unable to extend their discount percentage in the contract extension. I have attached a revised award sheet for your review. I have shown a "strike -through" on those items that are not being renewed by Lion Plumbing and Sunstate Meter. Please take note that in most cases, Sunstate Meter award was not the highest percentage discount offered. Their non-mriewal should not adversely affect the bid Please advise via email or fax by May 7, 2004 as to whether your agency agrees regarding exercising the renewal. MAY-10-2W COMM FR%KITY OF Dl' ..IRLD BCH PIIRMING DIV/144604866 T-008 P.00001 F-270 138 XX Sumd Amoy* Dewfidd Haab. lrlueida ZWL4 0 Tdq 6w* 0" 480.4W Fax (WA) 49Qw4w j. Cloy of v:wGRWIRe.v is a A6 4 Fr Dan Tharnemon, Sales Rep. F�urtor► priawa, Inc. 23t11 N.W. 2211° Strset Porr"M Beach. PL. 59068 Dear Mr. Thomerson: The Southeast Fla ida Gawrnmentat Caoperathft F'� Group Bid for the purdme Of Water Meter FlOws and Warner line A=emorkw (DFB Bid #2000-01/08) i2 duo to expire on Jtme, 28,2004. Under the temis of the conbw� there are b" (2) addttbnW tw Ift (12) month extension op80ns avtaiiabW ring mutuml consent W&W bvt+wr dw CW and your awnpeny. An WOM axidlibm and ao bdried wtft !°►id 92WO-01M. If it Is acoepted and approved by the G!y 00mrn110*4% B will boon June 29. 2004 and run through June ; 28, 2006. Tins will lerev* one (1) addNtonal t"ttAtx (12} l>tianttt .. _ . =" �.; 4•'"w+-' •+: ate` Please advise if a moor mdension period of our currant contract b acwppWa to your may, tanaaly ind1 do the ap tow itdam ion b+eloW and Tatum this letter to my Beach FL 3344 aftnG=Cftyof� �• Cllvtaian, 210-Gvoleby 8nulevard, Odd r On behalf of the City • of d 8 d r arrd this So*wst Florida Ceovemmtml, y Cwoperative Purdiasing Group, we km* iOrward to continuing our tong and successmi emodalian with your aonVany. if you have any questions conceM tq thin lets. ple we contact we at (954) 460-4M. Sincerely, No"'. Donna M. C.otmdi Albert S. CsjwMnr6 P.R. Purdbasing Agent ►9ce Mayer ad.ee 'ltiiatehiterla • XA.m YES, I hereby agree to a involve martin extension of the bid. c� Gwyndam A. Chwk*41mdslaw NO. i am urmbte to provide a twelve month lion or the bid. Cmmt PcW Nalaa,d C1WKaRQPr "Al Lan? IL beel)cn re � �- For. Ferguson Enterprises, Inc, Name a��Refpa�reeav�Cpe www.daas tirlddwuah.aarn )PAY-19-2004 06:55 M FROWI-CITY (M D JELD BCH PURCININR DIV 9144/04280 MOB P.008/009 P-270 LOU N.E. Sor,"d Aweave P wrW De"k, Fl A& 33"i-s50B Ta gAwan (%4) 480, 4 Fr= (%4) 4= 0 February 19. 20% icily of ORKWEres,n 0aAthCN LA3o Taylor. Sys Rep. Lehrman Pips $ Plumbing supply - 230 N.W. 29 Swat Miar:M, P_ 33127 Duerr Mr. Taylor: The &x0mcast Fkmidaa Gmwn tenW Cooper gk% Pumhasing Group Bid for the purr ham Of Wafer Mir' Rtdngs and WOW Lne Ac s (DFB Bid 01A39) is due to expire an dune 28, 0m. Under d,e terms of the cont" two are two (2) additional bNeft (12) month adan slan Options available. Pror►k1hV mutual consent exift be% wan Ow CRY and your company. All harms, condttlons and apt are contained whMn Sid 02000.4 IA)& If it to swepted and approved by am City C.p nWosion, it WNI begin June 29, 2004 and wn ttuough .tune 28, 2W5. This wlN lei f!s j �Fddponel fiMat(ve q2� rrumm ; Pleaai0 rrdviae If a tr - . ora~year �narion p4riod 0i our cur�nt a:orrlrac* is �d1a to your anmPNgr. Kind) Ntdlcaea then QWroprffs Ir brmWion b*m arrd Murn letter to my 044ntlon: Cft of geld Bledt Ptwrctm6g km„ 210 Cody Boulevard. Dearlieid Beach, FL 33442_ On baehaff of the City of ❑egaeld Bsoete and the Souflumf Florida Governmmnt al 000pea"at W Purchwing group, we look *flward to contirtuing our long and successful associadon with your oorrany. It you have arty quodkms concerning this lam, Pieria contact me at (954) 4804.3M Sincerely, Mayar Oarmw M. Counall .OWA B. Capou" P.E. Purc:hashV Agaft Vine Mmxvr Anmdav 71 wMlkga Comaliftfaners Cwyu"fxw A. parka -rued sim- Canal Pq w Nalmd CAYji Lam R. Denjen In6 et aaQRde�r.aa, Jow ,KYES, I hereby agree to a twelve month exteension of the bid. NQ unab a to provide 0 Mel" rrionth extension of to bid. natiare Data For. Lehman Pipe 8, Plumbing Supply Name (print m www. dre vao14-bloat. an rA pAY-19-11144 00:50A FRAkI-CITT OF Pl� )ELP OCR PU HA81N0 DIV 15"64061 T-016 P-644/096 F-ZT1 y RD N R. IiNr+a�t l�nmrr�t Duerliwld • F',.dam 3SM 1-!{M TWMViw,m (r you F'� ( �d'�ti 40 Febrimry 19: 2W4 Airy 44 16 Anitai CrAftn. OIae Rep. Nalianat WsPwn Awwe 4$10 N.W. JCP Oakland Pwk. FL 333M 1pear Ma. fir+= Tho Snul wo, MO&M Qovww � �3rouIs pumhtD at Woor I r A1tfta atet�l! OW Une d6A f,QPa Ind 2 � j05) ) Mplre on June 28. 204. Were am two (2y �I t� aft 412) mordh Gctenslan Under tlkr tam of Ina ognixe�. anct your wm�►• Ati apt" Mutable pr�� Mulwa( 0answa exists bets the � tium, aol�; smd wpaftsftm 610 dgntAed *Wn am 42M-01ML ff R is acmpced and appmved by to OW c°mrAw" RvAll belp Juror 2p. 204 ir apgti p� u 26►, �S- ' iris will, me (1) ad %Wvg (12) M60 a��a n F of out eKurartt crxra'R+t rose to you' Rear edatto Ir a a6a dd h bd> and mwm this bilk' to my Qerllpany. I�tdly 1rtdl ate tfW nh 4D ©valaay 0oulevwrd, Osetfletc a +dons Clty at paerfle1d Ge ,ar�olwaing Dlyislot+r Z 8emah. FL 38442. on behalf of ha, CIV of l3s4 old Beach mid IhQ SOUVgglat Florida GovWmeetB Cwparedva purcl'oslve c6naup. we look W&Wd io Cmanuke our 1pno and suocasefc aaaodafan with ywr v*Ww ►. Kyou hews my aumuona-concernIng tft tatter, pwNe outdo me at ) W. Sinvearallf. Mayor ownu M- Council R c.Pats„L, re~ purdming Apo* "" a� na• New YEB, I herby NMto ri twalue rrwQrim eganstcn of *w bid- COM wiW aftw. rova n=M uSt wsio n of the bid - a p dAm A. a WkPa6w% _ I am wabw to p SPOT, Gaut w For. NN 81WOwm" �' Plw0rrla o�.rrr.o.rw�a�+ IMY-16-094 90:56AM FRWITY OF OF JNLD MH PURCHASING DIY 25"114166 T-066 P.401ADS F-279 aia, of q_ rf E R P... Apa rR1. 2W4 MsftAMdcW,WwMwMdr AM Pkw 1L $UP*, Im Liao N.W. 3-P AwPO Mi ff% FL 33147 O"r IWIr'. Arnsdor. 7tw seruaratp 4d& aovenWoonW pwdwo 01Id Is dms a! VVMW Mader FWW and Y4'efmr Lkw � (� exft oln de4ro 2d. 2004. Undw the leans erf to Mgn&j. tWg we Wo *jM*rW UMW (12) melt extan�on �prw, votteibalns emi are e1 and� � w� art$ t1�� t 2) um �*M oWn ran Plew If a Ww year sodmrlOM pa" of um oerrream A O&nlraot is spa to your Ienegy >frdiI b Ihs apP UP&M WOMOMM bow eo folum tJt leM W to my s"Now�Oaenllald Botdt Ptsolt Io uh►u�t, 210 � fib• t]�vrAdakl dam• FL CM be0su of efts C•igl GrwP wo look Ana wdtootc M1�fftWM ond suaae>s dul Caapvd Pw+d won wdh yatrY• If you Nm afAy ques*Ms OMOONno U&MW& plaaa oan#e t mo al (14) 4004M. 8ineea��►. Amm.od wL + Camumr~il o d,9mc� ryw,[ aWe m a woNo month flan of the aid. �� NO, I ern unabla to pravtde a t ohm manta elan of the bid. �T'7r T..- ALB pipe & ®apply, Ira;. www dear11i1d.bMclr.anvt Z lova W916990SMi lard a aff v IN AV oz:01 am to-tl-V raa 97 04 09 42a glerflald Soh City Clark 174-480 4323 R$soLt�Ioiv Nip, 2004,086 .VT.TCN Or ��R�tELD Bwtcz �MMIB `�iE SIpN CITg fin, � Y'HDRIZXNp M PROPER C 1'YTim =GIx'y Dfi WOIZI CAI, OF Cj.&LB To A� PIpB AND PIpS & PLUMBIITH NATIQNV, PITTDMB A11T7� SUPPLY Na,F'D8 T� , F$v2M0MmWaRGaoubm W ,� AND NPA LX)M OF lfa7n , AM *2000/01, TIONB OF 8O�, PURSUANT � TRR Tim T=M THE FUNDS T rR A TOT& COT OF 060,0 � CITY OF 0 ' BEACH SP�IFYINd Nat, re°o�Ddation ° 1 Water Norke ie bed made and -ma pipe and Su � Lea paps & Pl o renew the vontract with water lire dcveaeor,��Y far th® �'Chaae a fn9, k'ex�.teot� conditions oP the Mr8uant water meter Uhde oundI contract to the sPecificatGr ittInge and price of tY of Deerfield Beach Bid #i ati terms and 60,0,00; amd i#oe, for the Reach it will � in +mod WOrS AY Pihnter e u P1�aewaXthe �a� Interest contract the City of Dee 'PI-Y far the �i�. f ra°t with National Deerfield Aces®eories' porches®e of �edn Ohde nal Water water meter fitttixt► . &W waand ter 3.1" D 'I� $ a BE IT RESOLVED 8Y • FLORIDA: THE CITY CbMMISBY SECTI�T i . GN OF ' nm CITY OF are That the v. Oper Orficia7.e x e authorized of the ci t contract with Natio �d directed to Y .of Deerfield Beach e t'° , and q Nester Wor enter i1ko a f ittiaga d A pipe acrid S kG, Lehmaxi pipe & Plumreniewal of the $6D,.00. water 1i accesslY ioforthe the °base of 3� Fe on rise cc�tr$ct water meter 9�YON a' That the Prise of 4�1-Sa30-536.35-27. total costa shall be . � provided for '.der Account ADOP= THxe 18th — ' *" • . _la_ sSAM ; PLRM I NG D I Y lS I ON-+ 8547242406;# 2/ 2 E.00LUT16K NO. 2 003 /an A RB CMMION OF THE CITr OoNagSIc14' O$ THE CITY OF DKOLFIRM MLM I As LBAD AGNC' Y FOR THE GOUTMOT ZUWDA 9AUVHRM1(WPAL MoDgRATM PURC'iiA M GROUP BID FOR NAT8R VITTMOB AM uk"M Aag Ygg (BID No. 2000-01/#S) i P'MXM MATZO" 'BATBB NORK1=, SUNS1'AT2 M8T8R it StW"Y, LBO►N PIPS a PLVASING, F=jffiMOg [BMMGROMM, R"B PIPE % BUPPLY, AND LICK PLMMXM,Ag Tgg LORMT 1iUPONSIYE AND 1FSP0MSIBI,R BIDMS FOR THR B=S Fit VARIOUS WLTER NWM VITTINOS At® WATER LINE #=gS=Ha 8[M Un BY THE VTILITIAB ARD EMQXwMMI= bW%Nb=T AM AgTHaRIZme THE CITY TO VULM IN AN AAA' NM TO ® 00, C700.00 FOR SAxD $7EP It FTT n= AND sM"M LSNE FITTINGS W83RR", the Ciky of Deerfield Beach aervOG &0 lead 4k9QM0Y for the eouthsast Florida a*verr talCbOP&rative Fur011e 6ing grow for the bidding for waster meter •fittings amd water liner aiaos sac ies (Bid NO. 2000-01/#A)1 and. WiEMiM, due to the large volum and it*= that area rsgqutrad bg the Co-op Group, and in order to most the awards and to aexve the beat interest Of the City of Deerfield Beaeoh and the Co-op, the recoma►end"ion of skarde is, be"' made to all resp=Wive and responsible bIddere who offered a SjuglS fixed percentages diecomt. Thcae V=dora. Who offer tba'higheet di000unr for thcsaa items that comply With Apecificntions and otbarrriae meet requirwe ents Will obtain the largest WIUMS of businesai and yli X- TIMRSPME, BB IT R8e0WOD BY THE CITY comiesim or THE CITY of tffMr:EEW IMM, P10RIDA: SBCTION �. As lead agency for .the 8outhcaet Florida G0Ye==mt&l Cv per"l-Ve PMCMao'ng Group Pracaaa for wntcr meter fittings and Water line accessories (Bid 92000-01/#Oe) the above referenced find3x►gn are hereby aCCepted by the City of Deerfield Beach. T A- The City NIMer Is hereby authorized to ranter into contracts with the lowest responsive and respo�Bible biddsra an not forth above for the Of dater ■eter t tnti=a and grater line "ce"orieg contained in Bid #2000-01/#8 and to purCba88 Dieter water fittings and water liras ace ucories from the lowest regppnaive and responsible bidder for each group for the use by the 't1lities p d Sugineerlmg Dap&rtmgent in an xmattnt not to exx3md $50,00o,0o. ADOPT® THIS 20 DAY op MAY, 1003