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