Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-124Temp. Reso. #10141 May 20, 2003 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003-_La_�- 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 $110,000; APPROVING FUNDING FROM THE APPROPRIATE UTILITIES OPERATIONAL ACCOUNT; 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 Beach on behalf of the Southeast Florida Temp. Reso. #10141 May 20, 2003 2 Governmental Purchasing Group for the purchase of water meter fittings and water line accessories on May 20, 2003 and has subsequently been renewed through June 28, 2004; 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 Interim 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 the best interest of the citizens and residents of the City of Tamarac to purchase water meter fittings and water line accessories. F', 1 Temp. Reso. #10141 May 20, 2003 3 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 $110,000, utilizing the Southeast Florida Governmental Purchasing Group Bid Number2000-01/08. SECTION 3: All resolutions or parts of resolutions in conflict herewith 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. #10141 May 20, 2003 4 This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 11th day of June, 2003. ATTEST: MARION S NSON, CMC CITY CLERK I HEREBY CERTIFY that have approved this RESOLUTION as to form. IV11 1 LrnCLL O. r\r%mr CITY ATTORNEY KW/mg i JOE w . w w w RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABISC DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS 1 LJ 1 "EXHIBIT A" P a ItR P 1 R L O R K A C H TO: SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING GROUP FROM: Donna Council, Purchasing Agent (954) 480-4380 / fax (954) 480-4388 DATE: May 1, 2003 SUBJECT: WATER METER FITTINGS AND WATER LINE ACCESSORIES The City of Deerfield Beach, as lead agency for the Co-op Water Meter Fittings and Water Line Accessories, will exercise the contract renewal option pursuant to terms and conditions of Bid #2000- 01/08. The renewal will be for one (1) year, beginning June 29, 2003 and run through June 28, 2004. The discount percentages, terms 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. Letters of confirmation from the following suppliers signifying their willingness to renew the contract under the same terms and conditions are attached: National Water Works (previously U.S. Filter) Lehman Pipe and Plumbing Supply Ferguson Underground A & B Pipe and Supply Sunstate Meter & Supply, Inc. Lion Plumbing The following contractor has determined that he will not renew the contract due to non-usc by the co-op members: Corcel, Inc Should you need additional information, please do not hesitate to contact me at (954) 480-4380. Participating members: CITY OF DEERFIELD BEACH CITY OF OAKLAND PARK CITY OF MARGATE CITY OF SUNRISE CITY OF NORTH MIAMI BROWARD COUNTY PURCHASING CITY OF HOLLYWOOD CITY OF COOPER CITY CITY OF TAMARAC CITY OF CORAL SPRINGS TOWN OF DAVIE CITY OF MIRAMAR CITY OF BOCA RATON CITY OF LAUDERHILL CITY OF DANIA BEACH CITY OF NORTH MIAMI BEACH CITY OF PLANTATION CITY OF NORTH LAUDERDALE Should you need additional information, please do not hesitate to contact me at (954) 480-4380. Att. Renewal Letters �civi rsY: 5-28- 3 ; 8:33AM ; PURCHASING DIVISION- 9547242406;# 2/ 2 RESOLUTION NO. 2003/0" A RESOLUTION OF THE CITY GpMMISSION OF THE CITY OF DEERFIELn nnACH, AS LEAD AGENCY FOR TUB SOUTHEAST FLORIDA GOVERNMENTAL COOPERATIVE PURCHASING GROUP BID FOR WATER METER FITTINas AND WATER LINE ACCESSORIES (BID NO. 2000-01/# S) ; FINDING NATIONAL WATER WORKS, SUNSTlATE METER & SUPPLY, LRHMAN PIPE is P=Wallffa, FERGUSON UNDERGROUND, A&B PIPE & SUPPLY, AND LION RLUMHING,AS THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDERS FOR THE RIDS FOR VARIOUS WATER METER FITTINGS AND WATEZ LINE .ACCESSORIE9 FOR USE BY THE UTILITIES AND 8N6INEERTNG DEPART14ENT AND AUTHORIBMG THE CITY TO EXPEND FUNDS IN AN AMOUNT NOT TO EXCERD $50,000.00 FOR iSAID MZTAR FITTINGS AND WATER LINE FITTINGS WHEREAS, the City of Deerfield Beach serves as lead agency for the Southeast Ploridw Governmental Cooperative Purchasing Group for the bidding for water meter fittings and ,rater line accessories (Bid No. 2000-011#8)1 and WHEREAS, due to the large volume and items that are required by the Co-op Group, and in order to meet the needs and to serve the beat interest of the City of peerfield Beach and the Co-op, the recommendation of awards is being made to all responsive and responsible bidders who offered a single fixed percentage discount. Those veedore who offer the highest discount for those items that comply with specifications and otherwise meet requIrements will obtain the largcst volume of business; and NOW. THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DEERFIELD BEACH, FLORIDA: SECTION 1. As lead agency for the Southeast Florida Governmental cooperate Purchasing Group procesa for water meter fittings and water line accessories (Bid #2000-01/#08) the above referenced findings are hereby accepted by the City of Deerfield Beach. SECTION 2_ The city Manager is hereby authorized to enter into contracts with the lowest responsive and responsible bidders as set forth above for the groups of water meter Sittings and water line accessories contained in Bid #2000-01/#8 and to purchase Water meter fittings and water line accessories from the lowest responsive and responsible bidder for each group for the use by the Utilities and Engineering Department in an amount not to exceed $50,000,00. ADOPTED THIS 20 DAY OP MAY, 2003 .Flp� YS 03 08:37a 954-772-7036 p-2 SFM BY: 4-29- 3 ; 7tIMM ; P4M►SING DIVISION- 954 772 04433 2! 2 I*,. Y.F.. 4. urr Avveurt IrK.MtA n~.%. MMVI& 34ML-.VM r917PV—w (BRA) 4W IIfe lea (64) 4404M w a[ M N r e L■ M[A Ka1 w.T-. ArW.. [ CaPOIN+r r.a. V- N. Y%W Ate..& .7h.Mi-j . fwre..ww. O w "A.&. Ir C6.6'a".1 .4~. (4mk ..Ny 146"1 )..Wry er • ..a[�a! Apd 20. 2= Anae Chrhmr+, S" PAP. Malian! W4tatrelka AMO N.W. ItP Avenue Oakland park FL 2W Ow Na Chriftien: 'iha Botallotu1l FbrWm Gavarttt w%W Caeperatiw PuIchaatnp G-W Bid ter Ills pun:hne d WaW Motor Ft�hgl and Mar Lin. Acoenerfu IoFa tale M�[IL�ct1�81 isru• Ur won an Jura 1't, 7Q0� Undw M+a farms of the oonM[st Ma are tNroa (a) *W oral It mW (12) w)ordtl radttnaim OpWm atNltWS, prg1Wg mwW wnwd "do bp6wn 1.tw CA► and ym onsow. AS w m% condition: artd rpat:0iegona are cc hi id WtW lid /2000410. Yho CNV w aM Iita to asarsita to somw imm" (12) month rWWmA opom if M Is aoe wd and appnmmd tq to CWj Contmte W. It win bapin Jww X 20M and run Ihro(1Qfl June A 2W4. Please ,WAN f a One -yea► aabovemn pIncd of cur aim$% eDrAmd is SCON02610 b yW► Wmpantr W* t Kocam ra appreprota irAwnation 1:61O r arc pstwn this koNw to nw d10r1m: Gb of Oaarffttid t3eah Purdmmg ameon. 5la gooey Bo1/avard. OW Wd Beads. FL Moz. Cm behad of the Oft of Demfletd Ubcn a4 the ;iouttteaa: IR tou GWANiYWU Caaperefbe Plyd,s�r0 t21ou{t. sae last >7 t�tii/altlp OW tarp wl4 aurmN&U aaoeelUan +dh yar c Wq". M yeu haw.ny vu.atiQs concanWo Uric MW. phaa e w V d me IU 04) 4004J00. 61r►arlelY. Donme m. s:euncr Putt k*N Apni �VfM, 1 h4r aprre low McWrI rnoMh e11at,�eon or are bb I u+n c avW& OR Male month at%mk n of ttw bid. 3 r• c Wes n hrU ` —! ' For. NQ* nd W aglrwort(a O+w) Ot , - IeWMLAO MY N..t.YN�1•t1y!`� Mau 150 Y.E. Second Avenue Deerfield Beach, Florida 33441-3598 Telephone (954) 480-4200 Fax (954) 480—:268 4 City of E E R F I E L d March 24, 2003 D IE Leo Taylor, Sales Rep. Lehman Pipe & Plumbing Supply 230 N.W. 29th Street Miami, FL 33127 Dear Mr. Taylor: The Southeast Florida Governmental Cooperative Purchasing Group Bid for the purchase of Water Meter Fittings and Water Line Accessories (DFB Bid #2000-01/08) is due to expire on June 28, 2003. Under the terms of the contract, there are three (3) additional twelve (12) month extension options available, providing mutual consent exists between the City and your company. All terms, conditions and specifications are contained within Bid #2000-01/08. The City would like to exercise the second twelve (12) month renewal option. If it is accepted and approved by the City Commission, it will begin June 29, 2003 and run through June 28, 2004. Please advise if a one-year extension period of our current contract is acceptable to your company. Kindly indicate the appropriate information below and return this letter to my attention: City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. On behalf of the City of Deerfield Beach and the Southeast Florida Governmental Cooperative Purchasing Group, we look forward to continuing our long and successful association with your company. If you have any questions concerning this letter, please contact me at (954) 480-4380. Sincerely, Mayor Albert R. Capellini, P.E. Donna M. Council Purchasing Agent Vice Mayor Gwyndolen A. Clarke -Reed Commissioners X—YES, I hereby agree to a twelve month extension of the bid. Steve Gonot Pegg' Noland NO, am unab o provide a twelve month extension of the bid. Amadeo Trinchitella City Manager Larry R. Deetjen (� Date Signature For: Lehman Pipe & Plumbing Supply InternetCoast Name (print) 010BLehmanpiperenew2003 Drerne4d 8eacfi 2-GOI ter, Ftr,�,lnir - 1APR-2t-3003 113:30M FROM- T-047 P.002/102 F-797 ISO Y.E. Second Aveatte Deerfield Beach, Flotilla 33441-9119 Telepbous (954) 4304200 F= (OS4) 484.42" I :., . f April 1}4, 2003 U 1 sip r E Iw e: H Mario.Amadar, Sates Manager �I A&B Pipe & Supply, Inc. ... 6500 N.W. 37 Avenue. Miami, FL 33147 Deer Mr. Amador. The Southeast Florida Governmental Cooperati%it Purchasing Group Bid for the purchase of Water Meter Flttings and -Water Line Acce6.Tories (DFB Hid #2000-01/08) is due to expire on June 28.2003. Under the terms of tl"e contract, there are'ttiree 3) additional twelve (12) month extension Options available, providirid rnutua! consent exi�t.G.between *.e City and yQLTr company. Ali . terms, ccnditions-and saecificationg are corralre:l within bid #2000-07/06. The City avould like . to- -exercise- the second twelve . (12) monhf • r enewal option. - If • it is accepted and approved by the City-Commissicn,'it Mli begin une 29, 2003 and run through June 2.8, 2004: Please advise if a ore -year extension period of :cur. current contract is acceptable to your company,. . Kindly indicate the appropriate irifar'rration. heloWti id return t . s letter to my attention: Ciy of Deerfield. 098Ch Pur`dhasing: D:1;sidrr. 210 Goolsby Boulevard, p9e�fieid Beach, !"L 33442. ; -On behalf' of the City of Deerfield Beach ar.� the Southeast Florida. Governmental Caoperattve Furchasing Group, we took forwsrl1 to continuing ms iong-and successful association with your company. If yod'.have any questions concerning this letter; pi-3ase contact me at (954) 430-4380, Sincerely, - mQypr I� uh«rt.IL CApraini, RE. Donna M. CoLncll V 'Flee Mayar Purch ing Agent Aenadea 14ancbltaD• �pmmirrivrwra YES, .thereby egree to s twelve month extension of the bid. G�tdalea A. C.uricae-Rend . , - �p' NO, I am unabie,to provide a twelve mono' extension of file bid, md City .4011Sf.r rl1� C QUO Larry H. Declien V41111� Date 5ignat�r� o pw, 1 ! or;, AB rptpe'& Supply. Inc: Intemw e�tCoaBt I f�fame {print) . .: �pR11� Aant�d sand+ OIDBA&UPIpeRenew=3 _ 150 N.E. Second Avenue Deerreld Brach. Florida 33441-3598 Telephone (954) 480-4200 Fax (954) 480-4268 a E 4$ City of R V 1 L P March 24, 2003 B E A, c H Dan Thomerson, Sales Rep. Ferguson Enterprises, Inc. 2361 N.W. 22"4 Street Pompano Beach, FL 33069 Dear Mr. Thomerson. The Southeast Florida Governmental Cooperative Purchasing Group Bid for the purchase of Water Meter Fittings and Water Line Accessories (DFB Bid #2000-01/08) is due to expire on June 28, 2003. Under the terms of the contract, there are three (3) additional twelve (12) month extension options available, providing mutual consent exists between the City and your company. All terms, conditions and specifications are contained within Bid #2000-01/08. The City would like to exercise the second twelve (12) month renewal option. If it is accepted and approved by the City Commission, it will begin June 29, 2003 and run through June 28, 2004. Please advise if a one-year extension period of our current contract is acceptable to your company. Kindly indicate the appropriate information below and return this letter to my attention: City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. On behalf of the City of Deerfield Beach and the Southeast Florida Governmental Cooperative Purchasing Group, we look forward to continuing our long and successful association with your company. If you have any questions concerning this letter, please contact me at (954) 480-4380. Sincerely, .Mayor Albert R. Capellini. P.E. Donna M. Council Purchasi g Agent Vice Mayor Amadeo Trinchitella I hereby agree to a twelve month extension of the bid. Commissioners Gwpndulen A. Clarke -Reed to a twelve month extension of the bid. Steve Gonot NO, I am unable provide Peggy 'Noland (:itv tilnrur,?r y I3 I.arry R. Der•tjebb Sin ore Date . o ���f'py� For: Ferguson Enterprises, Inc. Internet Name (print) prerr,eld Bexh• 2.0,01 010BFerqusonrenew2003 www.,leer►irlil-hr•arh,rnnb r • 150 Y.E. Second :venue Deerfield Beach, Florida 33441-3598 Telephone (954) 480-1200 Fax 4$ March 24, 2003 C<<_. of y E E R F I E L a B E A C H Keith Ellenburg, Sales Rep. Sunstate Meter & Supply, Inc. 14001 W. Newberry Road Newberry, FL 32669 Dear Mr. Ellenburg: The Southeast Florida Governmental Cooperative Purchasing Group Bid for the purchase of Water Meter Fittings and Water Line Accessories (DFB Bid #2000-01/08) is due to expire on June 28, 2003. Under the terms of the contract, there are three (3) additional twelve (12) month extension options available, providing mutual consent exists between the City and your company. All terms, conditions and specifications are contained within Bid #2000-01/08. The City would like to exercise the second twelve (12) month renewal option. if it is accepted and approved by the City Commission, it will begin June 29, 2003 and run through June 28, 2004. Please advise if a one-year extension period of our current contract is acceptable to your company. Kindly indicate the appropriate information below and return this letter to my attention: City of Deerfield Beach Purchasing Division, 210 Goolsby Boulevard, Deerfield Beach, FL 33442. On behalf of the City of Deerfield Beach and the Southeast Florida Governmental Cooperative Purchasing Group, we look forward to continuing our long and successful association with your company. I, yuu have dlly questions cuncemirtg this ietter, please contact me at (554) 480-4360• Sincerelyl / .Mayor Albert R. Capellini, P.E. ' Vice Mayor Donna M. Council Gwwndolen A. Clarke -Reed Purchasing Agent Commissioners Steve Gonot X YES, I hereby agree to a twelve month extension of the bid, with a 3.5% incre Pegg' Noland Atnadeo Trinchitella NO, I am unable to provide a twelve month extension of the bid City Manager Larry R. Deetjen Signature Date Internet F�CFi r`h��iv�✓,2G� For: Sunstate Meter & Supply Name (print) a o�nrx+a e�d,' `pielq. 2- 01 ot08Sunstatewterrenew2003 R„-„1�.�V,. wi�CA+7� ....-..-wr ll'c,V 1 04-22-'03 11 22 FROM- . f T-268 ewif al U-0jI c%a NA. Avemm IhNovA*.W 14,j4j, PhbrliL& :1744411CrM 'f:l.rrllWw (MR4)dnn.42eQ Fro (Wp4) AAll-I.S* p[Ea RaitL.0 • a A i 4— Mary 4,1-rt 4.'44,41bu. Jr. N. Kom AhcTsr .tinwiwr 7MnrrJr•#1� (:wtt.Fdr+w A. 1484"S""i *, C. -A I*f%W %, AilaJ (* lfrA"er IArrr K. pvyrr. dip f1d000 I� Z1(Y41 May 1, 2003 Lan Pwmbiv Supfty. im 14WO NW V Averxre Miami. PL 33168 Dear Mr. Gonlip: Socand A"Usaf Tito Soulheast Florloo GovernmenW) COODWA11ve PurCheaktp 8rrllrp ilid for lure purebime of Waiter LAnbv Finings vW Water Una Acwaedres (0108 Bid 02WO.01M) in dare to "Fire an June 20, XW. Under the forma of tiro eantrect, there arm thm (31 ad!dltiarmil WPM (12) MOMM extimlon option3 a Isbl9, provding nwtuet conow t e>tiabr butween IN City and your ompany. Ail terms, cortditiono &V speoNicelidna am contained within N 2000-01108. 'file City. On boW of Ina OwtNamt Chide Gonarrrnw+fai CoCpermtiv9 Purdwsng OmW. would like W exsraM the second twelve (12) Tmenth renewal aption. 0 ff if opted and aPprm and by the City C4rnmiseidn, 4 will begin June 29, 2003 and mn through June 20, Z004. 0199e9 adviso if a one-yosr miodwelon Period Of Your Ourront eenb'aot is accRPtable to your com;any. Each GWO Mr19nW gWey 13 rcquired to mmgG is separate wntreea VA(h Your c-rpany, i rift indicals bw upper rWo informMion bakw and iFrb ImW to my attention: Clly of Deerfield Desch P,rOssina OMok t. 210 Goolsby Boulevard. 008 f*ld beach. FL 334d2. tf,emu have vV quesJont cortcemi:t9 vilo lope►. pigpae , o 1aat rno at (964) 480.43W. slncer.ly, Dome M,Council Pwuhming Arden( YE6, I hereby 6200e to a tweve rronlh wft l;lot of the b10. NO eglS a twelve n,atlh exdCrlsbn of •e bid. <5CNi/f c For: Uan Plumbing Suppty, Inc. Noma (p►+nt) 01 allies ok skies �afirp► ees ww.,, rlpMPll,f d -he>tah. corn SlI. ftb" 8 wr 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 Newberry Road Newberry, FL 32669 Telephone 800-342-3409 Fax 352-332-5604 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 305-691-5000 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 Telephone 305-573-1823 n[ M•r iv 2uO1 INVITATION TO MID i. The City of Deerfield Beach, lead agency for the 8roward Governmental Cooperative Purchasing Group, Is accepting sealed ! bids until 2:30 p.m.. Frl- dav, Lune 8, 2001, at the Office Of the City Mana$- er, 1S0 N.E. 2nd Avenue, Deerfield Beach, Florida, 33441. for: WATER METER FITTINGS 6 WATER LINE ACCESSO- RIES BID 92000-01ro6 Bids will be Publicly opened and read aloud on Friday, June 8, 2001 at 2:30 P.M. in the Clty CC) mission Chamber Room. first floor City Hall, ,150 N. E. 2 Avenue, Deerfield Beach, Florida 33441. Bids received after this time will not be accepted and will be returned to the bid- der unopened. Specifications, bid docu- ments and information will be available and may be examined -at the Put' chasing Division, 210 Goolsby Boulevard, Deer -- field Beach. FL 33442, In- terested parties may Con- tact Donna Council, Pur- chasing Agent, at (954) � a60.4380. ethnical stions concerning should be directed to Craig Connor, utilities Maintenance Superinten• dent at (9S4) 480-4400. The City of ' Deerfield Beach reserves the right to reject any and all bids or to waive any part of any and all bids. Larry Deetien. City Man- ager P.M. 2001/078 Ma 29, 2001 CITY OF DEERFIELD BEACH WATER METER FITTINGS AND WATER LINE ACCESSORIES AWARD 3roup #1 - Adapters Manufacturer Vendor %Off kdapters, Stainless Spears A& B Pipe 80% %dapters, Meter Ford US Filter *51 % Ferguson 49% Sunstate 47% 3roup #2 - Meter Boxes Manufacturer Vendor %Off Aeter Boxes Carson Brooks Ferguson 52% CDR Feguson US Filter 21 % 10% Old Cast Precast/Brooks US Filter 5% Troup #3 - Clamps Manufacturer Vendor %Off lamps, Pipe Stainless Ford, 4" under 6" and over Ferguson 55% 60% Ford, 4" under 6" and over US Filter *55% *59% Ford Sunstate Meter 53% Romac, SS1 Romac, CL1 Ferguson 68% 63% Smith Blair US Filter *65% JCM Ferguson A& B Pipe 60% 48% Mueller A& B Pipe 55% Powerseal Corcel 67% lamps, Repair Stainless with >tainless Bolts Ford, 4" under 6" and over Ferguson 55% 60% Ford, 4" under 6" and over US Filter *55% *59% Ford Sunstate Meter 53% Romac, SS1 Romac, CL1 Ferguson 68% 63% Smith Blair US Filter *65% JCM Ferguson A& B Pipe 60% 48% Mueller A& B Pipe 55% lamps, Repair Stainless with -ast Lugs Ford, 4" under 6" and over Ferguson 55% 60% Ford, 4" under 6" and over US Filter *55% `59% Ford Sunstate Meter 53% Romac, SS1 Romac, CL1 Ferguson 68% 63% Smith Blair US Filter *65% JCM Ferguson A& B Pipe 56% 48% Mueller Powerseal A& B Pipe Corcel 551/1- 67% croup #5 - Corporation Stops Manufacturer Vendor %Off :orporation Stops Ford Ferguson US Filter Sunstate Meter 52% *51 % 47% Mueller A& B Pipe 50% James Jones Lion Plumbing 38% ;roue #6 - Couplings Manufacturer Vendor %Off 'ouplings, Brass Ford Ferguson 52% US Filter *51 % Sunstate Meter 47% Merit US Filter .84% Sunstate Meter 75% alternate 11 /97 catalog Sunstate Meter 61 % Mueller A& B Pipe 50% James Jones Lion Plumbing 38% ouplings, Compression Ford Ferguson 52% US Filter *51 % Sunstate Meter 47% Dresser Ferguson 41 % Lion Plumbing 35% A& B Pipe 32% JCM Ferguson 56% Telsco Sunstate Meter 47% Merit Sunstate Meter 75% Mueller A& B Pi e 50% James Jones Lion Plumbing 38% :ouplings, Meter Ford Ferguson 52% US Filter *51 % Sunstate Meter 47% Mueller A& B Pipe 50% James Jones Lion Plumbing 38% :ouplings, Pack Joint Ford Ferguson 52% US Filter *51 % Sunstate Meter 47% JCM Ferguson 56% Mueller A& B Pipe 50% James Jones Lion Plumbing 38% :ouplings, Quick Connect Ford US Filter "49% Ferguson 48% Sunstate Meter 47% Mueller A& B Pipe 50% JCM Fer uson 56% James Jones Lion Plumbing 38% ouplings, Straight Ford Ferguson 52% US Filter *51 % Sunstate Meter 47% Merit US Filter *84% Sunstate Meter 751YO A& B Pipe 80% JCM Fer uson 5691 Mueller A& B Pipe 50% group #7 - Curb Stops Manufacturer Vendor %Off :urb Stops Ford Ferguson US Filter Sunstate Meter 52% *51 % 48% Mueller A& B Pipe 50% James Jones Lion Plumbing 38% Troup #8 - Elbows Manufacturer Vendor %Off (bows Merit US Filter *84% Lehman Pipe Pipe 84% A& B Pipe 80% Sunstate Meter 75% soup #9 - Flanges Manufacturer Vendor %Off langes, Bronze, Meter Ford Ferguson 52% US Filter *51 % Sunstate Meter 47% langes, Oval Grand Haven A&B Pipe +35%" Merit Sunstate Meter 61 % James Jones Lion Plumbing 38% ;roue # 10 - Hose Bibs Manufacturer Vendor %Off lose Bibs NIBCO Lehman Pipe Pipe Lion Plumbing 56% 50% 3roup #11 - Idler Pipes Manufacturer Vendor %Off Jler Pipes Ford Ferguson 52% US Filter *51 % Sunstate Meter 47% James Jones Lion Plumbing 38% Troup #12 - Insert Stiffeners Manufacturer Vendor %off isert Stiffeners Ford Ferguson US Filter Sunstate Meter 52% *51 % 47% Mueller A & B Pipe 50% James Jones Lion Plumbing 38% Troup #13 - Meter Stops Manufacturer Vendor %Off Aeter Stops Ford Ferguson 52% US Filter *51 % Sunstate Meter 48% Mueller A & B Pipe 50% 3roup #14 - Nipples Manufacturer Vendor %Off fipples, Brass Merit US Filter -99.942% Lehman Pipe 94% Sunstate Meter 91 % A&B Pipe 82% group #15 -Pieces, Branch Manufacturer Vendor %O � 'feces, Branch Ford Ferguson 52% US Filter '51 11/0 �i in- tnta MPtPr 47% roue # 16 - Plugs Manufacturer Vendor %Off ugs, Standard Brass Merit US Filter *84% Lehman Pipe 84% A&B Pipe 80% Sunstate 75% Lee Lehman Pipe 78% roup #17 - Poly -Adapters Manufacturer Vendor %Off ply AdaptersxCompression Brass Ford Ferguson 52% US Filter *51 % Sunstate Meter 47% James Jones Lion Plumbing 38% roup #18 - Reducer Bushings Manufacturer Vendor %Off aducer Bushings Merit US Filter *84% Lehman Pipe 84% A&B Pipe 80% Sunstate 75% :roup #19 - Resetters Manufacturer Vendor %Off Teter Resetters Ford Ferguson 52% US Filter *51 % Sunstate Meter 47% Mueller A&B Pipe 50% :roup #20 - Service Saddles Manufacturer Vendor %Off prvice Saddles Ford #202B #FC202/#FS202 Ferguson US Filter US Filter Sunstate Meter 52% "50% *52% 45% Romac #202B #202N Ferguson Ferguson 54% 63% Smith Blair US Filter *65% JCM Ferguson A&B Pipe 59% 48`Yo Mueller A&B Pipe 55% James Jones Lion Plumbing 38% PowerSeal Corcel Corp 57% roup #21 -Toes Manufacturer Vendor %Off ees Ford Ferguson 52% US Filter `51 % Sunstate Meter 47% Merit US Filter *84% A&B Pipe 80% Sunstate 75% Mueller A&B Pipe 50% James Jones Lion Plumbing 381Y_ ;roue #22 - Tubing Manufacturer Vendor %Off ubing, Copper Mueller A& B Pipe 25% ubing, Poly Drisco US Filter +10% net " Vanguard US Filter A& B Pipe '66% 58% Troup #23 - U-Branches Manufacturer Vendor %off I -Branches Ford Ferguson US Filter Sunstate Meter 52% *51 % 48% Mueller A&B Pipe 50% James Jones Lion Plumbing 38% ;roue #24 - Valves Manufacturer Vendor %Off 'alve Assemblies, Key Branch Ford Ferguson US Filter Sunstate Meter 52% '51 % 48% Mueller A&B Pipe 50% James Jones Lion Plumbing 38% salves, Angle Meter Ford Ferguson US Filter Sunstate Meter 52% '51 % 48% Mueller A&B Pipe 50% James Jones Lion Plumbing 38% falves, Ball Meter Ford Ferguson US Filter Sunstate Meter 52% *51 % 48% Mueller A&B Pipe 50% James Jones Lion Plumbing 38% calves, Check Ford Ferguson US Filter Sunstate Meter 52% *51 % 47% Mueller A&B Pipe 50% NIBCO Lion Plumbing 50% Calves, Gate American Ferguson US Filter 53% '52% Clow US Filter 38% Hammond A&B Pipe 68% NIBCO Lion Plumbing 50% croup #25 - Washers Manufacturer Vendor %Off Vashers, Rubber Buy Wholesale US Filter 0% net Grand Haven A&B Pipe +35%" Vashers, Fiber Buy Wholesale US Filter 0% net Grand Haven A&B Pipe +35%"" group #26 - Yokes Manufacturer Vendor °Off okes Ford Ferguson US Filter Sunstate Meter 52% '51% 48% Mueller A&B Pipe 500/. James Jones Lion Plumbing 3890 :roue #27 - Megalugs Manufacturer Vendor 960H gegalugs EBBA US Filter "59% A&B Pipe 58% Ferguson 42% Lion Plumbing 30% SIGMA Sunstate Meter 34% Troup #28 - Grip Rings Manufacturer Vendor %Off ;rip Rings Romac Ferguson 54% Ford US Filter *43% Uniflange Sunstate Meter 45% = discount percentage offered is off "core iist" provided in bid. All other items not listed 40% oft add to net pricing. Not a discount but a markup INVITATION TO BID (.Itti' Of- D E E R F I E L D B E At, C H 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 -Manager Deerfield Beach, Florida 33441 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. Southeast Florida Governmental Purchasing Cooperative Procurement Operational Procedures: • 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 own tax exemption certificates as required by the Contractor. • The Contract/purchase 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 furnish 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 governmental entities which are not members of the Southeast Florida Governmental Purchasin erative are strict) rohibited from utilizin an contract or Coo urchase order resultin form 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 WATERLINE ACCESSORIES SECTION 1 - INTRODUCTION AND INFORMATION 1.0 COPE: 1.0.1 The City of Deerfield Beach, as the lead agency of the Southeast Florida Governmental Cooperative Purchasing Group, is actively seeking bids from qualified suppliers to establish a term contract for WATER METER FITTING AND WATER LINE ACCESSORIES, with a single fixed 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. 1.1 INFORMATION; 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, 150 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 INCONSISTENCIES - 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 FORMS OF BIDS - Each bid and its accompanying statements must be made in TRIPLICATE 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 t�z name of the bidder and a statement as to its contents. The bid must be signed by one duly authorized to do so, and, in case signed by a deputy or subordinate, the principal's properly written authority to such deputy or subordinate must accompany the bid. No Bid will be U accepted, for any reason whatsoever, which is not submitted to the Office of the City Manager as stated above, within the specified time. 1.4 MISTAKE - Bidders are cautioned to examine all terms, conditions, specifications, 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- $50,000 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 Caille 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, A 33068 Anticipated volume- not determined Contact- Joe Santi 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) 572-2485 CITY OF NORTH MIAMI 1815-1821 N.E. 150t' Street North Miami, FL 33181 Anticipated volume- $60,000 Contact- Pam Thompson Tel- (305) 893-6511 CITY OF CORAL SPRINGS Purchasing 4181 N.W. 12111 Avenue Coral Springs, FL 33065 Anticipated volume- $71,300 Contact- Allen Starsky Tele- (954) 345-2237 TOWN OF DAVIE Utilities Department 3500 NW 76a' Avenue Davie, FL 33024 Anticipated volume- $24,000 Contact- Herb Hyman Tele- (954) 797-1016 CITY OF TAMARAC Purchasing Department 7525 N.W. 88t' 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) 967-1550 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. 49°i 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 Anticipated Volume- $20,000 Contact- Robert McKenney Contact- Leo Williams Tele- (954) 357-6009 Tele- (954) 921-8700 CITY OF HOLLYWOOD 1801 N 215'r 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. 159'h Street North Miami Beach, FL 33162 Volume — $50,000+ Contact- Lynn Gribble Tele- (305) 948-2976 CITY OF PLANTATION 700 N.W. 911t Avenue Plantation, FL 33324 Anticipated volume - $15,000 Contact — Lynn Dorman Tele- (954) 452-2544 1.6 NEW CO-OP MEMBERS - 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 INFORMATION CLARIFICATIO : 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 ADDENDA CHANGES OR INTERPRETATI NS DURIN BID - 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 nQt 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, Deerfiel'd 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. 1.8 The city of Deerfield Beach/Co-op Agencies reserves the right to reject any and all bids and to waive any irregularities in the bids that do not materially affect the quality of the product/service and the right to disregard all nonconforming, non -responsive, unbalanced or conditional bids. Bids will be considered irregular and may be rejected, if they show serious omissions, alterations in forms, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. CITY OF DEERFIELD BEACH INVITATION TO BID- WATER METER FITTINGS AND WATER LINE ACCESSORIES SECTION 2 - SPECIAL CONDITIONS 2.0 The purpose of this Invitation 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 PRODUgISIDOLLAR VOLUMES - Items attached on the Bid Summary Sheets (Attachment "A'D 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 1.5. Group #1 - Adapters Group #2 - Meter Boxes Group #3 - Clamps Group #4 - Connectors Group #5 - 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 #15 - 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 #25 - Washers Group #26 — Yokes Group #27 — Megalugs Group #28 — Grip Rings 2.2 PRICES BID - 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 three 3 co ies each of their current catalogs)/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 single percentage discount offered on the front of the catalogs/price lists when it is delivered to all the Co-op government agencies. 2.3 SINGLE FIXED PERCENTAGE DISCOUNTS QUOTED,• 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 CATALOG PRICE LIST UPDATES - 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 catalog(s)/price lists are to be delivered to each Southeast Florida Governmental Cooperative Purchasing Group member. Failure on the part of the awardee(s) to furnish current catalog/price lists updates will result in all payments being based on last update received and increase will not be honored. 2.6 DEFAULT PROVISIONS - In the event of default by the bidder, the City/Co-op reserves the right to procure the item(s) bid from other sources and hold the bidder responsible for excess costs incurred as a result. 2.7 TERMINATION FOR 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. The City of Deerfield Beach shall have all remedies available at law or equity. In addition, the City of Deerfield Beach may terminate the contract, without cause, upon thirty (30) days notice. 2.8 �CLUNr._ TgAN$FERRING_OR AOIGNING CQNT__M - No contract awarded under these terms, conditions and specifications shall be sold, transferred or assigned without the written approval of the City of Deerfield Beach/Broward Govemmental Co-operative Purchasing Group. CITY OF DEERFIELD BEACH INVITATION TO BID- WATER METER FITTINGS AND WATER LINE ACCESSORIES SECTION 3 - GENERAL CONDITIONS 3.0 SPECIAL CONDITIONS - 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 NO BIDS - If you do not intend to bid please indicate the reason such as, insufficient 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 accordance with Florida State Statute 287,133 (_2)_(a.-)-- 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 placed on the convicted vendor list. 3.3 CAUSES FOR RQECTI- 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 ANTI -COLLUSION STATEMENT - 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 COMPANY NAM BID #2000-01/08 WATER METER FITTINGS AND WATER LINE ACCESSORIES 3.5 NO CONTINGENT FEE - 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. 3.6 PROHIBITION OF INTEREST - No contract will be awarded to any Bidder who has City elected officials, officers or employees affiliated with it, unless the Bidder has fully complied with current 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 DISC RIMINATI N - Contractor agrees that in the performance of any provisions of this agreement, not to discriminate or permit discrimination in the hiring practices affiliation or Contractor r in the performance of the Contractor on the basis of race, sex, religion, political 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 CONTRACT - When requested, the bidder to whom award is made or his authorized representative must execute a written contract with the City of Deerfield Beach and Co-op 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 AGREEMENTS OUTSIDE THIS AGREEMENT - 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 GUARANTEES - 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 to 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 CANCELLATION - 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 City/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 RE UIREMENTS - 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 person(s) 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. 3.12.1 The Legal Advertisement, Notice of Invitation To Bid, General Conditions, Special Conditions, Specifications, Instructions to Bidders, Exhibits, Addenda and any other pertinent document form a part of this bid and by reference are made a part of any response to this bid. 3.13 VENUE l EVERABILITY - 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 INDEMNIFICATIONINDEYINIFICATION AND HOLD HARMLESS - 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 Beach/Co-op, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), or costs 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 C) liens, claims or actions made by the Contractor or any subcontractor or other party performing the work. 3.15 IN URANCE - The Contractor shall purchase and maintain, in full force and effect for the life of the contract, at Contractor'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 Type of Insurance _ each occurrence ggrgWtgtg General Liability XX Comprehensive form XX Premises - operations bodily injury $100,000. $300,000. explosion & collapse hazard property damage $50,000. $50,000. XX underground hazard XX products/completed operation hazard bodily injury and XX contractual insurance property damage XX broad form property combined $300,000. $300,000. damage XX independent contractors _^ personal injury personal injury $ $ --------------------------------- Automotive Liability comprehensive form owned hired non -owned ----------------------------------- Excess Liability umbrella form other than umbrella ------------- bodily injury (each person) $100,000. bodily Injury (each aggi ent) $300,000. - $30Q,,Q00, property damage $50,000. $300,OQQ_ bodily injury and property damage combined $300,000. $300,000. bodily injury and property damage. (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 policies 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 SAFETY REQUIREMENTS - 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 "MSDS" - 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 the user agency and must include the required information. Any questions regarding this requirement should be directed to- Department of Labor and Employment Security, Division of Safety, 2002 Old St. Augustine Road, Tallahassee FL 32399 Telephone- 1-800-367-4378. ALL TOXIC SUBSTANCES MUST BE LABELED FOR IDENTIFICATION, IN ACCORDANCE WITH O.S.H.A. STANDARDS. 3.18 PUBLIC RECORD - 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 for 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 RETENTION OF RECORDS AND RIGHT TO ACCESS 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 FITTINGS AND WATER LINE ACCESSORIES SECTION 4 - PROPOSAL SPECIFICATIONS 4.0 PRICING ORDERING - 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 in smaller unit (or larger) unit of measure than listed in this proposal. 4.1 INVENTORY - 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 DELIVERY — 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 City 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 BILLING REQUIREMENTS - 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 insure 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 PURCHASE ORDER CANCELLATION - 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 AUTOMATIC RETURNS - An order will be placed with the understanding that all items delivered must meat the approval of the Using -Department. Material not acceptable will be returned for credit, Bidder shall state return authorization for material damaged in shipment, wrong merchandise shipped, and/or duplicate shipments. Material to be returned at vendor expense. 4.6 "DRUG, FREE WO KP Cg".- In accordance with Section 287.087, State of Florida Statutes, in the case of tie bids, preference shall be given to businesses with "drug -free workplace programs". Whenever two or more .bids, which are equal with respect to price, quality, and service, are received for the procurement of commodities or contractual 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 nolo contenders to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (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. IF BIDDER'S COMPANY HAS A DRUG -FREE WORK -PLACE PROGRAM SO CERTIFY BELOW - AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. BIDDER'S SIGNATURE CITY OF DEERFIELD BEACH INVITATION TO BID- WATER METER FrMNGS AND WATER LINE ACCESSORIES SECTION 5 - SPECIFICATIONS AND REQUIREMENTS 5.0 METER VALV : 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 1 1/2" 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 CURB STOPS: 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 B62 latest revision. 5.2 CORPORATION STOP 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 SERVICE SADDLES: 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 coating shall be applied to the ductile iron body. 5.4 GATE VALVES UNDER 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 POLYETHYLENE TUBING: 5.5.1 The polyethylene compound from which the tubing is made shall be an ethylene hexene copolymer and shall comply with the applicable 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, high density polyethylene plastic materiel. Polyethylene shall comply with the following: 5.5.2 Tubing shall have a working pressure at 200 PSI at 73.4 degrees F. 5.5.3 All tubing furnished under these specifications shall conform to the following standards: AWWA C-901, ASTM D2239, ASTM D2737, ASTM 3350, ASTM D1248, ASTM F1248, ASTM 1693, and ASTM D3140. 5.5.4 Tubing dimensions and tolerances shall conform to the following 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 QUALIFICATIONS OF BIDDERS - 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 Entity crime 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 bidder's 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 CONTRACTOR'S EXPERIENCE RECORD - 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 COMPANYREPRESENTATIV -- 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 REPORTING REQUIREMENTS - 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 VARIANCES - 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 STANDARDIZATION/VARIANCES - 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 SUBSTITUTIONS — 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 the bid item and shall include complete descriptive, technical literature on the item offered to replace the discontinued bid item and, upon written aocroval, shall furnish the replacement item at the same firm price offered for the original bid item or at a lower price during the remainder of the period of award. Samples of replacement items, if requested, must be supplied for evaluation by the appropriate City staff. The city of Deerfield Beach shall not be held liable for any damages incurred to equipment during evaluation. After award, substitutions of materials will not be accepted unless approved in writing by the agency 6.7 SPECIFICAnON ALTES&UON - The apparent silence of the specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning only that the best commercial practice is to prevail and 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 FITTINGS AND WATER LINE ACCESSORIES SECTION 7 - AWARD 7.0 ()etermination of Award_— 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 specifications 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. Alternates, 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 City/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 City of 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 AWARD OF CONTRACT - 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 FITTINGS 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, JUNE 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 clearly 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 categories, should be provided as an appendix to the bid. If publications are supplied by a Bidder to respond to a requirement, the response should include reference to the document number and page number. This will provide a quick 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 specified. 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 CITY OF DEERFIELD BEACH NVITATION TO BID - WATER METER FITTINGS & WATER LINE ACCESSORIES - BID #2000-01108 ATTACHMENT A - BID SUMMARY SHEET ouD #1 -Adapters 3/4" Adapter, 3/4" SXFPT Sch. 80 #123-33333 1/2" Adapter, Brass 1/2" Corn x 5/8" IPM #6A, Straight Male Coupling 3/4" Adapter, Brass "3/8" Comp X 1/2 IPM #6 Straight Male Coupling A67 Adapter, Meter,Pr Adapters to change 1-1/2" flanged meter to meter to 2" flan A24 Adapter, Meter,Pair Adapters to change 5/8" X 3/4" meter to 1" spud size and 3/4" Adapter, Stainless Steel 1" Adapter, Stain. Steel, Sch. 80 Adapter �.tp #2 - 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 3/4" Box, Single (Concrete) Brooks #36-S Series Complete (Lid Cover & Body) 1" Box, Single (Concrete) Brooks #37 Reading Lid 2" Box, Single (Concrete - 3 part) Brooks #66s meter size and roup #3 - Clamps 3 x 7.5" 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 3.46-3.70 Stainless Steel, Ford,Smith Blair or equal FS-1 3 x 7.5" 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 #SS1 4.00 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 3.46-3.70 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 #SS1 4.00 x 12",Smith Blair or equal 3 x 15" Clamp, Repair, Pipe O.D. range 2.97-3.25 Stainless Steel, Ford,Smith Blair or equal FS-1 3 x 15" Clamp, Repair, Pipe O.D. range 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 #SS1 4.00 X 16" ,Smith Blair or equal 3 1/2 x 8" Clamp, Repair, Pipe O.D. range, 3,95-4.20 Stainless with Stainless Bolts, Romac #SS14,20 X 8" ,Smith Blair or equal 3 1/2 x 12" Clamp, Repair, Pipe O.D. range, 3.95-4.20 Stainless with Stainless Bolts, Romac #SS1 4.20 X 12" ,Smith Blair or equal 3 1/2 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 O.D. range 4.45-4.73 Stainless Steel, Ford,Smith Blair or equal 4 x 7,5" Clamp, Repair, Pipe O.D. range 4.74-5.14 Stainless Steel, Ford,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, Repair, Pipe O.D. range 4,45-4.73 Stainless Steel, Ford,Smith Blair or equal 4 x 10 Clamp, Repair, Pipe O.D. range 4.74-5.14 Stainless Steel, Ford,Smith Blair or equal 4 x 12" Clamp, }repair, Pipe O.D. range, 4.45-4.85 Stainless with Stainless Bolts, Romac #SS1 4,85 X 12' ,Smith Blair or equal Troup #3 - Clamps - continued 4" X 15" Clamp, Repair Clamp, F,mith Blair or equald - Stainless with stainless bolts, Ford,Smith,Romac, JCM , or equal S 4 x 15" Clamp, Repair, Pipe O.D. range 4.45-4.73 Stainless Steel, Ford ,Smith Blair FS-1 , or equal 4 x 15" Clamp. Repair, Pipe O.D. range 4.74-5.14 Stainless Steel, Ford, Smith Blair or equal 4 x 16" Clamp, Repair, Pipe O.D. range, 4.45-4.85 Stainless with Stainless Bolts, Romac #SS1 4.85 X 16" ,Smith Blair or equal 4 x 16" Clamp, Repair, Pipe O.D. range, 4.74-5.14 Stainless with Stainless Bolts, Romac #SS1 5.14 X 16" ,Smith Blair or equal 4 x 16" Clamp. Repair, Pipe O.Q. 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 O.D. range, 5.20-5.60 Stainless with Stainless Bolts, Romac #SS15.60 X 16" ,Smith Blair or equal 4 x 20" Clamp, Repair, Pipe O.D. range 4.74-5.14 Stainless Steel, Ford,Smith 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 x 7.5" 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.Q. range7.24-7.5 IP7 Stainless Steel, Ford,Smith Blair or equal 6 x 8" Clamp, Repair, Pipe O.D. range, 5.95-6.35 Stainless with Stainless Bolts, Romac #SS1 6.35 X 8" ,Smith Blair or equal 6 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 #SS1 7.24 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 6" X 10" Clamp, Repair Clamp, - Stainless with stainless bolts, Ford ,Smith Blair, Romac, JCM, or equal 6 x 10 Clamp, Repair, Pipe O.Q. 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 or equal 6 x 12" Clamp, Repair, Pipe O.D. range, 5.95-6.35 Stainless with Stainless Bolts, Romac #SS1 6.35 X 12" ,Smith Blair or equal 6 x 12" Clamp, Repair, Pipe O.Q. range, 6.60-7.00 Stainless with Stainless Bolts, Romac #SS1 7.00 X 12" ,Smith Blair or equal 6 x 12" Clamp, Repair, Pipe O.D. range, 6.84-7.24 Stainless with Stainless Bolts, Romac #SS1 7.24 X 12" ,Smith Blair or equal 6 x 12" Clamp, Repair, Pipe O.Q. 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 #SS1 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 I 6 x 15" Clamp, Repair, Pipe O.Q. 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 I 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.Q. range, 6.60-7.00 Stainless with Stainless Bolts, Romac #SS1 7.00 X 16" ,Smith Blair or equal 6 x 16" Clamp, Repair, Pipe O.Q. 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.Q. range 6.84-7.24 Stainless Steel, Ford,Smith Blair or equal FS-1 8 x 7.5" Clamp, Repair, Pipe O.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 8 x 8" Clamp, Repair, Pipe O.Q. 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, 9.30-9.70 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 O.D. range 8.99-9.39 Stainless Steel, Ford,Smith Blair or equal FS-1 8 x 10" Clamp, Repair, Pipe O.D. range 9.27-9.67 Stainless Steel, Ford,Smith Blair or equal FS-1 8 x 12" Clamp.'Rep2ir, Pipe O.D. range, 8.60-9.00 Stainless with Stainless Bolts, Romac #SS1 9.00 X 12" ,Smith (Blair or equal c #SS1 9.40 X 12" .Smith Blair or equal -oup #3 - Clamps - continued 8 x 12" Clamp, Repair, Pipe O.D. range, 9.30-9.70 Stainless with Stainless Bolts, Romac #SS1 9.70 X 12" ,Smith Blair or equal 8" x 15" Clamp, Repair Clamp, - Stainless with stainless bolts, 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 F5-1 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 #SS1 9.00 X 16" ,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 #SS1 9.70 X 16" ,Smith Blair or equal 8 x 20" Clamp, Repair, Pipe O.D. range 8.99-9.39 Stainless Steel, Ford,Smith 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,Smith Blair or equal FS-1 ,Smith Blair or equal 10 x 8" Clamp, Repair, Pipe O.D. range, 11.04-11.44 Stainless with Stainless Bolts, Romac #SS1 11.44 X 8" ,Smith Blair or equal 10 x 8" Clamp, Repair, Pipe O.D. range, 1.1.40-11.80 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 O.D. range 11.04-12.24 with Stainless Steel Bolts, Ford,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.D. range, 11.60-12.00 Stainless with Stainless Bolts, Romac #SS1 12.00 X 12" ,Smith Blair or equal 10 x 15" 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 Botts, 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 #SS1 14.50 X 12" ,Smith Blair or equa 12 x 15" Clamp, Repair, Pipe O.D. range, 13.04-14.34 with Stainless Steel Bolts, Ford,Smith Blair or equal, Romac, JCh1 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 Bolts, 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 I 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 7-1/2" Clamp, Repair, Pipe O.D. range, 3.45-3.70 Stainless with Cast Lug, Romac #CL1 3.70 X 7-1/2" ,Smith Blair or equal j 3 x 7-1 /2" Clamp, Repair, Pipe O.D. range, 3.75-4.00 Stainless with Cast Lug, Romac #CL1 4.00 X 7-1/2" ,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 Lug, 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 #CL1 4,00 X 15" ,Smith Blair or equal 4 x 7-1/2" Clamp, Repair, Pipe O.D. 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, Repair, Pipe O.D. range, 4,74-5.14 Stainless with Cast Lug, Romac rcCL1 5.14 X 7-1/2" ,Smith Blair or equal 4 x 7-1/2" Clamp,,Repair, Pipe O.D. range, 4.95-5.35 Stainless with Cast Lug, Romac nCL1 5.35 X 7-1/2" ,Smith Blair or equal 4 x 12" Clamp-; Repair, Pipe O.D. range, 4,45-4.85 Stainless with Cast Lug, Romac #CL1 4.85 X 12" ,Smith Blair or eq,-al 3roup #3 - Clamps - continued 4 x 12" Clamp, Repair, Pipe O.D. range, 4.95-5.35 Stainless with Cast Lug, Romac #CL1 5.35 X 12" ,Smith Blair or equal 4 x 15" Clamp, Repair, Pipe O.D. range, 4.45-4.85 Stainless with Cast Lug, Romac #CL1 4.85 X 15" ,Smith Blair or equal 4 x 15" Clamp, Repair, Pipe O.D. range, 4.74-5.14 Stainless with Cast Lug, Romac #CL1 5.14 X 15" ,Smith Blair or equal 4 x 15" Clamp, Repair, Pipe O.D. range, 4.95-5.35 Stainless with Cast Lug, Romac #CL1 5.35 X 15" ,Smith Blair or equal 6 x 7-1/2" Clamp, Repair, Pipe O.D. range, 6.60-7.00 Stainless with Cast Lug, Romac #CL1 7.00 X 7-1/2" ,Smith Blair or equal 6 x 7-1/2" Clamp, Repair, Pipe O.D. range, 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 #CL1 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, Romac #CL1 7.00 X 15" ,Smith Blair or equal 6 x 15" Clamp, Repair, Pipe O.D. range, 6,84-7.24 Stainless with Cast Lug, Romac #CL1 7.24 X 15" ,Smith Blair or equal 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 J-1/2" Clamp, Repair, Pipe O.D. range, 8.60-9.00 Stainless with Cast Lug, 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 7-112" ,Smith Blair or equal 8 x 7-1/2" 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 #CL1 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 or equal 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 #CL1 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 7-1/2" ,Smith Blair or equal 10 x 7-1/2" 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 #CL1 11.80 X 15" ,Smith Blair or equal 12 x 7-1/2" Clamp, Repair, Pipe O.D. range, 12.70-13.10 Stainless with Cast Lug, Romac #CL1 13.10 X 7-1/2" ,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 #CL1 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 O.D. 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, 13.60-14.00 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" Connectors, Hose, MIP Brass 1/2" Connector, Hose NIIP Brass -oup #5 - Corporation Stops 1" Corporation Stop, MIP X FIP Ford FB1700, AY MacDonald 314968 or equal 2" Corporation Stop, MIP X FIP Ford F131700, AY MacDonald 3149B 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 cooper F1000-4 Corporation Stops, Ball carp, AWWA-CC taper thread Inlet by Pack Joint outlet for copper or plastic tubing (CTS) valve size 2" inlet and outlet size 2", 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 FB1100-7 1" Corporation, Stop Brass Domestic -Mueller H-9996 3/8" Corporation, Stop Brass -Domestic -Mueller roup #6 - Couplings 1-1/4" Coupling, Brass Female 3/4" Coupling, Brass, 3/4" C84-33 PX 3/4" M 3/4" Coupling, Brass, 1" x 3/4" Ford C84-43G 1-1/2" Coupling, Brass, 1-1/2" Ford C-84-66G 1" Coupling, C-84-44 1" PX1" M Brass 3/4" Coupling, Compression Brass Fitting, Domestic, J. Jones J-2609/Ford, C-44 CIS 1" Coupling, Compression Brass Fitting, Domestic, J. Jones J-2609/Ford, C-44 CIS 1 1/4" 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 I 2" Coupling, Compression Brass Fitting, Domestic, J. Jones J-2609/Ford, C-44 CIS EE3/4" Coupling, Compression, long length Dresser or equal .E 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" Coupling, Compression, long length Dresser or equal 3/4" 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 13rass-3 piece, threaded shank & meter nut & tailstock bushing 2" Coupling, Meter Domestic Brass-3 piece, threaded shank & meter nut & Tailstock bushing Coupling, Meter Ends C-38-23-2-5' 314 x 2" Coupling, Meter, Domestic Brass-2 piece threaded shank &meter nut 1 x 2" Coupling, Meter, Domestic Brass-2 piece threaded shank & meter nut 1" Coupling, Meter, Ford MIP thread style thread sz 1", 2 5/8" long 2.625 C38-44 Ford or equal 1.5" Coupling, Pack Joint, Ford or equal C44-66 3/4" Coupling, Pack Joint, MIP Thread, straight 3i4" MIP X 1" CTS Ford or equal, C84-34 1.5" Coupling, Pack Joint, MIP Thread, straight 1 1/2"MIPX 1 1/2" ets Ford Equal C84-66G 1.5" Coupling, Pack Joint ,FIP Thread, straight 1 1/2" MIP X 1 1/2" CTS Ford or equal C14-66 Coupling, Pack Joint straight for FIP thread 1" FIP x 1" Ford or equal, C-14-44 Coupling, Pack Joint straight for MIP, C84-44G Coupling, Pack Joint, CTS both ends, straight, 1" x 1" Ford , C-44-44G, 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, ,traight, 1-1/2" x 1-1/2" Ford or equal, C44-66G Coupling,, 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 equal I, r;o Clara Nut straiaht.l" FIPxl" CTS,Ford C04.44 Group #6 - Couplings - continued Coupling, Pack Joint, for FIP thread, Straight 2" FIP x 2" CTS Ford or equal C14-77 Coupling, Pack Joint, for MIP thread, straight, 2" MIP x 2" CTS Ford or equal C84-77G 1" Coupling, Pack -Joint, F.I.P., Brass Fitting, Domestic, Ford #C55-44 or equal 1 1/2" Coupling, Pack -Joint, F.I.P., Brass Fitting, Domestic, Ford #C55-66 or equal 2" Coupling, Pack -Joint, F.I.P., Brass Fitting, Domestic, Ford #C55-77 or equal 1" Coupling, Pack -joint, M.I.P., brass fitting, Domestic, Ford #C85-44 or equal 1 1/2" Coupling, Pack -joint, M.I.P., brass fitting, Domestic, Ford #C85-66, AY MacDonald 4753-44-1 or equal 2" Coupling, Pack -joint, M.I.P., brass fitting, Domestic, Ford #C85-77, AY MacDonald 4753-2-2 or equal 1" Coupling, quick connect Poly -Poly, Instatite - Mueller 3/4" Coupling, quick connect Poly -Poly, Instatite - Mueller 1/2" Coupling, quick connect Poly -Poly, Instatite - Mueller 2" Coupling, quick connect Poly -Poly, Instatite - Mueller 1.5" Coupling, quick connect Pack Joint, Ford or equal C44-66 3/4" Coupling, Quick joint, MIP Thread, straight 3/4" MIP X 1" CTS Ford or equal, 1-' Coupling, Quick joint, MIP Thread, straight 3/4" MIP X 1" CTS Ford or equal, 1.5" Coupling, Quick joint, MIP Thread, straight 1 1/2"MIPX 1 1/2" cts Ford Equal 1.5" Coupling, Quick joint ,FIP Thread, straight 1 1/2" MIP X 1 1/2" CTS Ford or equal Coupling, Quick joint straight for FIP thread 1" FIP x 1" Ford or equal, Coupling, Quick joint straight for MIP, Coupling, Quick joint, CTS both ends, straight, 1" x 1" Ford, AY MacDonald or equal Coupling, Quick joint, CTS both ends, straight, 3/4" x 1" Ford or equal Coupling, Quick joint, CTS both ends, straight, 1-1/2" x 1-1/2" Ford or equal Coupling, Quick joint, for CTS both ends, straight 2" x 2" Ford, AY MacDonald or equal Coupling, Quick joint, for CTS both ends, straight 3/4" x 3/4" Ford, 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 2" CTS Ford or equal Coupling, Quick joint, for MIP thread, straight, 2" MIP x 2" CTS Ford or equal 1" Coupling, Pack -Joint, F.LP., Brass Fitting, Domestic, Ford or equal 1 1/2" Coupling, Pack -Joint, F.I.P., Brass Fitting, Domestic, Ford or equal 2" Coupling, Pack -Joint, F.I.P., Brass Fitting, Domestic, Ford or equal 1" Coupling, Pack -joint, M.I.P., brass fitting, Domestic, Ford or equal 1 1/2" Coupling, Pack -joint, M.I.P., brass fitting, Domestic, Ford #C85-66, AY MacDonald 4753-44-1 or equal 2" Coupling, Pack -joint, MAR, brass fitting, Domestic, Ford #C85-77, AY MacDonald 4753-2-2 or equal 2" 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 3/4"Ing, Ford or equal C31-23 Coupling, Straight Meter by female Iron Pipe thread and flare copper, 1" meter by 1" FIP, 2 3/8" long, Ford C31-44 or equal Coupling, Straight Meter by male Iron Pipe thread. Body Style "A", thread sz 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", 2 1/2" long, C38-44-2.625 or equal 3/4" Coupling, Straight, Brass, F.I.P. Threads, Domestic, Merit, McDonald Brass 1" Coupling, Straight, Brass, F.I.P. Threads, Domestic, Merit, McDonald Brass 15' Coupling, Straight, Brass, F.I.P. Threads, Domestic, Merit, McDonald Brass 3/4" Coupling, '�.'ater Meter, brass fitting, Body Style"C",Domestic Ford, C-3823 1" Coupling. ` , a;er Meter, brass fitting, Body Style "C", Domestic, Ford, C-38-44-2 I I J 111111IF151 p #7 - Curb Stops - 3/4" Curb Stop. Brass F.I.P. threaded Domestic Brass with lock wing, B11 3/4" Curb Stop, Brass for 1"poly 1" Curb Stop, Brass F.I.P. X F.I.P. with Lock Wing, Domestic Brass, B11-444W 1" Curb Stop, Brass 1" Angle Ball Valve w/Padwing, 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.LP. with Lock Wing, Domestic Brass, 811-777W Curb Stops, Inverted Key with Female Iron Pipe thread both ends and flare copper ends, valve size 1" inlet and outlet size 1" 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 3-5/16". Ford Z11-333 or equal roup #8 - Elbows 3/4" Elbow, Straight 45 degree Standard Brass screwed fittings, Domestic,Merit Brass ,McDonald, Ford or Mueller 1" Elbow, Straight 45 degree Standard Brass screwed fittings, Domestic,Merit Brass ,McDonald, Ford or Mueller Elbow, Straight 45 degree Standard Brass screwed fittings, Domestic,Merit Brass ,McDonald, Ford or Mueller 1-1/2" Elbow, Straight 45 degree Standard Brass screwed fittings, Domestic,Merit Brass ,McDonald, Ford or Mueller 2" Elbow, Straight 45 degree Standard Brass screwed fittings, Domestic, Merit Brass ,McDonald, Ford or Mueller 3/4" Elbow, Straight 90 degree Standard Brass fittings, Domestic, Merit Brass ,McDonald, Ford or Mueller 1„ Elbow, Straight 90 degree Standard Brass fittings, Domestic, Merit Brass ,McDonald, Ford or Mueller 1-1/4" 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 3/4" 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 15' Elbow, Straight 90 degree Street Standard Brass screwed fittings, Domestic Merit ,McDonald, Ford or Mueller 2" Elbow, Straight 90 degree Street Standard Brass screwed fittings, Domestic Merit ,McDonald, Ford or Mueller 1/2" Elbow, Street, Brass I 3ro ip #9 - Flanges 2" x 2" Flange, Bronze Meter Flange, 2" Meter Flange by 2" FIP thread Ford or equal CF31-77 �15'x 1.5" Flange, Bronze Meter, 1-1/2" Meter Flange by 1-1/2" FIP thread Ford or Equal CF31-66 .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 1-1/2" Flange, Oval Brass 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 3" Flanges, Meter, Brass Group #10 -Hose Bibs 1/2" Hose Bib hose end valve Standard Brass, Domestic, Hammond Type 2002 3/4" Hose Bib hose end valve Standard Brass, Domestic, Hammond Type 2002 Group #11 - Idler Pipos 1" x 10.75 Idler Pipe, Standard Male Water Meter Threads both ends copper fitting, Domestic Ford „ t/#2 .. . ---..a, "—. —A, -- f;"; n nnmactic Fnrd :4;1r2 _ I 3roun #12 - Insert Stiffeners I Insert Stiffeners, nominal size 1", PET ID.875 Ford Insert-52 or equal Insert Stiffeners, Stainless Steel Ford 1" Insert Stiffeners, Stainless Steel Ford 2" Insert Stiffeners, Stainless Steel Ford #54-1 112" SDR-9PET, SDR-9PBT Insert Stiffeners, nominal size 2", PET ID 1.653 Ford Insert-55 or equal 1 3roun #13 -Meter Stops 3/4 x 5/8" Meter Stop, angle, Locking 3/4 x 1" Meter Stop, angle, Locking 1 X 1" Meter Stop, angle, Locking 1-1/2" Meter Stop, angle, Locking 2" Meter Stop, angle, Locking 1roun #14 - Nieoles 1/4" X 3" Nipple Brass, Fitting I.P.T:, Domestic, Merit Brass, McDonald Brass 3/4" x Close Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 3/4" X 2" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 3/4" X 2.5" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 3/4" X 3" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 3/4" X 4" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 3/4" X 5" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 3/4" X 6" Nipple Brass, Fitting I,P.T„ Domestic, Merit Brass, McDonald Brass 3/4" X 8" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1" Close Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1" X 2" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1" X 2.5" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1" x 3" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1" x 4" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1" x 6" Nipple Brass, Fitting I.P.T„ Domestic, Merit Brass, McDonald Brass 1" x 8" Nipple Brass, Fitting I,P,T., Domestic, Merit Brass, McDonald Brass 1" X 12" Nipple Brass, Fitting I,P,T., Domestic, Merit Brass, McDonald Brass 1" X 18" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1" X 24" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1" X 30" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1-1/4" Close Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1-1/2" Close Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1-1/2" X 2" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1-1/2" X 2.5- Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1-1/2" X 3" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass I 1-1/2" X 4" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 1-1/2" X 6" Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 2" X Close Nipple Brass, Fitting I.P.T., Domestic, Merit Brass, McDonald Brass 31'4" Nipple, Brass 3/4" x close 1 X 2" Nipple, Brass 1 X 8'. Nipple, Brass 1-112" Nipple, Brass 2 X 8" Nipple; Brass 3roup #14 - Nipples - continued I 3/4" X 12" Nipple, Brass Fitting, I.P.T. Domestic 1-1/4" Nipple, Brass. Close 1-1/2" Nipple, Brass, Close 1.5" X 12" Nipple, Brass, Fitting, I.P.T., Merit Brass McDonald Brass or approved 2" x Close 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 2" 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, Fitting, I.P.T., Merit Brass, McDonald Brass or approved 2" X 24" Nipple, Brass, Fitting, I.P.T., Merit Brass, McDonald Brass or approved 2" X 30" Nipple, Brass, Fitting, I.P.T., Merit Brass, McDonald Brass or approved 3roup #15 - Pieces, Branch 1"FIP X 3/4" MIP Pieces, Branch, for Double Meter Setting V1 B-43 3roup #16 - Plugs 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 1.5" 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 Group #17 - Poly -Adapters 1" Poly Adapter 2 part (Ford LPSC-4) Poly Adapter (Ford LFSC-4) 314" Poly -Adapter M.I.P. x Compression Brass fitting, Domestic, Ford Type C84, Jones J-2605 1" Poly -Adapter I.I.P. x Compression Brass fitting, Domestic, Ford Type C84, Jones J-2605 1 1/2" Poly-AdapterM.I.P. x Compression Brass fitting, Domestic, Ford Type C84, Jones J-2605 2" Poly -Adapter M.I.P. x Compression Brass fitting, Domestic, Ford Type C84, Jones J-2605 Group #18 - Reducer Bushings 1" X 3/4" Reducer Bushing, bell, brass 1-1/4" x1" Reducer Bushing, bell, brass 15'X 1-1/4" Reducer Bus-ing, bell, brass 2 X 1" Reducer Bushing, bell, brass 1" X 3/4" Reducer Busing, Hex Head, Brass Domestic -Merit, McDonald Brass 1-1;4" x 1" Reducer Busing, Hex Head, Brass Domestic -Merit, McDonald Brass 2" x 3/4" Reducer Busing, Hex Head, Brass Domestic -Merit, McDonald Brass 2"x1" Reducer Bus",ing, Hex Head, Brass Domestic -Merit, McDonald Brass 2" x 1 1/4" Reducer Bus:ing, Hex Head, Brass DomestiafNerit, McDonald Brass i I 2" X 1-1/2" Reducer Busing, Hex Head, Brass Domestic -Merit, McDonald Brass 2-1, 2" x2" Reducer Bus-;ng, Hex Head, Brass Domestic -Merit, McDonald Brass 1 1 2" x 3/4" Reducer Busing, Hex Head, Brass Domestic -Merit, McDonald Brass 1-1 2" x 1" Reducer 645-,ng, Hex Head, Brass Domestic -Merit, McDonald Brass r Group #18 - Reducer Bushings - continued 1-1/4" x 3/4" Reducer Bushing, Hex Head, Brass Domestic -Merit, McDonald Brass 1-1/2" X 1-1/4" Reducer Bushing, Hex Head, Brass Domestic -Merit, McDonald Brass Group #19 - Resetters 1"x10" Resetter, Meter with angle valve for 1" meter,10" high,Series 40 Ford or Equal V44-10W 1"xl2" Resetter, Meter with angle valve for 1" meter,12" high,Series 40 Ford or Equal V44-12W 1"xl8" Resetter, Meter with angle valve for 1" meter.18" high,Series 40 Ford or Equal V44.18W 5/8" x 7" Resetter, Meter with angle valve for 5/8" meter, 7" high, Series 40 Ford or Equal V42-7W 5/8" x 9" Resetter, Meter with angle valve for 518" meter, 9" high, Series 40 Ford or Equal V42-9W 5/8" x 12" Resetter, Meter with angle valve for 5/8" meter,12" high,Series 40 Ford or Equal V42-12W 5/8" x 18" Resetter, Meter with angle valve for 5/8" meter,18" high,Series 40 Ford or Equal V42-18W 3/4" x 7" Resetter, Water Meter Domestic Brass- Copper with lock wing curb stop, V42-7 3/4" x12" 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, V42-9WSN 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 3/4" x 9" Resetter, Water Meter, with Dual Check Valve and Lock Wing, VHH42-9W Group #20 - Service Saddles 4X2" Saddle, Brass Tapping I.D. Thread, #202-540-TAP 2" IP 6X2" Saddle, Brass Tapping I.D. Thread #202B-750-tap 2" IP 8X2" Saddle, Brass Tapping I.D. Thread #202B-962-tap 2" IP 10" X 2" Saddle, Service, Iron, Double (Standard) Strap CC Tap DS Ford or Equal FC202-1075-CC7 10" X 1" Saddle, Service, Iron, Double (Standard) Strap CC Tap DS Ford or Equal FC202-1212-CC4 12" X V 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 V 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, Iron, Double (Standard) Strap IP Tap DS Ford or Equal fc202-1075-IP7 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-IP7 8" x 2" Saddle, Service, 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 s^ a _o•-5 40 Saddle, Service, Nylon Coated, Stainless Steel, Double Strap X 2" IP, #202N Romac or equal 3roup #20 - Service Saddles - continued 4' 4.50-5.40 Saddle, Service, Nylon Coated, Stainless Steel, Double Strap X 1" CC, #202N Romac or equal 6' 6.63-7.60 Saddle, Service, Nylon Coated, Stainless Steel, Double Strap X 2" IP, #202N Romac or equal 6' 8.63-7.60 Saddle, Service, Nylon Coated, Stainless Steel, Double Strap X 1" CC, #202N Romac or equal 8' 8 63.9.80 Saddle, Service, Nylon Coated, Stainless Steel, Double Strap X 2" IP, #202N Romac or equal 8' 8.63-9.80 1 Saddle, Service, Nylon Coated, Stainless Steel, Double Strap X 1" CC, #202N Romac or equal 3roup #21 -Tees 1/2" Tee, Brass 3/4" 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 1-1/2" 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, Merit, MacDonald 1" Tee, Straight Standard Screwed brass fittings for water meter services etc, Domestic, Merit, MacDonald 1-1/4" Tee, Straight Standard Screwed brass fittings for water meter services etc, Domestic, Merit, MacDonald 1-1/2" Tee, Straight Standard Screwed brass fittings for water meter services etc, Domestic, Merit, MacDonald 2" Tee, Straight Standard Screwed brass fittings for water meter services etc, Domestic, Merit, MacDonald 1-1/2" 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 1", 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 Group #22 - Tubing 1" Tubing, 1" Copper soft "K" 3/4" Tubing, 314" Copper soft "K 1" Tubing, Polyethylene, 100 foot rolls, Drisco see specifications 1 1/2" Tubing, Polyethylene, 100 foot rolls, Drisco see specifications 1" Tubing, Polyethylene, 300 foot rolls, Drisco see specifications 2" Tubing, Polyethylene, 300 foot rolls, Drisco see specifications i Group #23 - U-Branches 1-1/2" JU Branch, U-4863 1" U-Branch, UV 13-41; UV 13-42 Group #24 - Valves Valve Assemblies, Key Branch 7-1/2"spacing, FIP thread inlet by two meter swivel nut outlets 1" service line by 5/8" x 3/4" Ford UV13-42W or equal i Valve Assemblies, Key Branch, 7-1/2" spacing, Pack joint for plastic or copper tubing (CTS) inlet by two meter swivel i 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 5/8" 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 1", service line 1 ", meter size 1" Ford KV43-444W or equal 3/4 X 5/8" Valves, Angle Meter, Locking Type Ford KV13-331W or equal Valve, Angle Inverted Key Meter FIP thread by meter swivel nut, valve sz 1 series line 1", meter sz 1" Ford KV1.3-444W or equal Valve, Angle Inverted Key Meter Valves. Pack Joint for copper or plastic tubing by meter swivel nut,valve sz 3/4", --_..__'r_- r...,....:__ c!a^ - )IA" C,- 4 V( IA I_1A'AA1 nr cn,,nI r roup #24 - Valves - continued Valve, Angle meter, Pack Joint for copper or plastic tubing by meter flange, valve size 2", service line 2', meter siz 2", Ford FV43-777W or equal Valve, Ball Meter for 2" meters, pack joint for copper or plastic tubing (CTS) inlet by flange, valve size 2', service line 2", meter size 2" Ford BF43-777W or equal Valve, Ball Meter, straight with Pack Joints for copper or plastic tubing (CTS) inlet by meter swivel nut, valve sz 3/4", service line 1", meter size 518" x 3/4" Ford or equal Valve, Ball Meter, straight with Pack Joints for copper or plastic tubing (CTS) inlet by meter swivel nut, valve size 1", meter size 1", Ford B43-444W or equal 1/2" Valve, Ball, Brass F.I.P. X F.I.P.. Domestic Hammond #8201 3/4" 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, Ball, Brass F.I.P. X F.I.P.. Domestic Hammond #8201 2" Valve, Ball, Brass F.I.P. X F.I.P.. Domestic Hammond #8201 3/4" Valve, Ball, Brass 3/4" Valve, Ball, Curb stop, Ford 1" Valve, Ball, Curb stop, Ford, B11-444W-G 1.5" Valve, Ball, Curb stop, Ford. B11-666W-G 2" Valve, Ball, Curb stop, Ford, B11-777W-G Ford, B13-332W 3/4" Valve, Ball, FIP x Meter Swivel Nut Ford, B13-332W 1" Valve, Ball, FIP x Meter Swivel Nut Ford, B13-444W 3/4" Valve, Check, Single Female I.P.T., Domestic, Ford Brass, Merit Brass, McDonald V Valve, Check, Single Female I.P.T., Domestic, Ford Brass, Merit Brass, McDonald 1 1/4" Valve, Check, Single Female I.P.T., Domestic, Ford Brass, Merit Brass, McDonald 1 1/2" Valve, Check, Single Female I.P.T., Domestic, Ford Brass, Merit Brass, McDonald 2" Valve, Check, Single Female I.P.T., Domestic, Ford Brass, Merit Brass, McDonald 3" Valve, Check, Single Female I.P.T., Domestic, Ford Brass, Merit Brass, McDonald 3/4" Valve, Check, Single Female, I.P.T., Domestic, Ford Brass, Merit Brass, McDonald 1" Valve, Dual Check with Meter Nut HHS41-323 Domestic, Ford Brass, Merit Brass, McDonald 3/4" Valve, Dual Check with Meter Nut HHS41-323 114" Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R 1/2" Valve, Gate, Brass F.I,P. X F.I.P., with Handwheel, Domestic American #3R 3/4" Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R 1" Valve, Gate, Brass F,I.P. X F.I.P., with Handwheel, Domestic American #3R 1 1/2" Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R 2" Valve, Gate, Brass F.I.P. X F,I.P., with Handwheel, Domestic American #3R 3" Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R 4" Valve, Gate, Brass F.I.P. X F.I.P., with Handwheel, Domestic American #3R 3/4" Valve, Gate, Brass Resilient Seat 6" Valve, Gate, Brass Resilient Seat I g" 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, Gate, Bronze 1-1/4" valve, Gate. Bronze c ;roue #24 - Valves - continued I 1" Valve, Gate, Bronze - McDdonald Brass 3/4" Valve, Gate, Bronze 112" 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 1/4 NP7 Valve, Pressure, 0-100, oil filled 3roup #25 - Washers 314" x 1/16" Washer 3/4" x 1/16" Washer 5/8" Washei 3roup #28 - Gri CITY OF DEERFIELD BEACH REQUEST FOR BIDS - WATER METER FITTINGS AND WATER LINE 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 article(s) or service(s) at the price(s) and terms stated subject to all instructions, conditions, specifications, addenda, legal advertisement, and conditions contained in the Invitation to Bid. I have read all attachments including the specifications 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 specifications of this bid. Bid submitted by: Name (printed) Title Company (Legal Registered Address: City: State: Zip: Telephone: Signature: ADDENDUM ACKNOWLEDGMENT - Bidder acknowledges that the following addenda have been received and are included in his/her bid - Addendum No. Date „I -cued VARIANCES - 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